HomeMy WebLinkAboutMINUTES - 02142006 - C.4 TO: BOARD OF SUPERVISORS sE-L Contra
FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR - -- ` Costa
� .� Count
e 4� y
DATE: February 14, 2006 °STa COOK `P~~
SUBJECT: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute an"On-Call'
Consulting Services Agreement with Ninyo &Moore Geotechnical and Environmental Sciences
Consultants, Countywide. (All Districts) Project No. Various
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDED ACTION:
APPROVE and AUTHORIZE the Public Works Director,or designee,to execute a Consulting Services Agreement
(CSA)with Ninyo&Moore Geotechnical and Environmental Sciences Consultants(Ninyo&Moore)not to exceed
an amount of$50,000 to provide "On-Call' environmental consulting services, for the period February 14, 2006
through February 28, 2008, Countywide.
FISCAL IMPACT:
There is no impact to the County General Fund. This project is funded by Flood Control & Water Conservation
District Funds (48%), Local Road Funds (48%) and Airport Project Funds (4%).
Continued on Attachment: ® SIGNATURE:
[RECOMMENDATION OF COUNTY ADMINISTRATOR ❑ RECOMMENDATION OF BOARD COMMITTEE
[APPROVEOTHER
SIGNATURE(S).
ACTION OF BO RD ON 7"W
APPROVED AS OMMENDED THER F-1
VO/OF SUPERVISORS
UNANIMOUS(ABSENT I hereby certify that this is a true and correct copy of an action taken
AYES; NOES: and entered on the minutes of the Board of Supervisors on the date
ABSENT: ABSTAIN: shown.
TT:ms - G
G:\GrpData\EngSvc\ENVIRO\BO\2006\ ATTESTED: Gey'"'2>y e 6
(02-14-06)CSA-Ninyo&Moore(On-Call).doc JOHN SWEETEN, Clerk oft oard of Supervisors and County
Orig.Div:Public Works(Environmental Section)
Contact: Trina Torres,(313-2176) Administrator
cc: Administrator-Attu.E.Kuevor
Auditor-Controller
Public Works-Accounting By "— ,Deputy
SUBJECT: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute an"On-Call"
Consulting Services Agreement with Ninyo &Moore, Countywide. (All Districts) Project No.
Various
DATE: February 14, 2006
PAGE: 2 of 2
REASONS FOR RECOMMENDATIONS AND BACKGROUND:
The CSA is needed to assist Public Works Department staff with obtaining environmental clearances and provide
"on-call"environmental assessment for various projects associated with Flood Control,Road,and Airport projects.
CONSEQUENCES OF NEGATIVE ACTION:
If the CSA is not approved, various flood control, road, and airport projects will not obtain environmental
clearances, which may cause delays in their construction or repair.
r Jr
CONSULTING SERVICES AGREEMENT
1. Special Conditions. These Special Conditions are incorporated below by reference.
(a) Public Agency: Contra Costa CounPublic Works De artment
(b) Consultant's Name & Address: Ninyo &Moore Geotechnical and
Environmental Sciences Consultants
1956 Webster Street Suite 400
Oakland, CA 94612
(c) Project Name, Number, & Location: Hazardous Material Assessment
Proj. No. Various (On Call)
Countywide
(d) Effective Date: February 14, 2006 (e) Payment Limit(s): $50,000
(f) Completion Date(s): February 28, 2008
2. Signatures.These signatures attest the parties' agreement here to:
PUBLIC AGENCY CONSULTANT
By: Maurice M. Shiu
Public Works Director/ By:
Chief Engineer, or Designee (Designate official capacity in the business Type of Business:
(sole proprietorship,government agency,partnership,corporation,etc.)
If Corporation, State of Incorporation:
By: By:
(Designate official capacity in the business)
Note to Consultant: For corporations,the contract must be signed by two officers.The first signature must be that of the
chairman of the board, president, or vice-president; the second signature must be that of the secretary, assistant
secretary, chief financial officer, or assistant treasurer. (Civ. Code, Sec. 1190 and Corps. Code. Sec. 313.) The
acknowledgment below must be signed by a Notary Public.
