Loading...
HomeMy WebLinkAboutAgreement A-17-456 with Belfor USA Group Inc..pdf Agreement No. 17-456 AGREEMENT 2 3 THIS AGREEMENT ("Agreement") is made and entered into this 12th day of SeptembeT2017 4 ("Effective Date"), by and between the COUNTY OF FRESNO, a political subdivision of the State of 5 California ( "COUNTY") and Belfor USA Group Inc., DBA Belfor Property Restoration, whose corporate 6 address is 185 Oakland Avenue Suite 150, Birmingham, Michigan 48009 ("CONTRACTOR"). 7 W I T N E S S E T H: 8 WHEREAS, the CONTRACTOR has resources to provide for disaster/emergency restoration and 9 repair services in the event of a disaster; and 10 WHEREAS, the CONTRACTOR is qualified and willing to perform such disaster/emergency cleanup 11 services; and 12 WHEREAS, the COUNTY is interested in availing itself of CONTRACTOR's resources for such 13 disaster/emergency cleanup services at various COUNTY owned facilities. 14 NOW, THEREFORE, the parties agree as follows: 15 1. OBLIGATIONS OF THE CONTRACTOR 16 A. CONTRACTOR's work under this Agreement will involve the repair, 17 alteration, maintenance, installation, rehabilitation, demolition, construction or reconstruction of buildings, 18 streets, utilities, and/or other public works. 19 B. CONTRACTOR will respond to a disaster/emergency within 24-hours of receipt 20 of COUNTY's request to begin the process of assessing damage to COUNTY-owned facilities. 21 C. CONTRACTOR will provide COUNTY with a written "Scope of Work"for each 22 restoration project including a time and materials schedule and estimated costs for the completion of each 23 such project. 24 CONTRACTOR shall provide all labor, materials, equipment, supplies, taxes, insurance, 25 and warranties etc. to perform all the work in a good and workmanlike manner, free from any and all liens 26 and claims of mechanics, material-men, subcontractors, artisans, machinists, teamsters, day-men and 27 laborers required for COUNTY's request for services. The foregoing warranty shall commence on the 28 date of substantial completion of each project hereunder and continue for a period of one (1) year. The 1 1 CONTRACTOR's warranty excludes remedy for damage or defect caused by abuse, modifications not 2 executed by CONTRACTOR, improper or insufficient maintenance, improper operation or normal wear 3 and tear and normal usage. All warranties are contingent upon full payment to the CONTRACTOR. If any 4 goods or materials provided by CONTRACTOR in the performance of the work are warranted by the 5 manufacturer, then CONTRACTOR shall make every effort to transfer to COUNTY all such 6 warranties (and deliver all documents evidencing such warranties). 7 8 D. CONTRACTOR's compensation shall be based on the rates listed in Exhibit A, 9 attached hereto and incorporated by reference, which shall remain in effect for the duration of this 10 Agreement. In the event any of the language set forth in Exhibit A conflicts with any provision set forth in this 11 Agreement, this Agreement shall control. 12 E. The work under this Agreement will involve the repair, alteration, maintenance, 13 installation, rehabilitation, demolition, construction or reconstruction of public buildings, streets, utilities, 14 and/or other public works. In accordance with Labor Code section 1770, et seq.0, the Director of the 15 Department of Industrial Relations of the State of California has determined the general prevailing wages 16 rates and employer payments for health and welfare pension, vacation, travel time and subsistence pay as 17 provided for in Section 1773.1, apprenticeship or other training programs authorized by Section 3093, and 18 similar purposes applicable to the work to be done. 19 Information pertaining to applicable Prevailing Wage Rates may be found on the website for the 20 State of California — Department of Industrial Relations: http://www.dir.ca.gov/oprl/PWD/index.htm, 21 Information pertaining to applicable prevailing wage rates for apprentices may be found on the website 22 for the State of California — Department of Industrial Relations: 23 http://www.dir.ca.gov/oprl/pwapowage/PWAppWageStart.asp 24 It shall be mandatory upon the CONTRACTOR herein and upon any subcontractor to pay not less 25 than the prevailing wage rates, including overtime and holiday rates, to all workers, laborers, or 26 mechanics employed on this public work project, including those workers employed as apprentices. 