Loading...
HomeMy WebLinkAboutPW Pre-construction HAZMAT Assessment; Essential FacilitiesAGREEMENT FOR PROFESSIONAL SERVICES WITH EBA ENGINEERING This Agreement is made and entered into this 2 -144 -A -day of les , 2017, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and EBA ENGINEERING, a California corporation (hereinafter "CONSULTANT"). RECITALS WHEREAS, the CITY has determined that CONSULTANT has the expertise to conduct the required pre -construction hazardous materials assessment services the CITY requires at of Fire Station 57. WHEREAS, the CONSULTANT has agreed to render such services; AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: PROJECT COORDINATION. A. CITY'S Project Manager. The Director of Public Works is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONSULTANT'S Project Director. CONSULTANT shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONSULTANT. Matthew Earnshaw is hereby designated as the PROJECT DIRECTOR for CONSULTANT. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONSULTANT shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONSULTANT. CONSULTANT shall perform the duties and/or provide the services as set forth in CONSULTANT's proposal dated August 18, 2017, attached hereto as Exhibit 1 and incorporated herein by reference. DUTIES OF CITY. CITY shall compensate CONSULTANT as provided in Paragraph 4, and shall cooperate with CONSULTANT as necessary for performance of the CONSULTANT's duties hereunder. COMPENSATION. For the full performance of the services described herein by CONSULTANT, CITY shall pay CONSULTANT on a time and materials basis at the rates specified in the "Standard Schedule of Fees and Rates" attached as part of CONSULTANT'S proposal attached hereto as Exhibit l; provided that the total compensation payable to CONSULTANT for services rendered hereunder shall not exceed $19,975.00. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONSULTANT. 5. TERM OF AGREEMENT. The term of this Agreement shall commence upon the date of execution of this Agreement and end on November 30, 2017 when the work shall have been completed, unless the parties agree to extend this Agreement for another 90 days, as approved in writing by City Manager. 6. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon tennination, any and all CITY documents or materials provided to CONSULTANT and any and all of CONSULTANT's documents and materials prepared for or relating to the perfonnance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (3 0) days after termination. OWNERSHIP OF DOCUMENTS. Upon completion of all work under this Agreement, ownership and title to all reports, documents, plans, specifications, and estimates produced as part of this Agreement will automatically be vested in the CITY; and no further agreement will be necessary to transfer ownership to the CITY. CONSULTANT shall furnish to CITY all necessary copies of data needed to complete the review and approval process. 8. INSPECTION AND AUDIT. Upon reasonable notice, CONSULTANT shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONSULTANT in connection with its performance of its duties under this Agreement. CONSULTANT shall fully cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 10. INSURANCE. A. Scope of Coverage. During the term of this Agreement, CONSULTANT shall maintain, at no expense to CITY, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence. 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, to cover any claims arising out of the CONSULTANT'S performance of services under this Agreement. Where CONSULTANT is a professional not required to have a professional license, CITY reserves the right to require CONSULTANT to provide professional liability insurance pursuant to this section. 4. If it employs any person, CONSULTANT shall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. CONSULTANT'S worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONSULTANT in subparagraph A of this section above shall also meet the following requirements: I. The insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds (for both ongoing and completed operations) under the policies. 2. The additional insured coverage under CONSULTANT'S insurance policies shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in CONSULTANT'S policies shall be at least as broad as ISO form CG20 0104 13. 3. The insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. By execution of this Agreement, CONSULTANT hereby grants to CITY a waiver of any right to subrogation which any insurer of CONSULTANT may acquire against CITY by virtue of the payment of any loss under such insurance. CONSULTANT agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not CITY has received a waiver of subrogation endorsement from the insurer. S. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. C. Deductibles and SIR'S. Any deductibles or self-insured retentions in CONSULTANT'S insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY'S satisfaction, or CONSULTANT shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance. CONSULTANT shall provide to the PROJECT MANAGER or CITY'S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and 3) excervts of nolicv laneuaae or saecific endorsements evidencine the other insurance requirements set forth in this Aereement. CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from CONSULTANT. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. 11. INDEMNIFICATION. A. Except as otherwise provided in Paragraph B., CONSULTANT shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS"), arising out of CONSULTANT'S performance of its obligations or conduct of its operations under this Agreement. The CONSULTANT's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONSULTANT's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONSULTANT's work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONSULTANT's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONSULTANT'S performance of or operations under this Agreement, CONSULTANT shall provide a defense to the City Indemnitees or at CITY'S option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees, incurred in defense of such claims. B. Where the services to be provided by CONSULTANT under this Agreement are design professional services to be performed by a design professional as that term is defined under Civil Code Section 2782.8, CONSULTANT shall, to the fullest extent permitted by law, indemnify, release, defend and hold harmless the City Indemnitees from and against any CLAIMS that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT in the performance of its duties and obligations under this Agreement or its failure to comply with any of its obligations contained in this Agreement, except such CLAIM which is caused by the sole negligence or willful misconduct of CITY. C. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion of this Agreement for the full period of time allowed by law. 12. NONDISCRIMINATION. CONSULTANT shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 13. COMPLIANCE WITH ALL LAWS. CONSULTANT shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONSULTANT shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONSULTANT shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONSULTANT do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: , TO CITY's Project Manager: Bill Guerin Director of Public Works City of San Rafael 111 Morphew Street San Rafael, CA 94901 TO CONSULTANT's Project Director: Matthew Earnshaw EBA Engineering 825 Sonoma Avenue, Suite C Santa Rosa, CA 95404 16. INDEPENDENT CONTRACTOR. For the purposes, and for the duration, of this Agreement, CONSULTANT, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONSULTANT and CITY expressly intend and agree that the status of CONSULTANT, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT -- AMENDMENTS. A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONSULTANT and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONSULTANT and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS. CONSULTANT agrees that CITY may deduct from any payment due to CONSULTANT under this Agreement, any monies which CONSULTANT owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. CITY BUSINESS LICENSE / OTHER TAXES. CONSULTANT shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code CONSULTANT shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed under this Agreement, until CONSULTANT has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL ByF JIM SC TZ, City ger ATTEST: ESTIIER C. BEIRNE, City Clerk APPROVED AS TO FORM: L'Q - n�r ROBERT F. EPSTEIN, Ci Attorne 1'- CONSULTANT By Printed Name: Title of Corporate Officer: f 21. CITY BUSINESS LICENSE / OTHER TAXES. CONSULTANT shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code CONSULTANT shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed under this Agreement, until CONSULTANT has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL By JIM S�ITZ, Citya ager ATTEST: ESTHER C. BEIRNE, City Clerk APPROVED AS TO FORM: LLQ` ROBERT F. EPSTEIN, Ci Attorney 1�- CONSULTANT BY_ _ .. __._ Printed Name: Title of Corporate Officer: exhibit 1 10 EBA> ENGINEERING August 18, 2017 Ms. Cindy Ray Project Manager City of San Rafael 111 Morphew Street San Rafael, California 94901 119qsz��_ SUBJECT: COST ESTIMATE PROPOSAL — EIGHT POTHOLES PRE -CONSTRUCTION HAZARDOUS MATERIALS ASSESSMENT CITY OF SAN RAFAEL FIRE STATION 57 SAN RAFAEL, CALIFORNIA EBA Proposal Number: 197-17 (1 Revised) Dear Ms. Ray: EBA Engineering (EBA) is pleased to have the opportunity to present a cost estimate proposal for environmental services for in-situ soil profiling, and landfill acceptance related to utility replacement construction at the City of San Rafael Fire Station 57 (project site) construction project in San Rafael, California (City). EBA has prepared this cost estimate proposal for the City of San Rafael (Client). The following sections include a discussion of the scope of work, a cost estimate summary, assumptions, and limitations. PROPOSED SCOPE OF WORK It is EBA's understanding that there is a need to profile in-situ soil and groundwater conditions along the alignment of the existing storm drain and the location of a replacement storm drain system as part of the redevelopment of the project site. For the purposes of this estimate we assume that there is up to 1,500 cubic yards of trench spoils that will be generated during the utility replacement. In accordance with our recent discussions the following scope of work is proposed to evaluate the materials for reuse and/or gain Class II and/or Class III landfill acceptance for the disposal of the trench spoils. The work will also include characterization of groundwater conditions along the utility alignments to determine groundwater management planning during the site work. The following provides details for each task associated with the project. 