Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04084 - SECOR UNDERGROUND STORAGE TANKS MO6365
F PALM SA City of Palm Springs Office of the City Clerk 4 (760) 323-8205 O+cIFOit MEMORANDUM Date: S 3 (o O To: Cbiv Ca From: City Clerk AGREEMENT # `(OSq r S—EC ZY4 [ r-yTc— ' l�N �l'� � A Please let us know the status of the above agreement, and if it maybe closed. STATUS: coo n e-- COMPLETED: REMAIN OPEN UNTIL: Date & Initials CLOSE AGR Lr-1' Signature I T, _ � _a r SECOR International Inc. • . Amend #1 - Undgnd Storage Tank Removal & Replacement-CP95-17 AGREEMENT #4084 M06439, 7-7-99 AMENDMENT NO. 1 TO AGREEMENT NO. 4064 - — UNDERGROUND STORAGE TANK REMOVALS AND REPLACEMENT - CORRECTIVE ACTION FOR CONTAMINATION CITY PROJECT 95-17 The following article of Agreement No. 4084 is hereby amended to read as follows: 1.0 Section 2.1, Contract Sum, is hereby amended to provide a maximum contract amount of $19,139.00, an increase of$9,007.00. 2.0 Exhibit "A", Scope of Services, is hereby amended by adding the following: Task 2 - Drilling, Soil Sampling and Field Consulting Two 40 feet deep (or refusal) Hollow Stem Auger bores will be advanced with at least one beneath the canopy making a Limited Access Rig (LAR) Hollow Stem Auger necessary, with sampling at five foot intervals. Any drilling spoil generated by the advancement of the boreholes will be contained in 55-gallon drums, appropriately labeled and held onsite for disposal. Upon completion of the boring, each hole will be backfilled with a bentonite cement grout over the entire depth. The drilling prices provided also include the necessary mobilization and demobilization of the drilling equipment and personnel. Credit to the City for drilling and sampling not used in the original Scope of Services will be applied in the amended work. In Bid Schedule A, Contractor to continue to drill two additional 40 foot depths. This work would only be performed if necessary as dependent on soil concentration encountered and Riverside County Department of Environmental Health requirements. The additional work to continue drilling includes sampling, laboratory, drums/disposal of soil and water. Contractor shall provide a staff level engineer or geologist to supervise the drilling operations, collect the soil samples, develop the soil boring log, and ensure project completion to the satisfaction of the City. Task 3 - Laboratory Analysis Contractor will provide for an onsite mobile laboratory which can conduct analysis under State certification for gasoline and diesel fuels by EPA Test Method 8015 Modified and benzene, toluene, ethyl benzene, total xylene and MTGE. utilizing EPA Test Method 8020. SECOR will take 16 soil samples using the certified mobile laboratory. 3.0 Exhibit "B", Schedule of Compensation is hereby amended by adding and decreasing the following: Payments for work under the Contract Services Agreement No. 4084 shall be made Amendment No. 1 to Secor's Agreement No. 4084 July 7, 1999 Page 2 on a time and materials basis, in accordance with the attached Fee Schedule . Total cost will not exceed the following: 2. Mobilization Lump Sum $ 460.00 Bores 80 Ft. @ $18.00 $ 1,440.00 Soil Sampling 10 Ea @ $100.00 $ 1,000.00 Field Consulting 9 Hrs. @ $65.00 $ 585.00 3. Laboratory Analysis (Samples) 16 Ea @ $104.00 $ 1,664.00 Sub-Total $ 5,149.00 2. Bores 28 Ft. @ $ 18.00 ($ 504.00) 3. Laboratory Analysis (Samples) 5 Ea @ $104.00 ($ 520.00) 4. Report Preparation Credit ($ 67.00) Sub-Total ($ 1,091.00) Bid Schedule A 2. Per Diem 1 Day @ $260.00 $ 260.00 Bores 80 Ft. @ $18.00 $ 1,440.00 Soil Sampling 10 Ea @ $100.00 $ 1,000.00 Field Consulting 9 Hrs. @ $65.00 $ 585.00 3. Laboratory Analysis (Samples) 16 Ea @ $104.00 $ 1,664.00 Sub-Total $ 4,949.00 Grand Total not to exceed $ 9,007.00 Except as specifically amended by this Amendment, all items and provisions of Agreement No. 4084, approved by the City Council on Mar. 19, 1999, Minute Order No. 6365, remains in full force and effect. Dated this _ �` Day of L���C� , 1999. f ATTEST: CITY OF PALM SPRINGS A municipal corporation City Clerk ��_af,_ _City Manager APPROVED AS TO FORM: �"'C'r�', ,APPP�OVL-D BY THE C TY CON3NC19 '�. iiy' Attorney Me" r Na�. Check One: _Individual Partnership ✓Corporation CONTRAC R: (Corporations require two signatures: SECOR I TERONAL, INC. One from each of the following: A. Chairman of the Board, President, By: L any Vice-President; AND B: Secretary, A. A oIariz d Signature Assistant Secretary, Treasurer, Assistant 1t-g rl 'R,Al w6 Treasurer, or Chief Financial Officer) / Printt Name&Title' iri By: (f 0�_ B. Notarized Signature Print Name&Title Mailing Address: P.O. BOX 230 P,� TTtt,i Redmond, WA 98073-0230 G � Not �ulYrtie�'s s ',, s. o �'i of w Ayv"NG, SECOR International Inc. • Undgnd Storage Tank Removal &Rept CP95-17 AGREEMENT 44084 CITY OF PALM SPRINGS M06365, 3_17-99 Engineering CONTRACT SERVICES AGREEMENT FOR UNDERGROUND STORAGE TANK REMOVALS AND REPLACEMENT CONTAMINATION SOIL REMOVAL CITY PROJECT NO. 95-17 HIS CONTRACT SERVICES AGREEMENT (herein "Agreement") is made and entered into this day of aw4,191 by and between the CITY OF PALM SPRINGS, a municipal corporation (herein "City") and SECOR International Incorporated (herein "Contractor"). (The term Contractor includes professionals performing in a consulting capacity). NOW, THEREFORE, the parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all of the terms and conditions of this Agreement, the Contractor shall perform the work or services set forth in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by reference. Contractor warrants that all work and services set forth in the Scope of Services will be performed in accordance with generally accepted industry standards, in a competent, professional and satisfactory manner. 