27 Further, Contractor and each subcontractor shall comply with Labor Code sections 1777.5 and 1777.6 28 concerning the employment of apprentices. A copy of the above-mentioned prevailing wage rates shall be posted by CONTRACTOR at the job site where it will be available to any interested party. 2 1 The CONTRACTOR shall comply with all California State laws and Department of Industrial 2 Relations (DIR) requirements relating to employment and wages, and COUNTY shall cooperate with 3 CONTRACTOR relating to the same, including but not limited to completion and submission to the 4 DIR the online equivalent of the form attached hereto as Exhibit E and providing the Project ID 5 Number to CONTRACTOR after having registered the Project on the DIR website. 6 CONTRACTOR shall comply with Labor Code section 1775 and forfeit as a penalty to COUNTY 7 Two Hundred Dollars ($200.00) for each calendar day or portion thereof, for each worker paid less than 8 the prevailing wage rates for the work or craft in which the worker is employed for any work done under 9 this project by CONTRACTOR or by any subcontractor under CONTRACTOR in violation of Labor Code 10 section 1770, et seq. In addition to the penalty, the difference between the prevailing wage rates and 11 amount paid to each worker for each calendar day or portion thereof for which each worker was paid less 12 than the prevailing wage rate shall be paid to each worker by the CONTRACTOR or subcontractor. 13 In accordance with Labor Code section 1776, CONTRACTOR and each subcontractor shall 14 keep an accurate record showing the names, address, social security number, work classification, 15 straight time and overtime hours worked each day and week, and the actual per them wages paid to 16 each journeyman, apprentice, worker, or other employee employed by him or her in connection with 17 this Agreement. Each payroll record shall be certified and verified by a written declaration under 18 penalty of perjury stating that the information within the payroll record is true and correct and that the 19 CONTRACTOR or subcontractor complied with the requirements of Labor Code sections 1171, 1811 20 and 1815 for any work performed by its employees on this public work project. These records should 21 be open at all reasonable hours to inspection by the COUNTY, its officers and agents, and to the 22 representatives of the State of California — Department of Industrial Relations, including but not limited 23 to the Division of Labor Standards Enforcement. 24 In accordance with the provisions of Sections 1810 to 1815 of the Labor Code of the State of 25 California, eight (8) hours labor shall constitute a day's work, but because this is a contract for public 26 work, work performed by employees of the CONTRACTOR and each sub-contractor in excess of eight 27 (8) hours per day, and forty (40) hours in any one week, shall be permitted upon compensation for all 28 3 1 hours worked in excess of eight (8) hours per day at not less than one and one-half (1 '/2) times the 2 base rate of pay. 3 G. All agreements between the CONTRACTOR and any subcontractors shall be 4 subject to COUNTY's approval. Neither the acceptance of the name of subcontractor nor the 5 suggestion of such name nor any other act of the COUNTY nor anything contained in any contract 6 document shall be construed as creating any contractual relation between the COUNTY and any 7 subcontractor. The COUNTY reserves the right to reject any proposed subcontractor, installer, or 8 supplier who cannot show satisfactory evidence of meeting the qualifications required by this 9 Agreement. 10 H. CONTRACTOR shall comply with all applicable Federal, State, County and City 11 regulations regarding wages, hours and working conditions. 12 1. CONTRACTOR shall comply with all applicable Federal, State, County and City 13 regulations regarding safety and hazardous materials. 14 2. OBLIGATIONS OF THE COUNTY 15 A. COUNTY will provide inspection and acceptance of the work. 16 B. COUNTY shall designate a COUNTY Representative(s) to approve: 17 1) Equipment shutdown schedules 18 2) Temporary equipment and material storage areas; 19 3) Any use of non-standard equipment or materials; 20 4) Work authorizations; and 21 5) Verification of work completion. 22 3. TERM 23 The term of this Agreement shall be for a period of three (3) years, commencing on 24 the Effective Date, through and including the last day of the three-year period. This Agreement may be 25 extended for two (2) additional consecutive twelve (12) month periods upon written approval of both 26 parties no later than thirty (30) days prior to the first day of the next twelve (12) month extension period. 