CERTIFICATE OF ACKNOWLEDGMENT
State of California )
ss.
County of . )
On the date written below,before me,the undersigned Notary Public,personally appeared the person(s)signing above
for Consultant, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s)
whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Dated:
Notary Public
(Notary's Seal)
(Page 1 of 9)
G:\GrpData\EngSvc\ENVIRO\CSA's\2006\Agreements\Ninyo&Moore(on call).doc
3. Parties. Effective on the above date,the above-named Public Agency and Consultant mutually agree
and promise as follows:
4. Employment. Public Agency hereby employs Consultant,and Consultant accepts such employment,
to perform the professional services described herein, upon the terms and in consideration of the
payments stated herein.
5. Scope of Service. Scope of service shall be as described in Appendix A,attached hereto and made a
part hereof by this reference.
6. Report Disclosure Section. Any document or written report prepared hereunder by Consultant, or a
subcontractor,for Public Agency shall contain, in a separate section,the numbers and dollar amounts
of this contract and all subcontracts relating to the preparation of such document or written report,
provided that the payment limit specified in Sec. 1(e) exceeds $5,000. When multiple documents or
written reports are the subject or products of this agreement,the disclosure section may also contain a
statement indicating that the total contract amount represents compensation for multiple documents or
written reports.
7. Insurance. Consultant shall, at no cost to Public Agency, obtain and maintain during the term hereof:
(a)Workers'Compensation Insurance pursuant to state law; (b) Professional Liability Insurance with
minimum coverage of$1,000,000.00 and a maximum deductible of$ ; and (c)
Comprehensive General Liability Insurance, including blanket contractual (or contractual liability)
coverage, broad form property damage coverage,and coverage for owned and non-owned vehicles,
with a minimum combined single limit coverage of$1,000,000.00 for all damages due to bodily injury,
sickness or disease,or death to any person,and damage to property,including the loss of use thereof,
arising out of each accident or occurrence, and naming Public Agency, Contra Costa County, its/their
governing bodies,officers and employees as additional insureds. Consultant shall promptly furnish to
Public Agency certificates of insurance evidencing such coverage and requiring 30 days'written notice
to Public Agency of policy lapse, cancellation or material change in coverage.
8. Payment. Public Agency shall pay Consultant for professional services performed at the rates shown
in Appendix B attached hereto, which include all overhead and incidental expenses, for which no
additional compensation shall be allowed. Notwithstanding the foregoing,those incidental expenses
specifically itemized in Appendix B shall be reimbursable by Public Agency to Consultant, provided
that Consultant submits copies of receipts and, if applicable,a detailed mileage log to Public Agency.
In no event shall the total amount paid to Consultant exceed the payment limit(s) specified in Sec.
1(e) without prior written approval of the Public Agency. Consultant's billing statements shall be
submitted at convenient intervals approved by Public Agency and shall list,for each item of services,
the employee categories, hours and rates. Public Agency will pay consultant in accordance with the
requirements of Civil Code Section 3320 as applicable.
9. Status. The Consultant is an independent contractor, and shall not be considered an employee of
Public Agency.
10. Time for Completion. Unless the time is extended in writing by Public Agency, Consultant shall
complete all services covered by this Agreement no later than the Completion Date(s) listed above.
11. Record Retention and Auditing. Except for materials and records delivered to Public Agency,
Consultant shall retain all materials and records prepared or obtained in the performance of this
Agreement, including financial records, for a period of at least five years after Consultant's receipt of
the final payment under this Agreement. Upon request by Public Agency, at no additional charge,
Consultant shall promptly make such records available to Public Agency, or to authorized
representatives of the state and federal governments, at a convenient location within Contra Costa
County designated by Public Agency, and without restriction or limitation on their use.
(Page 2 of 9)
G:\GrpData\EngSvc\ENVIRO\CSA's\2006\Agreements\Ninyo&Moore(on call).doc
12. Documentation. Consultant shall prepare and deliver to Public Agency at no additional charge, the
items described in Appendix A to document the performance of this Agreement and shall furnish to
Public Agency such information as is necessary to enable Public Agency to monitor the performance
of this Agreement.