1.2 Compliance With Law. All work and services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses, Permits, Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "B" and incorporated herein by this reference, but not exceeding the maximum contract amount of$10,132.00 ("Contract Sum"). 2.2 Method of Payment. Provided that Contractor is not in default under the terms of this Agreement, Contractor's monthly invoices shall be paid as outlined in Exhibit "B", Schedule of Compensation. PS2\2V099999-3000\2022693.2 m08/2995 Re,md 09/01/96 -1- 3.0 COORDINATION OF WORK 3.1 Representative of Contractor. Kyle D. Emerson is hereby designated as being the principal and representative of Contractor authorized to act in its behalf with respect to the work and services specified herein and make all decisions in connection therewith. 3.2 Contract Officer. Tom Cartwright is hereby designated as being the representative the City authorized to act in its behalf with respect to the work and services specified herein and make all decisions in connection therewith ("Contract Officer"). The City Manager of City shall have the right to designate another Contract Officer by providing written notice to Contractor. 3.3 Prohibition Against Subcontracting or Assi ng ment. Contractor shall not contract with any entity to perform in whole or in part the work or services required hereunder without the express written approval of the City. Neither this Agreement nor any interest herein may be assigned or transferred (except accounts receivable), voluntarily or by operation of law, without the prior written approval of City. Any such prohibited assignment or transfer shall be void. 3.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth. Contractor shall perform all services required herein as an independent contractor of City and shall remain under only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 4.0 INSURANCE AND INDEMNIFICATION 4.1 Insurance. The Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance: (a) Comprehensive General Liability Insurance. A policy of comprehensive general liability insurance written on a per occurrence basis in an amount not less than either (i) a combined single limit of$1,000,000.00 or (ii) bodily injury limits of$500,000.00 per person, $1,000,000.00 per occurrence and $1,000,000.00 products and completed operations and property damage limits of $500,000.00 per occurrence. If the Contract Sum is greater than $500,000.00, the policy of insurance shall be in an amount not less than$5,000,000.00 combined single limit. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the Contractor and the City against any loss, claim or damage arising from any injuries or occupational diseases occurring to any worker employed by or any persons retained by the Contractor in the course of carrying out the work or services contemplated in this Agreement. (c) Automotive Insurance. A policy of comprehensive automobile liability insurance written on a per occurrence basis in an amount not less than either (i) bodily injury t:52\276\099999¢3000\2322693.2 .08/22/95 Redwd 09/01/98 _2_ liability limits of$500,000.00 per person and$1,000,000.00 per occurrence and property damage liability limits of$250,000.00 per occurrence and $500,000.00 in the aggregate or (ii) combined single limit liability of$1.000,000.00. Said policy shall include coverage for owned, non-owned, leased and hired cars. (d) Additional Insurance: Policies of such other insurance, including Professional Liability Insurance, as may be required in the Scope of Services, Exhibit "A„ All of the above policies of insurance shall be primary insurance and shall name the City, its officers, employees and agents as additional insureds, except that the City shall not be named as an additional insured for the Worker's Compenstation Insurance nor the Professional Liability Insurance. The insurer shall waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents and their respective insurers. All of said policies of insurance shall provide that said insurance may not be amended or canceled without providing thirty (30) days prior written notice by registered mail to the City. In the event any of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section 4.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance or binders are approved by the City. The Contractor agrees that the provisions of this Section 4.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities or the activities of any person or persons for which the Contractor is otherwise responsible. The insurance required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the City Manager or designee of the City due to unique circumstances. 4.