Loading...
HomeMy WebLinkAbout19-127 - Ehsi, EHS -- International, Inc. - Asbestos Abatement19-127 Council Approval 7/15119 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 CITY OF TUKWILA Short Form Contract Contractor/ Contract Number: Vendor Name: ehsi, EHS -International, Inc. Case No. Address: 1011 SW Klickitat Way, Suite 104 Seattle, WA 98134 Telephone: 206-381-1128 Project Name .. . . .... .. ...... Gr"', A aMr Y V ( I 4 I N.1V C I I RFA09-345 RFA1 1-158 15026 42nd Ave S Tukwila, WA 98188 Please sign and return copies one and two to: City of Tukwila, Department of Community Development, ATTN: Jim Toole, 6300 Southcenter Boulevard, Tukwila, Washington 98188. Retain copy three for your records until a fully executed copy is returned to you. AGREEMENT This Agreement, made and entered into this U44, day of ftuIrvS 20j�_, by and between the City of Tukwila, hereinafter referred to as "City", and ehsi, EHS - International, Inc., hereinafter referred to as "Contractor." The City and the Contractor hereby agree as follows: 11. SCOPE AND SCHEDULE OF SERVICES TO BE PERFORMED BY CONTRACTOR. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. TIME OF COMPLETION. The work shall be commenced on August 12, 2019 and be completed no later than September 20, 2019. 3. COMPENSATION AND METHOD OF PAYMENT. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit A attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $12,584.00 except by written agreement of the parties. 4. CONTRACTOR BUDGET. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 5. PAYMENTS. The City shall make payments on account of the contract at completion of the project. 6. ACCEPTANCE AND FINAL PAYMENT. Final payment shall be due 10 days after completion of the work, provided the contract is fully per -formed and accepted. CA revised December 2016 Page 1 7. CONTRACT DOCUMENTS. ' The contract includes this Agreement, Scope of Work and Payment Exhibit. ' The intent of these documents is to include all labor, materials, @pp|hnntns and services Of every hind necessary for the proper execution of work, and the h0mnG and conditions of payment therefore. ' The documents are to be considered as one, and whatever is n8||Hd for byany one of the documents shall hemsbinding asif called for bvall. ' The Contractor agrees to verify all measurements set forth in the mbnwa documents and to report a,||diffanen086|mnmeeoumamentsbeforgommmenc|ngbmperfomnanyvvorkhunmunder. 8. MATERIALS, APPLIANCES AND EMPLOYEES. ' Except amotherwise noted, the Contractor shall provide and pay for all materials, labor, tools, water, power and other items necessary tocomplete the work, ' Unless otherwise specified, all material shall be new, and:, both workmanship and materials shall b8Ofgood quality. ' Contractor warrants that all workmen and subcontractors ahoU be skilled in their trades. 9. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all surveys unless otherwise specified. Permits and licenses necessary for the execution of the work shall be secured and paid for by the Cnntnactnr. Easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City unless otherwise specified. The Contractor shall comply with all |@w8 and regulations bearing on the conduct of the work and shall notify the City in writing if the drawings and specifications are at variance therewith. 10' PROTECTION OF WORK, PROPERTY AND PERSONS. The Contractor shall adequately protect the work, adjacent property and the public and shall be responsible for any damage Or injury due to any act Vrneglect. 11. ACCESS TO WORK. The Contractor shall permit and facilitate observation of the work by the City and its agents and public authorities ct all times. 