825 Sonoma Avenue, Suite C • Santa Rosa, California 95404 (707)544-0784 6 FAX (707)544-0866 0 www.ebagroup.com Phase 1 Meetings and Correspondence • EBA will provide technical assistance with regulators on an as needed basis. EBA will provide project management and coordination for the activities presented in this proposal. Project management and coordination will include corresponding with the Client, regulatory agencies and contractors. Phase 2 Pothole Investigation Activities • With consent from the City of San Rafael, at least 48 -hours prior to field work, the Marin County Department of Health Services (MCDHS), the San Francisco Bay Regional Water Quality Control Board (SFBRWQCB) and San Rafael Fire Department (SRFD) will be notified. EBA will coordinate the pothole locations with the Client. EBA will direct and oversee the excavation of 8 pothole locations along the proposed utility alignments to profile the soil and groundwater that will be generated as part of the project. The potholes will be logged to include measured thickness of asphalt and base rock, depth to contact with native soil, depth to groundwater (if encountered), lithologic description, moisture and other relevant observations. A total of 32 discrete soil samples and 4 groundwater grab samples will be collected for analytical purposes from the potholes. The soil and groundwater samples will be logged on a chain of custody and transported to a State -certified laboratory (K Prime, Inc.) for chemical analysis. The soil generated during the potholing will be placed back in the respective holes pending analytical results, utility trenching, and disposal. Excess soil will be stockpiled on, and covered with, plastic sheeting on-site. Phase 3 Soil and Groundwater Management Plan Approximately five days following receipt of all analytical results, EBA will provide a draft copy of Soil and Groundwater Management Plan to the Client for review and approval. With permission from the City of San Rafael, copies of the report will also be provided to the MCDHS, the SFBRWQCB and SRFD. Included in the transmittal will be a description of work completed, soil column logs, and analytical results. The report will include recommendations for soil disposal and landfill acceptance based on analytical findings, a site map showing locations of pot holes with areas demarked for landfill disposal COST ESTIMATE SUMMARY The estimated cost to implement the above scope of work is $19,975. Please see attached for a detailed cost estimate. L 1proposa1120171197-17 FS 571Cos1 Esllmale - FS 57 EBA 8_18_17 (1 Revisedydocx 2 EtB- ASSUMPTIONS For the purposes of developing the scope of work and the cost estimate, the following assumptions were made; • There is free and open access to the site and a City encroachment permit is not required. • If needed, traffic control will be provided by a subcontractor, if work extends into public right of way. The total anticipated volume of soil to be generated during the construction project is approximately 1,500 fluffed cubic yards. Based on this anticipated volume, the soil sampling has been formulated to yield one discrete soil sample for approximately every 50 cubic yards of fluffed soil resulting in a total of 32 samples soil samples. The depth of the soil potholes will be approximately 10 to 12 feet below the ground surface. Four groundwater grab samples will be taken from the trenches where encountered. • Costs associated with an encroachment permit are not required by the City of San Rafael as the project is a City project involving infrastructure and capital improvement. • Soil and groundwater generated during the pothole activities will be placed back into each respective hole. It is assumed that any soil excavated during the potholing will be removed during the construction project. • The work is subject to prevailing wage provisions. • Cost does not include night or weekend work. LIMITATIONS Throughout this project, additional information may become available. This new information may result in a change in the scope of work, which may result in a change in the cost of the project. EBA will notify the client when there is a change in the cost and will not proceed without prior approval of the changes from the client. Throughout the project, EBA will make every effort to reduce the cost of the project by negotiating with regulatory agencies or landfills to eliminate unnecessary procedures and/or analytical costs. i 1plopoSM201 A197-17 FS 5MOSI ESUM819 - FS 57 EBA B_18 17 (1 Revisud) docz I trust this provides the information you require at this time. If you have any comments or questions, please call me at (707) 544-0784. Sincerely, EBA ENGINEERING Matthew Earnshaw, P.G., C.Hg., QSD Senior Geologist Attachment: Cost Estimate — Pre -Construction Hazardous Materials Assessment Standard Schedule of Fees and Rates Llpropoeal120171187-17 FS 571Cosl Esllmale - FS 57 EBA 8_1817 (1 Revlsed).doox 4 EENE�E Cost Estimate - Pre -Construction Hazardous Materials Assessment Location: City of San Rafael #87 Fire Station Client Name: City of San Rafael EBA Proposal No.: 19747 (1 Revised) Date: 8111612018 110OA1 TOTAu IA[Oa - TOTAL a.