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and employees against, and will hold and save them and each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities, including paying any legal costs, attorneys fees, or paying any judgment (herein "claims or liabilities") that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work or services of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor's negligent performance of or failure to perform any term, provision covenant or condition of this Agreement, but excluding such claims or liabilities to the extent caused by the negligence or willftd misconduct of the City. FSM70099979-3000=22693.2 .08122195 Revised 09/01/98 -3- 5.0 TERM 5.1 Term. Unless earlier terminated in accordance with Section 5.2 below, this Agreement shall continue in fill force until June 30, 1999. 5.2 Termination Prior to Expiration of Term. Either party may terminate this Agreement at any time, with or without cause, upon thirty (30) days' written notice to the other party. Upon receipt of the notice of termination, the Contractor shall immediately cease all work or services hereunder except as may be specifically approved by the Contract Officer. In the event of termination by the City, Contractor shall be entitled to compensation for all services rendered prior to the effectiveness of the notice of termination plus reasonable costs to set the termination claims, to protect/deliver/transfer property, and for such additional services specifically authorized by the Contract Officer and City shall be entitled to reimbursement for any compensation paid in excess of the services rendered. 6.0 MISCELLANEOUS 6.1 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin or ancestry. 6.2 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 6.3 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 6.4 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement. 6.5 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. F52\276\099999-300D\2022693.2 .08/22/95 ReviscJ W101198 -4- 6.6 Integration; Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 6.7 Severability. In the event that part of this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining portions of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 6.8 Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 6.9 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees, whether or not the matter proceeds to judgment. 6.10 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. ATTEST: CIT OF PALM SPRIN S, a mu icipal cor orati By: City Clerk City Man er APPROVED AS TOFORM: �y KL�°z �LdAvG-- '-�,Xity Attorney q r�r PO ." 11Y T .��,r r� ,mt-tP f4'�IOK� .v ��b,� r�.� �b d� ,r �o� � �.�. L i 11270 l9 Vow F82\276\099999-3"=22693.2 .08/22/95 RaAi M 09/01/99 -5- (Corporations require two signatures: One from each of the Following: A. Chairman of Board, President, any Vice President: AND B. Secretary,Assistant Secretary, Treasurer,Assistant Treasurer, or Chief Financial Officer). (Ch9i;k one: _Individual —Partnership _ZCorporation) CONTRACTOR: SECOR INTERNATIONAL n jNCORPORATED By: 6i A. Signature (Notarized) Kyle Di( merson Sr. Vice-President KipF '1 rint Name & Title r By: K) ..F-- B. Si! • fe (Notariz )F. / q� Aso_- Kevin G. Rattue, Vice resident 1 l i Op W ASNVC� ' Print Name &Title Mailing Address:25864-F. Business Center Dr. Redlands, CA 92374 (END OF SIGNATURES) F52\276099999-3000\2022693.2 m08/22Y95 Revi;a109/01/98 -6- .. i • EXHIBIT "A" SCOPE OF SERVICES SITE#1 - CITY YARD TASK I -Health & Safety Plan/USA Alert SECOR will coordinate with Underground Service Alert (USA) and site specific City personnel to locate the utilities in the area prior to initiation of the subsurface work. Also, SECOR will develop a site specific health and safety plan. TASK 2 - Drilling, Soil Sampling and Field Consulting SECOR will subcontract to a licensed drilling company to complete the subsurface exploration. Two geoprobe borings will be advanced under this contract to a total depth of 40 feet (or refusal) with sampling at five foot intervals. Any drilling spoil generated by the advancement of the boreholes will be contained in 55-gallon drums, appropriately labeled and held onsite for disposal. Upon completion of the boring, each hole will be backfilled with a bentonite cement grout over the entire depth. The drilling prices provided also include the necessary mobilization and demobilization of the drilling equipment and personnel. SECOR will provide a staff level engineer or geologist to supervise the drilling operation, collect the soil samples, develop the soil boring log, and ensure project completion to the satisfaction of City. TASK 3 -Laboratory Analysis SECOR will provide for an onsite mobile laboratory which can conduct analysis under State certification for gasoline and diesel fuels by EPA Test Method 8015 Modified, and benzene, toluene, ethylbenzene, total xylenes and MTBE utilizing EPA Test Method 8020. SECOR has budgeted for up to 15 soil samples using the certified mobile laboratory. TASK 4 -Report Preparation Upon receipt of the laboratory analysis and compilation of the field data, SECOR will generate a report discussing the findings of the field investigation concerning the vertical and lateral extent of identified soil impact. The report will include appropriate plot