12. CHANGES IN WORK. The City may order changes inthe work, the contract sum being adjusted accordingly. All such orders and adjustments shall be in writing. Claims by the Contractor for extra cost must bemade |nwriting before executing the work involved. 13. CORRECTION OF WORK. The Contractor shall re -execute any work that fo||a to conform to the naguinanm*nte of the contract and that appears during the progress of the work. and shall remedy any defects du* to faulty roahada|s or workmanship which appear within m period of one year from date of completion of the contract and final acceptance of the work by the City unless the manufacturer ofthe equipment ormaterials has owarranty for alonger period oftime, which warranties shall be assigned by Contractor to City. The provisions of this article apply to vmurh done bvsubcontractors aswell eotowork done budirect employees ofthe Contractor. 14- ' Should the Contractor neglect to execute the work proper|y, or fail to perform any provision of the contract, the City, after seven days' written notice to the oontrootnr, and his surety, if any, may without prejudice to any other remedy the City may have, make good the deficiencies and may deduct the cost thereof from the payment then Vr thereafter due the Contract or, at the Cib/'s option, may terminate the contract and take possession of all materials, tools, appliances and finish work by such means as the City sees fi1, and if the unpaid balance of the contract price exceeds the expense of finishing the vvo/k, such excess shall be paid to the, Contractor, but if such expense exceeds such unpaid balance, the, Contractor shall pay the difference 1othe City. 15. PAYMENTS. Payments shall bemade asprovided inthe Agreements. Payments otherwise due may be withikeld on account of defective work not remedied, liens filed, damage by the Contractor to others not adjusted, orfmi|ureto make payments properly to the subcontractors, CA rev�segoecemuer 2016 Page 2 16. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries bopormomS0rdmrnaQehoprupertyvvhichmeyerisefn}[nnrin connection with the performance of the work hereunder by the Contractor, their agento, representatives, employees Drsubcontractors. Contractor's maintenance ofinsurance, its scope of coverage and limits as required herein shalt not be construed to limit the liability of the Contractor to the coverage provided by such imGuranma, or otherwise limit the Citv'8 recourse to any remedy available stlaw Vrinequity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits described below, 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1.000.008 per accident. Automobile OabUdv insurance shall cover all ovvned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA OO 01 or substitute form providing equivalent liability coverage. If neneooary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits mOless than $1.UO0,0UOeach occurrence, $2,000,000 general aggregate and $2,O00,000 products -completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad aaISO occurrence form CGOOO1 and shall cover liability arising from premises, operations, independent contractors, prod ucts-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25O3Q5D9uranequivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall Uenamed osonadditional insured under the Contractor's ConnrnenCie| General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endore8mentCG 20 10 10 01 and Additional Insured -Completed Operations endonmommentCG 20 57 10 01 or substitute endorsements providing atleast mebroad coverage. 3. coverage as required by the Industrial |momn*nms laws of the State VfWashington. B. Other Insurance Provision. The Contractor's Automobile Liability and Commercial Generm| Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect tmthe City. Any ineunanue, sa|f-inounynoa, or insurance pmO| coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with o currentA.K8. Best rating ofnot less than A: V||' D. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not neoeeaeh|y limited to the additional insured endorsement, evidencing the insurance requirements Of the Contractor befVne commencement Ufthe work. E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance coverage and limits nequ|ned, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. F Notice mfCancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy Cancellation, within two business days of their receipt of such notice. Cxrevised December 2016 Page 3 G. Failure toMaintain Insurance. Failure omthe part ofthe Contractor 10maintain insurance as required shall constitute m material breach of contract, upon which the City may. after giving five business -days notice to the Contractor tocorrect the breach, immediately terminate the contract or, at its disCret|on, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the Ci(y, offset against funds duo the Contractor from the Qty. 17. PERFORMANCE BOND. The Contractor shall furnish to the City priortostart ofconstruction m performance bond at 1O0q6nfthe amount ofthe contract and in oform acceptable to the City. In lieu of bond for contracts lees than $25.000. the City may, at the Contractor's option, hold 5% of the contract amount as nyteinage form period of 30 days after final acceptance or until receipt of all necessary me|aaene from the Department of Revenue and the Department of Labor and Industries and settlement oVany liens, whichever islater. 18. LIENS. The final payment shall not bedue until the Contractor has delivered to the City a complete release of all liens arising out of this contract or receipts in full covering all labor and materials for which a lien could be filed, or bond satisfactory to the City indemnifying the City against any lien. 19- SEPARATE CONTRACTS. The QLv has the right to execute other contracts in connection with: the work and the Contractor shall properly cooperate with any such other contracts. 20. ATTORNEYS FEES AND COSTS. In the event oflegal action hereunder, the prevailing party shall beentitled torecover its reasonable attorney fees and costs. 21. CLEANING UP. The Contractor shall keep the premises free from accumulation of vvosCe material and rubbish and at the completion of the work, obaU remove from the premises all rubbish, implements and surplus materials and leave the premises clean. 22. INDEMNIFICATION. The Contractor shall dwfand, indemnify and hold the Citv, its officers, officim|m, employees and volunteers harmless from any and all o|oimo. injuries, danmagaa, looses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and darn8g8a caused by the mJ|a negligence of the City. Should a court of competent jurisdiction determine that this /\gmammgnt is subject to RCVV 4.24.115, then. in the event of liability for damages arising out of bodily injury to pHr8OH8 or damages No property caused by or resulting from the concurrent negligence of the Contractor and the City, its offiuore, off|uUe|a, emp|uymms, and volunteers, the C0n1R9Cf0r's liability hereunder shall be only to the extent ufthe Contractor's negligence. |tiafurther specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 ROVV, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration ortermination ofthis Agreement. 23. PREVAILING WAGES. The Contractor shall pay all |ebonary, workmen and mechanics the prevailing wage and shall file the required "Statement of Intent to Pay Prevailing Wages" in conformance with RCVV 39.1Z040. 