27 COUNTY's Director of Internal Services/Chief Information Officer or his designee is authorized to execute 28 such written approval on behalf of COUNTY based on CONTRACTOR's satisfactory performance. 4 1 4. TERMINATION 2 A. Non-Allocation of Funds-The terms of this Agreement, and the services to be 3 provided thereunder, are contingent on the approval of funds by the appropriating 4 government agency. Should sufficient funds not be allocated, the services provided 5 may be modified, or this Agreement terminated, at any time by giving the 6 CONTRACTOR thirty (30) days advance written notice. 7 B. Breach of Contract-The COUNTY may immediately suspend or terminate this 8 Agreement in whole or in part, where in the determination of the COUNTY there is: 9 1) An illegal or improper use of funds; 10 2) A failure to comply with any material term of this Agreement; 11 3) A substantially incorrect or incomplete report submitted to the COUNTY; 12 4) Improperly performed service that will not or cannot be reasonably corrected 13 by the CONTRACTOR. 14 In no event shall any payment by the COUNTY constitute a waiver by the COUNTY of any 15 breach of this Agreement or any default, which may then exist on the part of the CONTRACTOR. Neither 16 shall such payment impair or prejudice any remedy available to the COUNTY with respect to the breach or 17 default. The COUNTY shall have the right to demand of the CONTRACTOR the repayment to the COUNTY 18 of any funds disbursed to the CONTRACTOR under this Agreement, which in the judgment of the COUNTY 19 were not expended in accordance with the terms of this Agreement. The CONTRACTOR shall promptly 20 refund any such funds upon demand. 21 C. Without Cause- Under circumstances other than those set forth above, this 22 Agreement may be terminated by either party upon the giving of thirty(30)days 23 advance written notice of an intention to terminate to the other party. 24 5. COMPENSATION/INVOICING 25 COUNTY agrees to pay CONTRACTOR and CONTRACTOR agrees to receive 26 compensation as follows: 27 A. This Agreement shall not be construed as a commitment to purchase any 28 disaster/emergency restoration and repair services from CONTRACTOR, as 5 1 all services by CONTRACTOR are on an as-needed basis. 2 B. Notwithstanding any other provision of this Agreement, the maximum total 3 compensation amount for the services required under this Agreement shall 4 not exceed a total of$2,500,000 for the entire potential five-year term of this 5 Agreement. 6 C. Upon completion of work, CONTRACTOR shall submit an invoice in triplicate to 7 the County of Fresno, Facility Services Division, 4590 E. Kings Canyon Road, 8 Fresno, CA 93702. Invoices shall clearly reference the provided contract number, 9 identify the responsible COUNTY department, the name of the facility or special 10 district where the services were performed, the date upon which such services 11 were performed, and a cost breakdown of services, labor, parts and mileage. 12 Payment shall be made by COUNTY within forty-five (45) days from receipt of an 13 approved invoice, by mail addressed to CONTRACTOR's remittance address: 14 3461 West Holland Ave., Fresno, CA 93722. 15 6. LICENSES, PERMITS, FEES AND ASSESSMENTS 16 CONTRACTOR shall obtain at its sole cost and expense such licenses, permits, 17 registrations, and approvals as may be required by law for the performance of the services required by this 18 Agreement. CONTRACTOR shall have the sole obligation to pay for any fees, assessments and taxes, plus 19 applicable penalties and interest, which may be imposed by law and arise from or are necessary for the 20 CONTRACTOR�s performance of the services required by this Agreement, and shall indemnify, defend and 21 hold harmless the COUNTY, its officers, employees or agents, against any such fees, assessments, taxes 22 penalties or interest levied, assessed or imposed against COUNTY hereunder. 