13. Ownership of Documents. All materials and records of a finished nature, such as final plans,
specifications, reports,and maps, prepared or obtained in the performance of this Agreement,shall be
delivered to and become the property of Public Agency.All materials of a preliminary nature, such as
survey notes, sketches, preliminary plans, computations and other data, prepared or obtained in the
performance of this Agreement, shall be made available, upon request, to Public Agency at no
additional charge and without restriction or limitation on their use.
14. Extra Work.Any work or services in addition to the work or services described in Append&A shall be
performed by Consultant according to the rates or charges listed in Appendix B. In the event that no
rate or charge is listed for a particular type of extra work,Consultant shall be paid for the extra work at
a rate to be mutually agreed on prior to commencement of the extra work. In no event shall Consultant
be entitled to compensation for extra work unless a written authorization or change order describing
the work and payment terms has been executed by Public Agency prior to the commencement of the
work.
15. Payment Retention. Public Agency shall retain ten percent(10%)of the monies due the Consultant as
security for the fulfillment of this Agreement. After the Consultant has completed all work under this
Agreement, submitted final billing, and the Public Agency has found the work to be accurate, the
Public Agency will pay all withheld funds. Public Agency will pay withheld funds in accordance with the
requirements of Civil Code Section 3320 as applicable.A retention will not be withheld for any"on-call"
work.
16. Termination by Public Agency. At its option, Public Agency shall have the right to terminate this
Agreement at any time by written notice to Consultant, whether or not Consultant is then in default.
Upon such termination, Consultant shall, without delay, deliver to Public Agency all materials and
records prepared or obtained in the performance of this Agreement, and shall be paid, without
duplication, all amounts due for the services rendered up to the date of termination.
17. Abandonment by Consultant. In the event the Consultant ceases performing services under this
Agreement or otherwise abandons the project prior to completing all of the services described in this
Agreement, Consultant shall, without delay, deliver to Public Agency all materials and records
prepared or obtained in the performance of this Agreement,and shall be paid for the reasonable value
of the services performed up to the time of cessation or abandonment, less a deduction for any
damages or additional expenses which Public Agency incurs as a result of such cessation or
abandonment.
18. Breach. In the event that Consultant fails to perform any of the services described in this Agreement
or otherwise breaches this Agreement, Public Agency shall have the right to pursue all remedies
provided by law or equity. Any disputes relating to the performance of this Agreement shall not be
subject to non-judicial arbitration.Any litigation involving this Agreement or relating to the work shall
be brought in Contra Costa County,and Consultant hereby waives the removal provisions of Code of
Civil Procedure Section 394.
19. Compliance with Laws. In performing this Agreement, Consultant shall comply with all applicable
laws, statutes, ordinances, rules and regulations, whether federal, state, or local in origin. This
includes compliance with prevailing wage rates and their payment in accordance with California Labor
Code, Section 1775.
(Page 3 of 9)
G:\GrpData\EngSvc\ENVIRO\CSA's\2006\Agreements\Ninyo&Moore(on call).doc
20. Assignment.This Agreement shall not be assignable or transferable in whole or in part by Consultant,
whether voluntarily, by operation of law or otherwise; provided, however, that Consultant shall have
the right to sub-contract that portion of the services for which Consultant does not have the facilities to
perform so long as Consultant notifies Public Agency of such subcontracting prior to execution of this
Agreement. Any other purported assignment, transfer or sub-contracting shall be void.
21 Subcontracting.All subcontracts exceeding $25,000 in cost shall contain all of the required provisions
of this contract. Consultant will pay each subconsultant in accordance with the requirements of Civil
Code Section 3321 as applicable.
22. Endorsement on Plans. Consultant shall endorse all plans, specifications, estimates, reports and
other items described in AppendixA prior to delivering them to Public Agency,and where appropriate,
indicate his/her registration number.
23. Patents and Copyrights.The issuance of a patent or copyright to Consultant or any other person shall
not affect Public Agency's rights to the materials and records prepared or obtained in the performance
of this Agreement. Public Agency reserves a license to use such materials and records without
restriction or limitation,and Public Agency shall not be required to pay any additional fee or royalty for
such materials or records. The license reserved by Public Agency shall continue for a period of fifty
years from the date of execution of this Agreement, unless extended by operation of law or otherwise.