24- DISCRIMINATION PROHIBITED. The Consultant, with regard Umthe work performedbwitunder this Agreement, will not discriminate on the grounds of race, religion, creed, color, n8UOnG| origin, aQe, veteran sto1us, sex, sexual orienbatiOn. gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 25�' . This Aoreennan1, together with attachments or addenda, represents the emt)na and integrated Agreement between the City and the Contractor and supersedes all prior neg0timt|ons, reprementatiVns, or agreements written or oral. NV CA revised December 2016 Page 4 amendment or modification of thiis Agreement shall be of any force or effect unless it is in writing and signed bvthepadies. 28. SEVERABILITY AND SURVIVAL. If any temm, condition or provision of this Agreement is Ueo|onad void or unenforceable or limited in its application o/ effect, such event aho|| not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the nonnp|ptinm, expiration or cancellation of this Agme8nngn1, shall survive termination of thimAur88rnent. 27. NOTICES. Notices hothe City ofTukwila shall bnsent tothe following address: City Clerk, City of Tukwila 02QDSouthn8nterBlvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 20. This Agreement shall be governed by and construed in accordance with the laws Of the State of Washington. In the event any suit, arbitration, Or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party inany such action shall be entitled toits affonmey'sfees and costs ofsuit. IN VVRNE88 WHEREOF, the parties hereto executed this Agreement the day and year first above written. /' I CITY OFT Printed Name: Allan El vor Printed'Name: Date: FLahqTiUe� ATTEST/AUTFfENT|CATE[}: City' berk, Christy O'Flaherty APPROVED AS TO FCrM: CA revised December 2016 Page 5 EXHIBIT A E14115-int—�.09.at. tnc. S - INTERNATIONAL, INC. .ENAME: 19-136 ECT: SIR & Garage Demo - 15026 42nd Ave S, Tukwila WA 98188 ACT: Jim Toole DATE,: 05/07/19 Bill Scluoei:cl`�Dcrica Escamilla ASSIGNMENT: Pre-Detnoblion "Good Faith" Inspection and Report, Design and Pre -bid and CA Task Subtotals Task 0 1 � Limited HAZMAT Survey Labor $4,048 Task :r. t Task 0 1: limited 14AZMAT Survey Total $5,067 ]'ask 02: Asbestos/HAZMAT Removal Design & Pre -bid Labor $3,523 Task 02R: Asbestos/HA-7MA t Removal. Design & Pre -bid Reimbursables $192 Task 01 Asbestos/HAZMATRemoval Design & Pre.bid'rotal $3,715 1'ask 03: Asbestos/HAZMA'IConst. Admin Labor $3,613 Tank (i Asbestosil-1ALMAT C'onsi. Adman Reinibursables $1 gp Task 03: Asbestos/HAZMAT C'onst. Admin Total $3,802 Titre and Materials "nett to o.cccd"° fee proposal for professional hazardous materials consulting services for the C'iry of Tluk'wila IDepartrnem of Community Development (Client) at the Demolition Project located at 15026 42nd Ave S, Tukwila Washington 98188. Based on email correspondence with Jim Toole and information on die King County Assessor's website, EHS- International.,. hie. (EHSI) understands that the C'licnt plans to demolish die existing two-story residential building and single -story detached garage. EHSI proposes to provide a limited hazardous materials pre, demolhion survey. The Limited Asbestos and hazardous Materials Survey will identify, locate and quantify asbestos -containing materials (ACM), lead -containing paint (I,C71), other lead -containing materials U c'M), arsenic -containing materials (As), and will quantify polychlorinated biphenyls (P(`Bs)'fluorescent light ballasts and mercury (Fig) -containing tight iubcs and thermostats that will be impacted by the project. Additionally, this proposal includes asbestos -containing material (ACM) and hazardous materials (HAZMA'T) design, pre, -bid service; for removal and disposal of impacted ACM and HAZMAT, and construction administrative services associated this project. This Limited Asbestos and Hazardous Materials Survey Report will meet the Washington State "Good Faith Survey" requirements as cited' in Revised Code of Washington (RCW) 49.26.016 and implemented by L&I ©OSH regulation, Washington Administrative Code (WAC) 296-62-07721, and Regulation ill, Article 4 of the Puget Sound Clean Air Agency (PSCAA) requirements for a pre -demolition asbestos survey. and will comply with all applicable Federal, 'State and local regulations for a pre -demolition asbestos surveys. This proposal is based on projects of similar scope, but subject to revision with written approval for significant changes in scope.. 