23 7. INDEPENDENT CONTRACTOR 24 In performance of the work, duties and obligations assumed by 25 CONTRACTOR under this Agreement, it is mutually understood and agreed that CONTRACTOR, including 26 any and all of the CONTRACTOR'S officers, agents, and employees will at all times be acting and 27 performing as an independent contractor, and shall act in an independent capacity and not as an officer, 28 agent, servant, employee,joint venture, partner, or associate of the COUNTY. Furthermore, COUNTY shall 6 1 have no right to control or supervise or direct the manner or method by which CONTRACTOR shall perform 2 its work and function. However, COUNTY shall retain the right to administer this Agreement to verify that 3 CONTRACTOR is performing its obligations in accordance with the terms and conditions thereof. 4 CONTRACTOR and COUNTY shall comply with all applicable provisions of law and the 5 rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. 6 Because of its status as an independent contractor, CONTRACTOR shall have 7 absolutely no right to employment rights and benefits available to COUNTY employees. CONTRACTOR 8 shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required 9 employee benefits. In addition, CONTRACTOR shall be solely responsible and save COUNTY harmless 10 from all matters relating to payment of CONTRACTOR'S employees, including compliance with Social 11 Security withholding and all other regulations governing such matters. It is acknowledged that during the 12 term of this Agreement, CONTRACTOR may be providing services to others unrelated to the COUNTY or to 13 this Agreement. 14 8. MODIFICATION 15 Any matters of this Agreement may be modified from time to time by the written 16 consent of all the parties without, in any way, affecting the remainder. 17 9. NON-ASSIGNMENT 18 Neither party shall assign, transfer or sub-contract this Agreement nor their rights or 19 duties under this Agreement without the prior written consent of the other party. 20 10. HOLD HARMLESS 21 CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY's 22 request, defend the COUNTY, its officers, agents, and employees from any and all costs and expenses, 23 damages, liabilities, claims, and losses occurring or resulting to COUNTY for death, bodily injury, or property 24 damage in connection with the performance of the work, but only to the extent caused by the negligent acts 25 or omissions of CONTRACTOR, its officers, agents, or employees under this Agreement or resulting to any 26 person, firm, or corporation who may be injured or damaged by the performance, or failure to perform, of 27 CONTRACTOR, its officers, agents, or employees under this Agreement. 28 11. INSURANCE 7 1 Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR 2 or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the 3 following insurance policies or a program of self-insurance throughout the term of this Agreement: 4 A. Commercial General Liability 5 Commercial General Liability Insurance with limits of not less than One Million 6 Dollars ($1,000,000) per occurrence and an annual aggregate of Two Million 7 Dollars ($2,000,000). This policy shall be issued on a per occurrence basis. 8 COUNTY may require specific coverages including completed operations, products 9 liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or 10 any other liability insurance deemed necessary because of the nature of this 11 contract. 12 B. Automobile Liability 13 Comprehensive Automobile Liability Insurance with limits for bodily injury of not less 14 than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred 15 Thousand Dollars ($500,000.00) per accident and for property damages of not less 16 than Fifty Thousand Dollars ($50,000.00), or such coverage with a combined single 17 limit of Five Hundred Thousand Dollars ($500,000.00). Coverage should include 18 owned and non-owned vehicles used in connection with this Agreement. 19 C. Worker's Compensation 20 A policy of Worker's Compensation insurance as may be required by the California 21 Labor Code. 22 CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming 23 the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, 24 but only insofar as the operations under this Agreement are concerned. Such coverage for additional 25 insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by 26 COUNTY, its officers, agents and employees shall be excess only and not contributing with insurance 27 provided under CONTRACTOR's policies herein. This insurance shall not be cancelled or changed without 28 a minimum of thirty (30) days advance written notice given to COUNTY. 