24. Indemnification. Consultant shall indemnify,defend,save,protect,and hold harmless Public Agency,
its governing body,officers,employees, representatives,and agents("indemnitees")from any and all
demands, losses, claims, costs, suits, liabilities, and expenses for any damage, injury, or death
(collectively "Liability') arising directly or indirectly from or connected with the services provided
hereunder which is caused, or claimed or alleged to be caused, in whole or in part, by the negligence
or willful misconduct of Consultant, its officers, employees, agents, contractors, subconsultants, or
any persons under its direction or control and shall make good to and reimburse Indemnitees for any
expenditures, including reasonable attorneys'fees and costs,the Indemnitees may make by reason
of such matters and , if requested by any of the Indemnitees, shall defend any such suits at the sole
cost and expense of Consultant. Consultant's obligations under this section shall exist regardless of
concurrent negligence or willful misconduct on the part of the Public Agency or any other person;
provided, however, that Consultant shall not be required to indemnify Indemnitees for the proportion
of liability a court determines is attributable to the negligence or willful misconduct of the Public
Agency, its governing body, officers, or employees. This indemnification clause shall survive the
termination or expiration of this Agreement.
25. Heirs, Successors and Assigns. Except as provided otherwise in Section 20 above,this Agreement
shall inure to the benefit of and bind the heirs,successors,executors, personal representatives, and
assigns of the parties.
26. Public Endorsements. Consultant shall not in its capacity as a Consultant with Public Agency publicly
endorse or oppose the use of any particular brand name or commercial product without the prior
approval of the Public Agency's goveming board. In its Public Agency Consultant capacity,Consultant
shall not publicly attribute qualities or lack of qualities to a particular brand name or commercial
product in the absence of a well-established and widely accepted scientific basis for such claims or
without the prior approval of the Public Agency's governing board. In its Public Agency Consultant
capacity, Consultant shall not participate or appear in any commercially-produced advertisements
designed to promote a particular brand name or commercial product,even if Consultant is not publicly
endorsing a product, as long as the Consultant's presence in the advertisement can reasonably be
interpreted as an endorsement of the product by or on behalf of Public Agency. Notwithstanding the
foregoing, Consultant may express its views on products to other Consultants, the Public Agency's
governing board, its officers, or others who may be authorized by the Public Agency's governing
board or by law to receive such views.
(Page 4 of 9)
G:\GrpData\EngSvc\ENVIRO\CSA's\2006\Agreements\Ninyo&Moore(on call).doc
27. Project Personnel. In performing the services under this Agreement, Consultant shall use the
personnel listed in Appendix C, attached hereto and made a part hereof by this reference. Changes
in project personnel may only be made with Public Agency's written consent, and Consultant shall
notify Public Agency in writing at least thirty (30) days in advance of any proposed change. Any
person proposed as a replacement shall possess training,experience and credentials comparable to
those of the person being replaced.
28. Disadvantaged Business Enterprise(DBE)Requirements(Federal aid projects only). Consultant shall
comply with all applicable provisions of 49 CFR, Parts 23 and 26, and the County's Disadvantaged
Business Enterprise (DBE) Program, which are incorporated into this Agreement by reference. In
addition, in performing services under this Agreement, Consultant shall utilize all DBEs listed in
Consultant's written response to the Public Agency's request for qualifications or request for proposal
and shall pay to the listed DBEs the estimated amounts listed in Appendix B attached to this
Agreement. The Consultant shall not substitute a listed DBE at any time or decrease the amount to
be paid to a listed DBE without the advance,written consent of the Public Agency. If a listed DBE is
proposed to be replaced, Consultant shall make a good faith effort to replace the original DBE with
another DBE and shall submit to Public Agency written documentation of such effort.