plans, cross sections, boring logs, and other graphics necessary to convey the information to the CRDEH specialist for review and comment. All work will be directed and signed by a Registered Geologist or Professional Engineer in the State of California. EXHIBIT "A", Page 1 SCOPE OF SERVICES i • EXHIBIT `A', Page 2 SCOPE OF SERVICES, Continued SITE 92 - CITY HALL TASK I - Health & Safety Plan/USA Alert SECOR will coordinate with Underground Service Alert (USA) and site specific City personnel to locate the utilities in the area prior to initiation of the subsurface work. Also, SECOR will develop a site specific health and safety plan. TASK 2 - Drilling, Soil Sampling and Field Consulting SECOR will subcontract to a licensed drilling company to complete the subsurface exploration. Two geoprobe borings will be advanced under this contract to a total depth of 40 feet (or refusal) with sampling at five foot intervals. Any drilling spoil generated by the advancement of the boreholes will be contained in 55-gallon drums, appropriately labeled and held onsite for disposal. Upon completion of the boring, each hole will be backfilled with a bentonite cement grout over the entire depth. The drilling prices provided also include the necessary mobilization and demobilization of the drilling equipment and personnel. SECOR will provide a staff level engineer or geologist to supervise the drilling operation, collect the soil samples, develop the soil boring log, and ensure project completion to the satisfaction of City. TASK 3 -Laboratory Analysis SECOR will submit to a State certified laboratory which can conduct analysis for gasoline and diesel fuels by EPA Test Method 8015 Modified, and benzene, toluene, ethylbenzene, total xylenes and MTBE utilizing EPA Test Method 8020. SECOR has budgeted for up to 8 soil samples using the certified laboratory. TASK 4 -Report Preparation Upon receipt of the laboratory analysis and compilation of the field data, SECOR will generate a report discussing the findings of the field investigation concerning the vertical and lateral extent of identified soil impact. The report will include appropriate plot plans, cross sections, boring logs, and other graphics necessary to convey the information to the CRDEH specialist for review and comment. All work will be directed and signed by a Registered Geologist or Professional Engineer in the State of California. EXHHBIT "A", Page 2 SCOPE OF SERVICES EXHIBIT "N', Page 3 SCOPE OF SERVICES, Continued There will be a"No Fee" permit issued at the pre-construction meeting. The contractor has 5 weeks, from the Notice to Proceed, to complete the work for both sites. EXHIBIT 'W', Page 3 SCOPE OF SERVICES D MAY 1 I W9 CITY OF PALM 9M r Ef�t6i'NEEAINT The Contractot'a compensation for the work described as attached t "A on a far - aod-materials, not to e=C dbasis, for each site, in accordance with Contractor's Standard Fee Schedule. Fees to the four tasks listed on said Exhibit "A for each site,, are as follows: SITE N1 -CrrY YARD: 1. A. Health and Safety Plan $ 250,00 B. IISA Alert 150.00 2. A. Dr40ing- 2 Bores to 40' X$181Ft $1,440.00 song 200.00 Sub-Taal: B. Fv4d Consulting S 960.00 3. Labmamry Analysis $1,500,00 4. Repon Preparvtion S 9d0.00 Sub-Totals $5,400.00 S[TF.lYZ. CL'I'1LAAj,& 1. A. A*ltti and Safety Plan $ 250.00 B. (75jA,Alert 150.00 2. A. Drilling- 2 Bores to 40'X$1841t $1,440.00 Soil Sampling 200.00 B. FielA Consulting 960.00 3. Ldmro=y Analysis $ 832.00 4. R"PMParaliM 5 900.00 GRAND TOTAIA $10,13Z.00 zoo in aivaOdm moss 0OLTZLCS M IM 6Z:CT aU 66/TT/90 .SECOR EXHIBIT B-1, Page 1 of 2 STANDARD COMMERCUiL RATE SCHEDULE#350 For Professional Services (Page 1 of 2) Labor ClassificatiQm Rate per Hour* Charges for all professional,technical,and administrative staff directly charging time to the project will be calculated and billed on the basis of the following labor rate schedule. These rates include all overhead and fringe. ChiefEngineer/Scientist..........................................................................................................................................5125 ManagingPrincipal ............................................................................................................................................... 115 PrincipalEngineer/Scientist;..................................................................................................................................... 105 ProjectManager..................................................................................................................................................... 95 SeniorEngineer/Scientist.......................................................................................................................................... 90 AssociateEngineer/Scientist...................................................................................................................................... 