8 1 Within Thirty (30) days from the date CONTRACTOR signs and executes this Agreement, 2 CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of the 3 foregoing policies, as required herein, to the County of Fresno, Facility Services Manager, 4590 E. Kings 4 Canyon Road, Fresno, CA 93702, stating that such insurance coverages have been obtained and are in full 5 force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums 6 on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, 7 agents and employees, individually and collectively, as additional insured, but only insofar as the operations 8 under this Agreement are concerned; that such coverage for additional insured shall apply as primary 9 insurance and any other insurance, or self-insurance, maintained by COUNTY, its officers, agents and 10 employees, shall be excess only and not contributing with insurance provided under CONTRACTOR's 11 policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty(30) 12 days advance, written notice given to COUNTY. 13 In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein 14 provided, the COUNTY may, in addition to other remedies it may have, suspend or terminate this Agreement 15 upon the occurrence of such event. 16 All policies shall be issued by admitted insurers licensed to do business in the State of California, and 17 such insurance shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC V11 18 or better. 19 12. SECURITY OF SITE 20 CONTRACTOR access to COUNTY facilities is limited to limited to those individuals 21 who have received COUNTY clearance and are designated to perform the CONTRACTOR's work. 22 Failure to fully comply with the security requirements of this Agreement shall be considered grounds for 23 termination of this Agreement. 24 A. See Probation Juvenile Detention Facilities—No Hostage Policy, attached hereto as 25 Exhibit B and incorporated herein by reference. 26 B. See Fresno Sheriff—Coroner's Officer(FSCO) Jail Detention Facilities—No Hostage 27 Policy, attached hereto as Exhibit C and incorporated herein by reference. 28 C. Additional information regarding the performance of maintenance, repair, and 9 1 inspection in juvenile correctional facilities: 2 CONTRACTOR shall comply with all Prison Rape Elimination (PREA) Act standards for juvenile 3 correctional facilities. Training will be provided by Probation, as necessary, at no charge to 4 CONTRACTOR. CONTRACTOR shall comply with all Probation Department Policies and Procedures. In 5 the event of a dispute involving COUNTY staff and a CONTRACTOR employee or subcontractor, the on- 6 duty Facility Administrator will have the final decision. INFORMATION ON THE PRISON RAPE 7 ELIMINATION ACT CAN BE FOUND HERE: hftp://www.prearesourcecenter.org 8 13. AUDITS AND INSPECTIONS 9 The CONTRACTOR shall at any time during business hours, and as often as the 10 COUNTY may deem necessary, make available to the COUNTY for examination all of its records and data 11 with respect to the matters covered by this Agreement. The CONTRACTOR shall, upon request by the 12 COUNTY, permit the COUNTY to audit and inspect all of such records and data necessary to ensure 13 CONTRACTOR'S compliance with the terms of this Agreement. 14 If this Agreement exceeds ten thousand dollars ($10,000.00), CONTRACTOR shall be 15 subject to the examination and audit of the Auditor General for a period of three (3) years after final payment 16 under contract (Government Code Section 8546.7). 17 14. NOTICES 18 The persons and their addresses having authority to give and receive notices under 19 this Agreement include the following: 20 COUNTY CONTRACTOR Director of Internal Services/Chief 21 Information Officer, Internal Services Belfor Property Restoration Department 22 333 W. Pontiac Way 3461 W. Holland Avenue 23 Fresno, CA 93612 Fresno, CA 93722 24 Any and all notices between the COUNTY and the CONTRACTOR provided for or 25 permitted under this Agreement or by law shall be in writing and shall be deemed duly served when 26 personally delivered to one of the parties, or in lieu of such personal services, when deposited in the United 27 States Mail, postage prepaid, addressed to such party. 28 15. GOVERNING LAW 10 1 Venue for any action arising out of or related to this Agreement shall only be in Fresno 2 County, California. 3 The rights and obligations of the parties and all interpretation and performance of this Agreement 4 shall be governed in all respects by the laws of the State of California. 5 16. DISCLOSURE OF SELF-DEALING TRANSACTIONS 6 This provision is only applicable if the CONTRACTOR is operating as a corporation 7 (a for-profit or non-profit corporation) or if during the term of the agreement, the CONTRACTOR changes 8 its status to operate as a corporation. 