29. Federal Cost Principles and Procedures (Federal aid projects only). Consultant shall comply with the
following provisions,which are incorporated into this Agreement by reference: (a)the cost principles
for allowability of individual items of costs set forth in 48 CFR, Chapter 1, Part 31: (b) the
administrative procedures set forth in 49 CFR, Part 18;and (c)the administrative procedures for non-
profit organizations set forth in OMB Circular A-110, if applicable to Consultant. In the event that
payment is made to Consultant for any costs that are determined by subsequent audit to be
unallowable under 48 CFR, Chapter 1, Part 31, Consultant shall refund the payment to Public Agency
within 30 days of written request from Public Agency. Should Consultant fail to do so,and should the
Public Agency file legal action to recover the refund, Consultant shall reimburse the Public Agency for
all attorney's fees, costs, and other expenses incurred by Public Agency in connection with such
action.
Attachments:Appendix A,Appendix B,Appendix C
Form approved by County Counsel (11/00)
(Page 5 of 9)
G:\GrpData\EngSvc\ENVIRO\CSA's\2006\Agreements\Ninyo&Moore(on call).doc
APPENDIX A
Scope of Services
On Call
PROJECT DESCRIPTION
This Agreement is to provide consulting services regarding environmental compliance for a
variety of public works, airport, and flood control projects. The Agreement is between Ninyo &
Moore Geotechnical and Environmental Sciences Consultants (Ninyo & Moore) and Contra
Costa County(County). Ninyo& Moore will provide hazardous materials assessments(Phase I
and Phase II) services as follows:
Scope of Services:
Conduct hazardous materials assessments, including Phase I and Phase II testing,for proposed
projects.
I. Phase I Assessment
Conduct Phase I Environmental Site Assessment (ESA) Research of the site in general
conformance with American Society of Testing (ASTM) and Materials Design, prepare ESA
Report due within one month of completion of field work, and attend meetings with other
agencies, as directed by Contra Costa County Public Works Environmental Staff (PWD
Environmental Staff).
A. Phase I ESA Research:
1. Conduct reconnaissance of the project site area, to visually check for signs of the
generation, use, storage, and/or disposal of hazardous materials and wastes
onsite, including but not limited to:
a) Aboveground or underground storage tanks,
b) Sumps and floor drains,
c) Chemical production, storage, or disposal areas, and
d) Discolored or stained surfaces.
2. Conduct surveys of surrounding properties from public streets to observe land
uses in the project site area and check for indications of potential environmental
problems on nearby properties.
3. Research the history and current use of project site. The research will include, but
not be limited to:
a) Reviewing copies of previous environmental documents for site
b) Reviewing historical aerial photographs, maps, and business directories.
B. ESA Report
1. Prepare a written report that describes the scope, methodology used, results,
conclusions and recommendation regarding the potential presence of recognized
environmental conditions at the site (as defined in the ASTM, Section E 1527)
2. The report will include a vicinity map, site plan, color photographs, and the
regulatory agency database report
3. The report shall be submitted to PWD Environmental Staff within one month of
completion of field work.
C. Meetings/consultations with the County and other agencies as necessary
(Page 6 of 9)
G:\GipData\EngSvc\ENVIRO\CSA's\2006\Agreements\Ninyo&Moore(on call).doc
APPENDIX A
Scope of Services
On Call
II. Phase II Assessment
Conduct Phase II Site Assessment, based on a comprehensive list obtained previously
from Phase I testing, to evaluate whether potential contaminants could impact a project
site.
A. Task One: Preparation of the Sampling and Analysis Plan
1. Review the previously prepared Phase I Environmental Site Assessment
2. Prepare a Sampling and Analysis Plan (Analysis Plan)that should include, but not
necessarily be limited to, such tasks as obtaining any necessary encroachment
permits from the County (including Contra Costa County Health Department) and
the Reclamation Districts, determining presence of existing underground utilities
through Underground Service Alert(USA)and a private utility locator,field sampling
of soil and groundwater, recommend amount of borings, screening of samples,
assessing the potential for lead and asbestos, addressing removal and disposal of
creosote-coated bridge pilings, sealing borings, chemical testing of samples,
evaluating data, and preparing a summary report.
3. Submit the Analysis Plan within 30 days of the assessment to PWD Environmental
Staff for approval
4.Attend a meeting with PWD Environmental Staff and State of California
Transportation (Caltrans) to discuss any comments from Caltrans.