85 ProjectEngineer II/Scientist II.................................................................................................................................... 80 ProjectEngineer I/Scientist I...................................................................................................................................... 75 StaffEngineer E/Scientist II....................................................................................................................................... 70 StaffEngineer I/Scientist I......................................................................................................................................... 65 AssistantEngineer III/Scientist III............................................................................................................................... 60 Assistant Engineer If/Scientist II.................................................................................................................................. 55 AssistantEngineer I/Scientist I................................................................................................................................... 50 Technician M/Drafter III/Word Processor III/Administrator III........................................................................................... 45 Technician II/Dratter H/Word Processor IUAdministrator II............................................................................................... 40 Technician I/Drafter Word Processor I/Administrator I/Clerk........................................................................................... 35 k Expert Witless Services carry a 50%premium on labor. Overtime hours will be charged at the standard billing rate. Other Direct Charees VehicleMileage........................................................................................................................................... $0.35/mile ComputerTime............................................................................................................................................ S10/hm AutoCAD..............................................................:.................................................................................... S15/hour Telecommunications,Facsimile,Postage,and Duplication....................................................................................... Actual Cost SubcontractServices......................................................................................................................... Antral Cost+ 15% Travel/Per Diem............................................................................................................................. Actual Cost+ 15% CapitalPurchases............................................................................................................................ Actual Cost+ 15% FvependabheMaterials........................................................................................................................ Actual Cost+',15% Standard Field Equipment............................................................................................................. (See Attached Schedule) EXHIBIT B-1, Page 1 of 2 LONGFORM.CON Pe,.5.10M 0 � SECOR EXHIBIT B-1, Page 2 of 2 STANDARD COMIIERCIAL RATE SCHEDULE#251 Standard held Equipment List (Page 2 of 2) 14i1l1 Rate per DU* PhotoionizationDetector......................................................................................................................................... $100 Bailer(Stainless Steel/Teflon) .................................................................................................................................... 10 DisposableBailer..................................................................................................................................................... 7 40 ml Glass Vials.................................................................................................................................................... 1 Anemometer/Pressure Meter...................................................................................................................................... 25 GasSampling Pump................................................................................................................................................ 20 WaterLevel Indicator.............................................................................................................................................. 25 MobileTelephone................................................................................................................................................... 15 SurveyLevel and Transit.......................................................................................................................................... 25 Magnetometer....................................................................................................................................................... 35 TurbidityMeter..................................................................................................................................................... 20 0i/II2S Detector..................................................................................................................................................... 50 PortableGenerator.................................................................................................................................................. 50 Redi-Flo2 Sampling System...................................................................................................................................... 