9 Members of the CONTRACTOR's Board of Directors shall disclose any self-dealing 10 transactions that they are a party to while CONTRACTOR is providing goods or performing services 11 under this agreement. A self-dealing transaction shall mean a transaction to which the CONTRACTOR is 12 a party and in which one or more of its directors has a material financial interest. Members of the Board 13 of Directors shall disclose any self-dealing transactions that they are a party to by completing and signing 14 a Self-Dealing Transaction Disclosure Form, attached hereto as Exhibit D and incorporated herein by 15 reference, and submitting it to the COUNTY prior to commencing with the self-dealing transaction or 16 immediately thereafter. 17 17. ENTIRE AGREEMENT 18 This Agreement constitutes the entire agreement between the 19 CONTRACTOR and COUNTY with respect to the subject matter hereof and supersedes all previous 20 Agreement negotiations, proposals, commitments, writings, advertisements, publications, and 21 understandings of any nature whatsoever unless expressly included in this Agreement. 22 23 24 25 26 27 28 1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of 2 the day and year first hereinabove written. 3 4 CONTRACTOR COUNTY OF FRESNO 5 6 Paul Su owski, Controller Brian Pacheco Chairman, Board of Supervisors g Date: Date: a I-, 9 10 11 Jose Ciolino, Chief Financial Officer Bernice E. Seidel 12 0��W Clerk Board of Supervisors Date: U 13 Belfor Property Restoration 14 3461 W. Holland Avenue By: 15 Fresno, CA 93722 DE MAY 16 REVIEWED & RECOMMENDED FOR APPROVED AS TO ACCOUNTING FORM 17 APPROVAL Oscar J. Garcia, CPA Auditor-Controller/Treasurer-Tax Collector 18 19 Ro ert W. Bash, Director of Internal Services/ 20 Chief Information Officer y: (1 21 APPROVED AS TO LEGAL FORM 22 Daniel C. Cederborg, County Counsel 23 24 By: 25 26 FOR ACCOUNTING USE ONLY: ORG No.: 8935 27 Account No./Fund: 7295/1045/10000 28 12 RATE AND MATERIALS SCHEDULE FOR INVOICING (Exhibit) BELFOR COD CALIFORNIA PREVAILING WAGE ONLY IRdeCRryA($TORArlGH Effective Date:March 2015 g,. RATES AND INVOICE CONDITIONS CODE ITEMIZED SCHEDULED LABOR CLASSIFICATIONS REGULAR RATC/NR PROJECT MANAGEMENT: APM Assistant Project Manager _ 5 107.00 PM Protect Manager _ _ $ 100.00 PE Protect Estimator $ 109.00 SPM Senior Project Manaqer PC Project Coordinator _ $ .00 1 $ 151.00 GENERAL CLASSIFICATIONS: GL General Labor $ 72.41 AA Administrative Assistant 'LF Labor Foreman $ 0.00 .00 9 MS Mobilization Support $ $ 90.00 TO Truck Driver .00 DMT Demolition Technician $ s 105.00 RCO Resource Coordinator (Supply Technician) S 105.00 PA Project Auditor (Documentation Clerk) EO Equipment Operator $ .00 $ 10055.00 HSO Health&Safety Officer S 105.50 RESTORATION SERVICES(General): RT Restoration Technician RS Restoration Super-visor 10 isor $ S.00 5 105.00 DT Dehumidification Technician $ 105.00 M r Mold Technician (Remediation Technician or Supervisor) $ 105.00 RECONSTRUCTION SERVICES: PT Painter $ 93.88 DP Drywall lnstalleyFinisher CR Carpenter (framer/flniSh) 5 8 97.6 sw TF Trade Foreman (Commercial Supervin) 5 104.00. $ TECHNICAL SERVICES: (Dehumldifiuitlon,Documents/Modia,Electronics,HVAC,Machinery,Mold) TN Technician $ 118.00 TS Technical Specialist $ 122.00 TL Team Leader $ 135.00 TSE Technical Support Engineer (ChemisW,Electronk,Machinery,Quality Control) $ 116.00 SEMICONDUCTOR SERVICES: DM Documentation Manager 5 81.50 OC Decon Technician DPM Decon Protect Manager $ 0 181..0 DE Decon Engineer $ 2060 $ 06.00 ENVIRONMENTAL SERVICES: HT Hazmat(Asbestos Technician HLT Hazinat/Asbestos Lead Technician $$ .00 98.00 HEO Hazmat/Asbestos Equipment Operator HS Hazmat/Asbestos Supervisor $ .00 1 $ 122.00 CONSULTING SERVICES: CVP President&Vice President CSC Senior Consultant $ 5.00 185.00 CCE Consultant/Consulting Estimator $ 145.00 CWP Clerk of the Works-Production Person CAD Administrative $ 55.00 1 .00 COC Outside Consultants $ Actual Billing+1090% '0 CLG Deposition,Legal Work,&Court Testimony see section I.IV Consulting Expenses $ 300.00 CFE Appraisal&Umpire fees $ 300.00 9 tall LABOR CALCULATION POLICY The guidelines for labor invoicing are as follows: The first eight hours worked on any scheduled shift Monday through Friday will be charged at the regular hourly rate. Any hours worked in excess of eight hours on any scheduled shift Monday through Friday will be charged at 1.5 times the regular hourly rate. All hours worked on Saturday and Sunday will be at 1.5 times the regular hourly rate.All hours worked on Holidays(see§I.III Item 4 for recognized holidays) will be charged at 2 times the regular hourly rate. After Hours Emergency Services:In the event that BELFOR personnel are required for emergency services after normal BELFOR business hours (Weekdays 5:00 p.m.