—@.t TW6Twulol ►..1.. •TIOAATm f.nUl F").tl 21.11 O..tn T.UI 11A C• -ke II.I..W.• COM Tl.l O..blbl OM.aW O.0"U11 OMb. 91.1w [•A T.II Iltc 1116" •Ul" 2,2040 110" 110" IUu. Tow G.1. Ir h.I.dtL......,1.ttr11...M 4.n..rM.Ae• 1 • N 1 "] w 1 I311" I`MNN 1lf.Nl !.1•W.ItY•nn4tMt•.. [.taNbnCWIWu �1A TN14e G.bM t 11 1. 40 f 6f . 1 tplN 1 M. 1 110" f tl•)l" 4t•n.Otwn0•M.IWw...►Un 1 ,2 • i 1 ll f Tf1•" / 1)10" irh...1 TOTAL to 31 f1 ■ I 0 11 f ItfTOW 1 U/l" t •1•" / 17{AO t I1fil" ••In.Ud...M..n..lN/.M Umd,, M• d..th.1,2 I"1 bJ•rg4 d.utl.. 1.65E A.. 1131.41n44gN0NNiRw•1.W lelb•W Ut.ntltblTuryaNA r E ERINGA STANDARD SCHEDULE OF FEES AND RATES Principal Geologist/Principal Engineer ........................................... $200.00 per hour Project Manager............................................................................. $150.00 - $190.00 per hour Senior Geologist/Senior Engineer .................................................. $145.00 - $190.00 per hour Senior Project Geologist/Senior Project Engineer .......................... $135.00 - $165.00 per hour Project Geologist/Project Engineer ................................................. $125.00 - $155.00 per hour Staff Geologist/Staff Engineer........................................................ $110.00 - $135.00 per hour Survey: 3 Man Crew....................................................................... $275.00 per hour Survey: 2 Man Crew....................................................................... $240.00 per hour Survey Travel: 2 Man Crew............................................................ $200.00 per hour Survey: 1 Man Crew....................................................................... $165.00 per hour Senior Survey Technician.............................................................. $110.00 - $125.00 per hour Senior Environmental Scientist/Specialist...................................... $110.00 - $145.00 per hour Environmental Scientist/Specialist.................................................. $ 75.00 - $115.00 per hour Design Draftsperson...................................................................... $110.00 - $130.00 per hour Clerical........................................................................................... $ 60.00 per hour Administrative................................................................................ $ 65.00 per hour SystemsManager.......................................................................... $ 70.00 per hour Depositions or court proceedings................................................... 200% of usual rates Subconsultants.............................................................................. Cost plus 15% Prints and materials....................................................................... Cost plus 15% Miscellaneous expenses................................................................ Cost plus 15% Prevailing wage rates may be adjusted based on DIR wage determinations. January 2017 Llnmslers\Templules & FornatrnlesTnles 2U17-201HUMA Engineering Fee Schedule Jununry 2017.doc CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: Department of Public Works Project Manager: Cindy Ray Extension: x5326 Project Name: fire Station #57 Preconstruction Hazardous Material Testing Contractor Name: EBA Engineering Contractor's Contact: David Noren Contact's Email: dnoren@ebagroup.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER DEPARTMENT DATE Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor n/a © CR b. Email contract (in Word) & attachments to City 8/23/2017 Atty c/o Laraine.Gittens@cityofsanrafael.org 2 City Attorney a. Review, revise, and comment on draft agreement 8/23/2017 ® LAG and return to Project Manager b. Confirm insurance requirements, create Job on 8/23/2017 ® LAG PINS, send PINS insurance notice to contractor 3 Project Manager Forward three (3) originals of final agreement to ❑ CR contractor for their signature 4 Project Manager When necessary, * contractor -signed agreement ® N/A agendized for Council approval *PSA > $20,000; or Purchase > $35,000; or Or ❑ CR Public Works Contract > $125,000 C ick here to Date of Council approval enter a date PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 5 Project Manager Forward signed original agreements to City 911/ r )t CR Attorney with printed copy of this routing form q 6 City Attorney Review and approve hard copy of signed x'%23/ xD (, — agreement r7 �� 7 City Attorney Review and approve insurance in PINS, and bonds ��� (for Public Works Contracts) 5,12'y 8 City Manager/ Mayor Agreement executed by Council authorized official �J 9 City Clerk Attest signatures, retains original agreement and g 14 forwards copies to Project Manager �- -