100 HandPump........................................................................................................................................................... 30 LELMeter........................................................................................................................................................... CentrifugalPump................................................................................................................................................... 30 PeristalticPump..................................................................................................................................................... 125 Data Logger......................................................................................................................................................... 00 LevelB Safety Equipmentl....................................................................................................................................... 100 LevelC Safety Equipment l....................................................................................................................................... 60 LevelD Safety Equipment l....................................................................................................................................... 20 ModifiedLevel D Safety Equipment. .......................................................................................................................... 40 pWremperature/Conductivity Meter........................................................................................................................... 25 HandAuger......................................................................................................................................................... 25 Soil Sample Rings(Cost Per Unit Basis)(1.5"X 6")......................................................................................................... 3 Soil Sample Rings(Cost Per Unit Basis)(2"X 6")...................... --,................................................................................ 4 SubmersiblePump................................................................................................................................................. 50 SECOR Field Truck(Hourly)..................................................................................................................................... 4 Oil/Water Interface Probe........................................................................................................................................ 150 so FlameIonization Detector........................................................................................................................................ 50 Portable/Field Computer.......................................................................................................................................... PressureTransducer............................................................................................................................................... 20 Field Test Kits-PCBrrPH/PewAddoropherol(Cost Per Unit Basis)..................................................................................... 50 DistilledWater(5 Gallons)......................................................................................................................................... 7 1 Actual cost based upon requirements of the Site Specific Health and Safety Plan. Covers cost for fu11 calendar day EXHIBIT B-1, Page 2 Of 2 LONGFO M.ODN Rev.5-10194 , -0- O TARD M11Q ; PAQPA 2&APR-1999 PRODUCER 67034 THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION Willis Corroon Corporation of Seattle ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Box 34201 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 701 Fifth Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 4200 Columbia Center COMPANIES AFFORDING COVERAGE Seattle WA 98124 Commerce and Industry Insurance Company (206)386 7400 COMPANY Felicia W. Deig.id. A INSURED COMPANY Wausau Underwriters Insurance Co. B SECOR International Incorporated American International Specialty Lines Insurance C PO Box 230 COMPANY 12034-134th Ct NE C: Suite 102 COMPANY Redmond WA 98073-0230 D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY ME ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIFS LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CD TYPE OF INSURANCE POLICY NUMBER POUDY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MMIDDIYY) DATE(MMIDDJM 4�1 7 7810 -NOV-19 --62-N-OV1 999 aENEnALAGGnEGAT6 IS A GENERAL LIABILITY 02 X COMMERCIALGENERAL LIABILITY PRODUCTS-cOMFICIP AGO $ 2.600.000 PERSONAL A V'N INJURY S I-gg(I (,()0 GILAIMSMAUE OCCUR PERSONAL S ADV INJURY S I aa 0.ago EACHOCCURRENCE $ 1.000.00C I I OWNER'S&CONTRACTORS PROT R , M _r.f,_ 6 60.000 X Stop Gap FIRE DAMAGE Any are f1m 6 2 MED FXP An ana ..n 5,01(10 A AUTOMOHILIELIABILITY 7665965 02-NOV-1998 02-NOV-1999 10( COMBINED SINGLE LIMIT $ ,000 000, JX ANYAUTO BODILY INJURY ALL OWNED AUTOS IYr SO HEDULE0 AUTOS V E X HI L BODILY INJURY REDAUTCG X NON-OWNED AUTOS PROPERTYDAMAGE GARAGE LIABILITY AUTO ONLY-EAACCIDENT ANYAUTO IITY OF PALM PRIMA OTHER THAN AUTO ONLY. ENGINES ING EACH ACCIDENT AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE S UMBRELLA FORM AGGREGATE OTHER THAN UMBRELLA FORM WC STATU- OTH B WORKERS COMPENSATION AND 231900059116 02-NOV-199 C2-NOV-1.999 X TCHY LIMITS OF EMPLOYERS'UAHILITY EL EACH ACCIDENT 1.000.000 THE PROPRIETOR) EL DISEASE-POUCY LIMIT PARTNERS/EXECUTIVE INCL ��l:'.