-7:00 a.m.), 1.5 times the regular hourly rate will be charged. y t.itt LABOR CONSIDERATIONS 1).Work performed under a particular contract that is subject to Federal and State wage and hour laws,prevailing wages,and/or collective bargaining agreements may require negotiated changes to the above stated rates.If necessary,adjustments will be made to the hourly rates and other labor provisions. 2).When circumstances beyond our control require BELFOR personnel to stand-by at the Job site,a minimum stand-by charge of 6 hours at the regular hourly rate(no overtime)will be charged. 3).National holidays recognized by BELFOR for rate(not payroll)purposes are New Years Day, Memorial Day,Independence Day,Labor Day, Thanksgiving,and Christmas. 4).The hourly Scheduled Labor rates will be charged portal to portal for all BELFOR personnel,labor subcontractors,and subcontractors fulfilling any Labor Classifications. 5).Per AIG VMO agreement 03/06/2014,subcontracted labor will be marked up cost plus 35%. vl-1 Page t of 4 BELFOR Initial: Customer tribal. RATE AND MATERIALS SCHEDULE FOR INVOICING (Exhibit BELFOR COD CALIFORNIA PREVAILING WAGE ONLY PNOet NTTxrsTON AT I ON Effective Date:March 2015 RATES AND INVOICE CONDITIONS §1.Iv CONSULTING EXPENSES 1).Reproduction of actual drawings at actual cost 2)_Automobile mileage at IRS approved rate,tolls at cost with receipts over 525.00 3).Overnight mail is priced at$14.70/small package,$29.40/large package 4).Photographs at$1.00 per picture for standard size 5).Color copying at S1.00 per page or actual cost if Kinko's or other service 6).Airfare,hotels,rental car rates and other travel expenses are billed at actual cost 7).Daily per them rate at$55.00 a day/based on(8)hour day Note: 'Fees for deposition and trial appearances are for a minimum eight-hour day @$300/hr for all consultants §IT. SCHEDULED EQUIPMENT CHARGES(see§II.I Itemized Scheduled Equipment) 1).The Daily Rental Rate is charged for each calendar day equipment is utilized on a project,whether a partial day or complete day. 2).Small Tools Charge: Items such as shovels,ladders,demolition carts,extension cords,small hand tools,etc...,which are provided by BELFOR but are not Included in the Scheduled Equipment list will be charged at 3%of total labor charges for all hands-on personnel(ED,GL,LF,RT,RS,DC,DMT, OT,MT,PT,DP,CR,TN,TS,HT,HLT,HEO).Any specialty items purchased for a project may be charged as per Section IV. 3).The Safety Equipment Packages(Personal Protection Equipment.PPE,Personal Fail Protection-PFP,and Personal Respiratory Protection-PRP) are inclusive of the reusable components of each package as well as any training,medical,or certification expenses related to their use. They do not include the disposable items within the Scheduled Consumables list. 4).During the course of performance of the work BELFOR may add additional equipment to the schedule. §etc SCHEDULED CONSUMABLES(see§III.I Itemized Scheduled Consumables) 1).Any scheduled Consumables purchased locally where the unit price exceeds 80%of the rate,the item will be invoiced at documented cost plus Contractor's 10%Overhead/10%Profit (21%). 2).During the course of performance of the work BELFOR may add additional consumables to the Rate Schedule. 3).BELFOR reserves the right to change the unit rate of scheduled consumables affected by market conditions. 4).Scheduled consumables are charged on a"per unit"basis whether consumed by the unit or not. 9 tv. VENDORS,UNSCHEDULED MATERIALS&UNSCHEDULED EQUIPMENT 1).Contractor's 10%overhead plus 10%profit(21%)will be added to the total or all documented costs for Unscheduled Materials,Unscheduled Equipment,and Subcontractors/Vendors(Including DUCTZ HVAC and BELFOR Environmental Services)who are not fulfilling a scheduled Labor Classification. 5v. REIMBURSABLES 1).Contractor's 10%mark-up will be added to the total of all reimbursables. 