1. EHSI will complete a pre -renovation Limited Hazardous Materials Survey in preparation for the (Demolition Project. EHSI will collect and submit for analysis up to eighty (80) bulk samples plus four (4) QA samples to an independent lab ofsuspeet asbestos -containing material (ACM). Any additional samples that EIiSI decors necessary to identify suspect material will only be submitted for analysis with the prior written approval of the Client and will be billed at the same time and materials 'rate asthe proposed samples. a. EHSI will review any prior surveys- "as built" drawings, or renovation records made available by the Client. b. EHSI will incorporate all sample results from previous surveys and all "positive "results, but will reconfirm all negative results from previous surveys. C. EHSI will sample all potentially impacted "accessible" suspect ACM within the project scope. d. Limited destructive inspection is included in the scope of this proposal 'including. floors, ceilings and wall systems. EHS1 will assume probable concealed or inaccessible materials to be ACM, that can't be sampled without disruptive destructive inspection le.g.„ matenaN concealedin plumbing walls, above "hard lid" ceilings, Linder concrete floors, energizedelectrical or mechanical equipment or fire door cores). EHSI will sa'tnple the roof down to the roofdeck only from the roof edge accessible from a ladder. EII'SI will not attempt to walk on die sloped roof or take any samples that are not easily accessible from the roofedge for either roofing or roof insulation. c. EHSI will seal sample locations of suspect materials to prevent inadvertent exposure to ACM, but this proposal does not include the repairing or painting minor damage of suspect materials resulting from inspection. f EHSI will collect and submit to a separate, independent laboratory for analysis. up to four (4) CAA samples for asbestos. All samples will be analyzed on a standard 5-day turn -around fine JAIi. Expedited analysis at a higher cost is available, if requested, g. 'EIISI will use an x-ray fluorescence spectrometer (XRF) to determine the presence of icad in suspect lead containing paint and lead containing materials (LC P & LCM). In addition, EHSI will collect and submit for laboratory analysis three (3) QA samples of suspect LCP and/or LCM. In. EHSI will collect and submit for analysis up to one (1) samples of„BMU or C'MU mortar for analysis for arsenic IAs), if needed. i. Inspect a representative number of each type of impacted fluorescent fixture for PCB -containing ballasts and will quantify mercury (11g)-containing light tubes. EHSI will inspect for and quantify mercury -containing thennostals. EHSI will prepare a detailed surrey report identifying AC M/LCM/1,CP/PCBs/ Hg/As which will be impacted by the planned renovation activities. EHSI will also provide a cost estimate for the noval and, disposal ofACM. Lead, As. PCBs and Hg-light tubes'. A preliminary survey report will be provided within two (2) weeks of receipt ofdrafi analytical reports, with a final report vided upon receipt of final, signed lab reports (approximately 2 weeks later). 