�.'-9!.:'000' OFFICERS E. R EXCL EL DISEASE-EA EMPLOYEE /Occurence C OTHERCombined Contractors COPS2675259 02-NOV-1998 02-NOV-1999 $2,000,000 Claims Me e Professional/Pollution $2,000,000 Aggregate Professional-Claims Made Pollution-OccurenCe I DESCRIPTION OF OVERATIONSILOCATIONSIVENICLE ISPECIAL ITEMS SEE ATTACHED j. CEA*lfw**:A0I1DkR SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Palm Springs 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Enginflaring Division BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION ON LIABILITY 3200 Tithquft Canyon Way OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Palm Springs CA 92262 AUTHORIZED REPRESENTATIVE r � r #4 ... ...... ...... - E777 ::'� ISSUE DATE(MMPDNY) WILLIS ;iii :��: 26-APR-1999 COARCON RA P Gt�; ;.2 OF�a THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURED 67034 PRODUCER Willis Corroon Corporation of Seattle P.O.Box 34201 SECOR International Incorporated 701 Fifth Avenue PO Box 230 4200 Columbia Center 12034-134th Ct NE Seattle WA 98124 Suite 102 (206)386-7400 Redmond WA 98073-0230 Felicia W. Delgardo THIS 13 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSUHANrE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS MAY HAVE BEEN REDUCED BY PAID CLAIMS. OLICOLICY"Pi RATION LIMITS DATEY(=CTIVE P TYPE OF INSURANCE POLICY NUMBER P I OW) I DATEWMDO�Y) DESCRIPTION OF OPERATIONS/LOCATICINS/VEHICLES/SPECIAL ITEMS It is understood and agreed that where required by contract , bid or work order , THE FOLLOWING Is Included as ADDITIONAL INSURED( s ) , as respects General Liability. In regards to liability arising out of operations of the NAMED INSURED, but only insofar as coverages are provided therefore in the listed policies: City of Palm Springs Waiver of Subrogation Applies. CERTIFICATE HOLDER 'dANdkL"MO N- SHOULD ANY OF THE ABOVE DESCRIBED POLICIES HE CANCELLED BEFORE THE EI(PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Palm spring. 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Engineering Division BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3200 Tahq.iu Canyon Way OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES. Palm Spring. CA 92262 AUTHORIZED REPRESENTATIVE viticu R4oNAs95 t;;,: !::. zi. ACORQ, CERTIFICAT F LIABILITY INSURAN OPID J DATE IMMIDDIVVVV) SECOR-3_ 10/31 03 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Kibble & Prentice ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Commercial Insurance, Inc HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.O. Box 3467 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Bellevue WA 98009-3467 Phone: 425-454-2445 Fax:425-646-9616 INSURERS AFFORDING COVERAGE NAIC# INSURED IIRERA Zurich American Insurance Cc . SECOINSURER Steadfast Insurance CO n1 Incorporated International INSURER D: Zurich American Insurance Cc . ncor PG BOX 230 INSURERD Redmond WA 98073-0230 INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE MFFECTY OATS EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY GL0522247702 11/02/03 11/02/04 PREMISES(Ed occurrence) $ 250,000 CLAIMS MADE OCCUR MED EXP(Any one person) $ .9,000 X Owner/Copt Prot. PERSONAL&ACV INJURY a1,000,000 X Per Pro] Agg. GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS COMPIOP ASS S 2,000,000 POLICY X PR I Emp Ben. 1,000,000 AUTOMOBILE LIABILITY A X ANY AUTO BAP522248502 11/02/03 11/02/04 (EdCOMBINED SINGLE LIMIT accident) $ 11000,000 CO ALL OWNED AUTOS TAP3 870 0 8102 (TX) BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ " (Per accident) I AGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY. ASS $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE S OCCUR CLAIMS MADE AGGREGATE $ S DEDUCTIBLE $ RETENTION $ S WORKERS COMPENSATION AND X I TORY LI M ITS ER C, EMPLOYERS'LIABILITV ANY PROPRIETOR/PARTNER/EXECUTIVE WC9006846-00 11/02/03 11/02/04 EL EACH ACCIDENT $ 1, 000,000 OFFICEPJMEMSER EXCLUDED' -WC9009231-00 EL DISEASE-F_A EMPLOYEES 1, DDO,DDQ - If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT S1,000,000 OTHER B Pollution Occurren PEC522247502 11/02/03 11/02/04 2,000,000 Occ/CL Made Prof. Claims Made 2,000,000 Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: 4084, UNDERGRD STORAGE TANK REMOVAL & REPLACE A4084 Where required by contract, bid or work order, the Certificate Holder is named Additional Insured as respects General Liability and/or Auto Liability with respects to operations of the named insured on their behalf. CERTIFICATE HOLDER CANCELLATION CITYP-6 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Palm Springs DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN Office Of The City Clerk NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Attn: Patricia A. Sanders 3200 Tahquitz Canyon Way IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Palm Springs CA 92262 REPRESENTATIVES. UTHORIZ REPRE ENTATI E ACORD 25(2001108) ©ACORD CORPORATION 1988