5. Revise the Analysis Plan to address Caltrans comments and submit to PWD
Environmental Staff upon completion.
B. Task Two: Implement Work Plan [upon Step One approval by Caltrans/Federal
Highway Administration (FHWA)]
1. Drilling and sampling at boring locations, as requested by PWD Environmental Staff
2. Screening of samples
3. Chemical testing of soil and groundwater samples
4. Data evaluation
5. Prepare one draft and one final report (first draft to be submitted to PWD
Environmental Staff within one (1) month of authorization to proceed following
Caltrans approval of Work Plan); final report within two (2) weeks of receipt of
comments
6. Attend one meeting
7. Coordination with PWD Environmental Staff as necessary
(Page 7 of 9)
G:\GrpData\EngSvc\ENVIRO\CSA's\2006\Agrcements\Ninyo&Moore(on call).doc
APPENDIX B
Professional Services Payment/Rates
In order to be compensated,please provide the following information:
Job Title IRate-per hour
See Appendix C for personnel / rates
MOTES(Field Services)
For field and iahoratory tachnirlans and trial in-gpPHnm.. rP.pidar hnutiy rate are rharoad during normal weekday
construction hours. Overtime rates at 1.5 times the regular rates will be charged for work performed outside normal con-
struction hours and all day on Saturdays and Sundays. Rates at twice the regular rates will be charged for all work in
excess of 12 hours in one day or on holidays. Lead time for any requested service is 24 hours. Field Technician rates
are based on a 2-hour minimum. Special inspection rates are based on a 4-hour minimum for the first 4 hours and an 8-
dour minimum for hours exceeding 4 hours.Field personnel are charged portal to portal.
INVOICES
Invoices will be submitted monthly and are due upon receipt.A service charge of 1.0 percent per month may be charged
on accounts not paid within 30 days.
ENVIRONMENTAL FIELD EQUIPMENT1CONSUMABLES
PIDIFIDUsage..................................................................:........................................................................... $ 120/day
AirSampling Cassettes...........................................................................................................................,.... $ 100 lea
4-Gas Monitor.,................................................................ .........4--....................................... ..................... $ 95Iday
InterfaceProbe Usage.......................................................................................................................... ......... $ 80 May
GeneratorUsage.................................................------.................. ............................................ $ 70/day
HandAuger Kits—.................................................... ......................................... . .. ... .. ................ $ 55/day
Level C Personal Protective Equipment(personlday[pld])............. ::......: ..... ............................. $ 55lpi'd
AirSampling Pump Usage,...... ............ ...................................;................................ ................................ S 45/day
WaterLevel Meter Usage.............................................................................................................................. S 40/day
60'Disposable Pump Usage......---...... .................................................................................................... S 40/day
ConductivitylpH Meter Usage..... ............................... .....:................................................. S 30/day
DecontaminationKits..... ............ ..... .... ..................................................................................................... S 25 lea
Level D Personal Protective Equipment(personfday L ld].......................................................................... S 251p1d
DisposableBailers................................,..................................................,..................................................... $ 20 lea
FieldVehicle Usage...................................................................................................................................... S 81hr
1 m"IStainlew Stool SamplingSleovac...................................................................................................... S S lea
OTHER CHARGES
ExpertWitness Testimony...... ........... .......... ................... ......... ......................................_.................. $ 300/hr
Concrete Coring]Equipment(includes one technician) ........................................................ ................. S 1451h
Special Preparation of StandardTest Specimens............... . ... . ... .................. ................................ $ 71!hr
InclinometerUsage .......................... ............. .................. ................,..........................................,...... $ 321hr
VaporEmission Kits..................................................................................................................................... S 30/kit
Rebar Locator(Pachometer).......................................--.............................................................. ............ 5 221hr
NuclearDensity Gauge Usage.......... ...........................................,.....,........, ..... .....,...:.........................:. S 12!hr
FieldVehicle Usage.......................... ... .........................---......,....,....,.....,................................................ $ 8 thr
Direct Project Expenses......... ......... ... ........... .....................................................................................Cost Plus 15%
Labordto testing,geophysical equipment,and others ecial a ui rent rovided u n request.