1. EHSI will prepare bid documents: for the removal and disposal of Asbestos/14AZMAT' expected to be impacted by the proposed renovation/addition project. a. EIISI will prepare specifications for the removal and disposal of ACM, l C"P4,CM, As, PCB -containing fluorescent light ballasts, and Hg-cemrraining fluorescent light tubes. b. EHSI will prepare HAZMA'1'removal drawings for inclusion in the project bid set. c. EHSI will prepare 95 fie review and 100'% design drawings and bid set specifications, only. Any other design submittals will only be prepared at the direction ofthe C"lient at the same time and materials rate as specified herein. d. El]SI will attend one pre -bid walk-through meeting and provide support to Cient to respond to questions concerning hazardous materials remnoval. lof5 ehsh;, EHS-International, t... EIIS - INTERNATIONAL, INC, FILENAMEl 19-136 PROJECT: SrR & Garage Demo - 15026 42nd Ave S, [ ukwHa WA 98188 CONTACT: Jim Toole DATE: Bill Sdirooder/Derica E'scantilla ASSIGNNIENTs "Good Faith" Inspection and Report,. Design and Pre -bid and CA EHSI will review and respond to the Contractor's asbestos and hazardous materials work plans and pre -work submittals FIISI will attend one (1) pre-altmement construction meeting and provide support to the Chent's Project Manager (PM) concerning asbestos and HAZMAJ questions. HHSJ will provide three (3) days of industrial hygicne technician contractor monitoring site visits (approximately 4 hours per site visit) while the structure is being abated. Note: Duniig these e visits, FBSI will monitor and report on Contractor compliance with contract and regulatory requirements and assess Contractor progress for response to pay requests. EHSI assumes diere 11 be up in (5) days of abatement. EHSI will accomplish independent "third party" final visual asbestos and IIAZMA r removal completion inspections to confirin compliance with the contract documents following the )"tractoes L&I DOSH filial visual inspections and review pre -demo PCM clearances, but will not nin independent air sampling, FIJS1 Will TffiVIAI and respond to RFJs, CORs, and abatement contractor pay requests. HISI will review periodic and final submittals liar the bid package and prepare a final close-out report for the HAZMAT work accozuphshed. By my signature below, I authorize the Survey, Report, Design, Pre -bid, and Construction Administration Services as described herein and grant F;HS1 approval toprocced, as noted. Toole, City of Tukwila Date ***** PROPOSAL IS VALID FOR 90 DAYS FROM DAI E OF SUBMITTAL ***" 3 of 5 ehsi�ket:AiS-Antsrnafinnsl„ Inc. Effs - INTERNATIONAL, INC. DATE: 05MV19 FILENAME: 19,136 PROJECT: SFR & Us rage Derno - 15026 42nd Ave S.1 ukwila WA 98188 CONTACT: Jim Trxile AUTHOR: Bill ScbrooderVerica Escarn ilia ASSIGNMENT: Pre -Demolition "(',00d Faith" Inspection and Repor, Design and Pre -bid and ('A i CODE 1, TASK I Comical Sr, Pm AHERA 111'rech CAD Contract Word]] I Asst. Di rector"C' U I Designer/ PM Admin HAZMAI - 2 ingpeetors (including travel) 0.0 0.0 0.0 16- 0 0.0 0.0 16.0 Sample Preparation and Delivery 0.0 0.0 0.0 0.5 0.0 0.0 LQ JiAZMA'l Survey Report & QA/Q(' 0.0 Lo 1.0 10 0.0 0.0 7.0 Sample Uxation Drawings 0.0 0.0 0.0 0.0 3.5 0.0 0.5 ACM Ouantitics & Abatement Cost Esl. 0.0 0,5 0.5 0.0 00 0.0 H) Project Managernern 0.0 1.0 1.0 0.0 0.0 1.0 0.0 Hour Totals: 0.0 2.5 2.5 18,5 3,5 I.o 25.5 Billing Rate: S145.00 $125.00 $95.00 $80.00 SSOX)o $80.00 $65,00 Wage Sublotals, $313 $238 $1.480 $280 $80 $1,655 I A BOR COSTS. TOTAL DIRECT LAUORs $4,048 DIREC I COSTS: Survey eonsumahlm $20 rday I days $20 ODCSUB FO'I AL S2) ODCMARK1JP 10% $2 EQ I IIPMEN I COS l'S: :?CRY Analyzer $125 /day I day $125 25'Scissor lill $300 /day 0 day(s) $o EQUIPMEN'[ COST SUBTOTAL..: $125 LABORATORY COSTS, (5-day"LA l) Asbestos bulk sample analysis (excluding QA), $6 /sarnple 90 samples $480 Asbestos bulk sample analysis (QA) $9 Isarnple 4 samples $36 Asbestos (Point Count) $25 isample 5 samples $125 Arsenic bulk sample analysis $19 /saruplc I samples $19 I cad sample analysis for QA $12 /sample 3 samples $36 LAB SUB FWAL $696 LAB MARKUP 20% $139.20 YRANSPORIATION COSTS: Mileage (2 R1 s, plus lab delivery) SO,580 (mile: 64 miles S37 12 FRAN SPORTATIONCOST SUBTOTAL $37 TOTAL REIM BURSAJILFS: $1,019 TOTAL COSTS, THIS SHEET: S5,067 PROPOSAL IS VALID FOR 90 DAYS FROM DATE OF SUBMITIAL -**** 4 of5 OLVVSAj� CHS-1.1—mi—al, Inc. EIIS - INTERNATIONAL, INC, DATE. 5/712019 FILENAME. 