Reimbursables: In order to be compensated, please provide the following information:
Mileage: not to exceed $0.44/mile
Parking and Toll,if applicable
(attach documentation)
Photo Copy Charge:
(attach documentation)
Incidental Direct Charge
(attach documentation)
-List.
(Page 8 of 9)
G:\Gn)Data\EneSvc\ENVIRO\CSA's\2006\Agreements\Ninyo&Moore(on call).doc
APPENDIX C
Project Personnel
NOTE: Please provide project personnel and titles. Any personnel that are not listed for this contract,
will not be compensated for payment.
SCHEDULE OF FEES
HOURLY CHARGES FOR PERSONNEL
Joel R.Kushins, PE, Project Manager,Principal Engineer..................................................:..:..:....:.... 148
Stephen Wade, Health&Salty Advisor,Certified Industrial Hygienist..............'......................... .......... $ 148
Jonathan D.Hoffman,lits, Senior Geologist. ... 1111.......................... $ 144
.,. 1111 , . .... . .. . ...
Phyllis E.Flack,PG, Task Manager,Senior Geologist.............................................1........................ $ 144
Kristopher M.Larson, PG,Task Manager,Sr. Project G+i otogist........................
Peter Clark, RG„ REA,Project Geologist...........:..:.:..:.. .. .......:..:.. .....:.::..::....: ::......................... S 138
William P.Larkin,CAC,Task Manager, Project Scientist.... .... $ 138
Blair Bridges,Senior Staff Scientist--- _... .. ... ................................................ .... ... ..............................,............... S 124
Laura E.Osteen,Senior Staff Scientist. .. .. . .... . .. .. .. ,....................... $ 124
William P.Larkin,CAC,Task Manager,Certified Asbestos Consultant, , .. . ..... ...,,..,.............. 5' 116
Jaynes Koniuto, Staff Scientist.............,. ............ ........ ............ .............. S 116
Principal Engineer GeologisVEnvironmenta.1 Scienbst...................... ................,..... .1111..,. $ 148
Certified Industrial Hygleni:st.. ....................... . . . ........... ._ ..... . ....1 ..1 ... , ,. ....... $ 148
1111 1111. 1111 .. . 1111.
Senior k:ngmeeriUeologisUknAronmental bcientist ....... .: :. .. ...::............ .::............................:...6......... $ 144
Senior Project Engineer[GeologisUEnvironmental Scientist ....... :.............:...::.:...........:....................; $ 141
Project EngineerfGovlogist/Environmental Scian4st . ................................................,........,......... . .................... $ 138
Senior Staff Engin+eerlGeologistlEnv r+onmehtal Scientist................................................ ......................................... . $ 124
1
Staff EngineerlGeologisVEnvironmental Scientist... : ..........................................................................................
$ 198
Certified Asbestos Consultant...................... ....................................................................................................... $ 116
GISAnalyst.........................................................,...,....,.................,..................,........,.......:. ......:........_:........_....... $ 116 '
FieldOperations Manager,..:. ......... ..................... ................................ ..........................................,...,....,.,., $ 92
Pall Test Technician and Equipment ........ ............. .................................. .. .........._.......... ........................... .. $ 81
Nondestructive Examination Technician,UT,MT;LP...—....................w.........6.......... ........................................... $ 80
SupervisoryTechnician............................................. .............................:.:.. .::.11:11 ..:...- ....:.. ...............:11:11 $ 79
Technical Illustra drlCAD Operator.. ........................................................ . ........................................... . ....,.... $ 76
Senior Field/Laboratory Technician........................... . . . . .... . ...... . . .... .. .... ............... $ 71
1111. ..... .. .............. _.. . __111__1 ... _ ... _.
FeldlLaboratoryTechnician ..... ...._.....- . ..........., ........ ............................ $ , 71
........
ACIConcrete Technician.............................................................i—, :...::... ....:.... ............................................ $ 71
Concrete/Asphalt Batch Plant lnspWor.................. ......... ......1.............1 ........1 ....1.. . $ 71
Special Inspector,Reinforced Concrete.. ....... ..... ................................ $ 71
Special Inspector,Pre-stressed Concrete. . _ . .... .__ _ . . . ............,.............. $ 71
.. 1111 .._1111 _. .... .....
Special Inspector, Reinforced Masonry—.... ...11.::. : .............
1.1.11. ......................... ---...._........_..... 1111 ._. $ 71
Spacial Inspector, Structural Steel......................................:....:.....a:............:..,.....:..- ,. <..::.....:.:..... :.:::...: ......... $ 71
SpecialInspector,Welding,AWS.,.................... ..... ..................................................,. . ,............................... $ 71
Special Inspector, Fireproofing ........1 ...1.1.1 ... ...... _..... .. ... .... $ 71
Geoter,hnicallEnvironmentaVLaboiatoryAssistant................................................................................................ $ 64
InformationSpecialist. . ... .. ................................ ........................................................................................... $ 64
lata Processing,Technical Editing,or Re roduction,............1.111.:.:.................... $ 5+8
(Page 9 of 9)
G:\GipData\EngSvc\ENVIRO\CSA's\2006Wgreements\Ninyo&Moore(on call).doc
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
State of OPTIONAL SECTION
County of CAPACITY CLAIMED BY SIGNER
On before me, Though statute does not require the Notary to fill in the
DATE NAME,TITLE OF OFFICER E.G.,"JANE DOE,NOTARY PUBLIC" data below, doing so may prove invaluable to persons
personally appeared relying on the document.
NAME(S)OF SIGNER(S) ❑ INDIVIDUAL
❑ personally known to me-OR-❑ proved to me on the basis of satisfactory evidence to ❑ CORPORATE OFFICER(S)
be the person(s)whose name(s)is/are subscribed TITLE(s)
to the within instrument and acknowledged to me
that he/she/they executed the same in ❑ PARTNER(S) ❑ LIMITED
his/her/their authorized capacity(ies),and that by ❑ GENERAL
his/her/their signature(s) on the instrument the ❑ ATTORNEY-IN-FACT
person(s)or the entity upon behalf of which the ❑ TRUSTEE(S)
person(s)acted,executed the instrument. ❑ GUARDIAN/CONSERVATOR
WITNESS my hand and official seal, ❑ OTHER:
SIGNER IS REPRESENTING:
SIGNATURE OF NOTARY I NAME OF PERSON(S)OR ENTITY(IES)I
OPTIONAL SECTION
THIS CERTIFICATE MUST BE ATTACHED Title or Type of Document
TO THE DOCUMENT AT RIGHT. Number of Pages
Though the data below is not required by law,it may prove valuable Date of Document
to persons relying on the document and could prevent fraudulent Signer(s)Other Than Named Above
re-attachment of this form
INSTRUCTIONS TO NOTARY
The following information is provided in an effort to expedite processing of the documents.
Signatures required on documents must comply with the following to be acceptable to Contra Costa County.
I. FOR ALL SIGNATURES -The name and interest of the signer should be typed or printed BENEATH the signature. The
name must be signed exactly as it is typed or printed.
II. SIGNATURES FOR INDIVIDUALS-The name must be signed exactly as it is printed or typed. The signer's interest in
the property must be stated.
III. SIGNATURES FOR PARTNERSHIPS-Signing party must be either a general partner or be authorized in writing to have
the authority to sign for and bind the partnership.
IV. SIGNATURES FOR CORPORATIONS
Documents should be signed by two officers, one from each of the following two groups:
GROUP 1. (a)The Chair of the Board
(b)The President
(c)Any Vice-President
GROUP 2. (a)The Secretary
(b)An Assistant Secretary
(c)The Chief Financial Officer
(d The Assistant Treasurer
If signatures of officers from each of the above two groups do not appear on the instrument,a certified copy of a resolution of the
Board of Directors authorizing the person signing the instrument to execute instruments of the type in question is required. A
currently valid power of attorney,notarized,will suffice.
Notarization of only one corporate signature or signatures from only one group,must contain the following phrase:
..and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its Board
of Directors."
G:\GrpData\EngSvc\ENVIRO\CSA's\Fomts\Contract docs(CSA-Amend-SAs)\NOTARY-ALL PURPOSE.doc
Rev.August 1,2001