19-136 PROJECT: SFR & Garage Demo- 15026 42nd Ave S, l'ukwila WA 99188 CONTACT: Jim Toole AUTHOR: Bill Schroeder/Derica Escarnilla ASSIGNMENT4 Pre -Demolition "Good Faith" Inspection, and Report, Design and Pre -bid and CA Emmm CODE \ TASK 'technical Sr. I'M AII ERA IN Tech CAD Contract Word/IH Asm, Director/Clit Admin. Design Site Check, Report and Drawing Updates 0:0 0.0 6.0 2.0 0.0 0A 3.0 HAZMATTechnical Specs (95% and Final 1 1.5 3.0 0.0 2,0 0.0 0.l'l 4,0 1 JA Drawings (95% and Final) 1'0 2.0 4.0 0.0 4.0 0.0 Lo Project Manavenicru 0 �a 2,0 1.0 0.0 0.0 IJ) 0A llour'lotak,i 2.5 7.0 11.0 4.0 4.0 1.0 8.0 Billing Rate: $145,00 $125,00 595.00 $80.00 $80.00 $80.00 $65.00 Wage Subtotals: $363 $875 $1,045 $320 $320 $80 $520 LABOR COSTS: TOTAL, DIRT C.TLABOR: $3,523 OTHER HER DFREC I r COS'J'S: Couricr,/FedFx/postage: $25 /defivery 0 deliveries $0 Survey consurnables: $20 )day I days $20 DIRECT COST SUBTOTAL: $20 Direct cost mark-up 10.00% $2 LABORATORY COSTS: (24 hr. TAT) Asbestos bulk sample analysis $11 /sarnple 10 samples silo (excluding QA) Asbestos bulk sample analysis (QA) $17 /sarnple I samples $17 I-ABORA'I'ORYCOS't'StlBI'O']A]-: $177 Laboratory cost mark-up 20.00% 525 'I RANSPORTA71ON COSTS: Mileage $0.580 32 mi. $19 TRANSPORTATION COST' SUB IOTAL: $19 TOTAL, REIVIBURSABLES: 5192 TOTALCOSTS, THIS SHEET: $3,715 PROPOSAL IS VALID FOR 90 DAYS FROM DATEOF'SUBMIT'FAL, ***** 5 of 5 ehsi'i��i/i%, EHS-International, Inc. EHS - INTERNATIONAL,, INC. DATE: O.SY07119 FILENAME: 19-136 PROJECT: SFR & Garage Demo - 15026 42nd Ave S, Tukwila WA 98188 CONTACTAnn Toole AUTHOW Bill Schroeder/Derica U-scamifla ASSIGNMENT: Pre -Demolition "Good Faith" Inspection and Report, Design and Pre -bid and CA CODE \TASK Technical Sr. PM AFIERA III Tech CAD Contract Word/111 Assr. DirectorUll Designer/PM Achnin Pre -work Submittal Review 0.0 0.5 1.0 2.0 (0 0.0 3.0 III Tech On -site Contractor Monitor (3 visits, plus travelL 0.0 0.0 0.0 12.0 0.0 0.0 0.0 ACM Sample I landling/Delivery 0.0 0.0 U 0.0 0.0 U 2.0 Respond to RHs, COR3 & Pay Requests O,5 2.0 Lo 0.0 0,0 0 1) 0,0 Pre.abatementKickoff MtglPrc-con (Xi,)-Optiotud 0,0 0.0 2.0 0.0 0.0 O'D 0,0 ProJeci Managernew 0.0 Lo 2.0 OM 0 0 1 U 0.0 Review Periodic & Final Suhmittals 0.0 LQ H) 2.0 0.0 0.0 2.0 Prepare ACM & HAZMAT Closeout Rpt 0.0 0.5 1.0 1.0 0A 0.0 4.0 Hour Totals: 0.5 5.0 K0 ITO 0.0 1.0 1 Lo BiBing Rate: $145.00 $125.00 $95.00 $80.00 $80.00 S80.00 $65.00 Wage SubtoLak; $73 $625 $760 $L360 $0 $80 $715 LABOR COS-1 S:: TOTAL. DIRECT LABOR: $3,613 OTHER DIRECT COSTS: Oversight Consurnables $20 /set 2 sets S40 DERrr"r COST SUBTOTAL; $40 Direct cost rnark-up 10.00% $4 EQUIPMENT COSTS: Air Sample Kit (Sampling pumps and rotameierj S75 /day 0 days $0 EQUIPMEN) COST SUBTOIAL: $0 LABORATORY COSTS: Asbestos Air Sample analysis (PCM - 24 hr TAT) S20 /sample 0 samples $0 (incl, req. blanks) PLM Bulk Sample analysis (for discovery of concealed materials $20 sample 5 samples $100 LABORATORY COST SUBTOTAL: $100 Laboratory cost mark-up 20.00% $20 TRANSPORTATION COSTS. Mileage (2 visits) $0.580 44 an. S26 TRANSPORTATION COST SUBTOTAL: $20 TOTAL REIMBURSABLES:: $190 TOTAL COSTS, THIS SHEET: $3,802 PROPOSAL IS VALID FOR 90 DAYS FROM DATE OF SUBMITTAL 6 of 5