2).Standard per diem rates are$40 per person per day. The 1.25 multiplier will be applied as above for NYC and the states of CA,HI,and AK(so per them will be$50/day in these areas). Per Diem will be charged for all traveling personnel in§I.Invoicing Guidelines and Conditions. BELFOR Incurs,and thus charges,this daily rate whether the per them is paid directly to the employee,is charged to BELFOR as a separate charge,or Is included with other compensation considerations. For multiple jobs on a single day,per diem will be prorated accordingly. 3).Per Diem reimbursement Is subject to certain limitations regarding deductibility governed by the Internal Revenue Service,Code of 1986,Section 274(n)(1). Please consult your tax advisor on the appropriate treatment of these costs on your project as It is our policy that any deductibility limitation for income tax purposes Is the responsibility of the customer. 4).BELFOR shall be reimbursed for travel expenses(airfare,lodging,rental cars,per diem)for personnel at documented costs plus markup(see aern 1). 5).An optional methodology for lodging charges Is to apply a lodging allowance as follows:Lodging may be charged at the average nightly rate of up to three hotels that house project personnel(BELFOR and/or subcontractors). The full average nightly rate will be charged for single occupancy and 50%of the average nightly rate per person will be charged for double occupancy. §VL DOCUMENT DRYING AND RECOVERY SERVICES Freeze drying charges will range from$40 to$75 per cubic foot based on the volume of documents to be dried,the type of document(bound or loose paper),and the moisture saturation. The above rates represent the charges for freeze drying only.Labor,equipment,materials and other document treatments performed will be billed in accordance with the rates herein and any project specific quotations. Other recovery service charges will be determined per job,based on the following relevant factors: •Nature of Damage ' Degree of soot/char •Intended Use of Document •Moisture Saturation Mold Contamination 'Odor Because the type and level of contamination may vary so greatly and thus affect the resultant recovery protocol required,these additional services will be quoted after examining a sample of the affected documents. §vtt. CAT CONSIDERATIONS 1).A 6%fee will be added to the total of each invoice. This fee will cover all of the Indirect charges that must be allocated to each job in the CAT. Examples of these charges would be CAT management,CAT office,admin support,warehousing,etc... I vttt. BILLING AND PAYMENT 1).Invoices generated in accordance with the BELFOR Rate and Materials Schedule will be submitted periodically for work that has been performed.As such,all invoices are due and payable upon receipt and will be considered late 30 days after receipt of the Invoice.If there are any disputed charges on any Invoice these should be clearly identified In writing within 30 days and an additional 30 days will be allowed to resolve disputed charges. Interest charges will begin to accrue after 30 days for undisputed charges and after 60 days for the disputed charges at the rate of:1)1%per month or 2)as specified in the terms and conditions of the applicable contract. The rates contained in this exhibit are exclusive of federal,state and local sales or use taxes and the costs associated with any app:lcabte federal,state or local approvals,consents,permits, Il licenses and orders incident to performance of the work. vl-t Page 2 of 4 BELFOR Initial: Customer Initial: RATE AND MATERIALS SCHEDULE FOR INVOICING (ExhibitA) BELFOR C01 CALIFORNIA `� PROPLRTYN t S 101;AT ION Effective Dale:March 20 IS 611.1 ITEMIZED SCHEDULED EQUIPMENT EQUIPMENT DESCRIPTION UNIT RATE EQUIPMENT DESCRIPTION UNIT RATE Am MOVERS/90MPRESSORS/ACCESSORIES TRueKS.VEHICLE.TRAILERS(rate does not Include ruel) Air compressor,gas/electric Ea!oav S 37.00 BELFOR Command Center Ea!Day $ 500.00 Air compressor tow behind Ea/Day $ 118.50 Mobile Office Ea/Day $ 65.00 Air movers/carnet blowers Ea/Day $ 30.00 Mobile Warehouse(Tracer only) Ea!Day S 155.50 Octiciry Bag or Direct it In(attachmentl Ea/Day S 30.00 Trailer Freezer Ea/Day $ 149.50 In)ectidry Unit Ea/Day S I'll- Truck Dump Service(Pickup Truckl Ea/Day $ 95.00 Manometer Ea/Day S 82.50 Truck.Dump-Trip Charge Ea/Day $ 150.00 Truck Moving/Box/Board ug Ea!Day $ 155.50 BLAST/POWER WASH UNITS Truck(Cab)or Trailer(Flatbed Transfer.etc) Ea/Day $ 124.50 Blasting Unit Agri/Soda Ea/Dav S 648.00 Vehicle Pickup SUV or Car Ea!Day $ 69.00 Dry Ice Blaster w/AccessOrles Ea/Day $ 973.50 Vehicle.Truck 1 Ton 4x4 Liftgate Ea/Day $ 165.00 Soda Blaster Ea/Day $ 966.00 Vehicle,Van /t per l0 Passenger or Calgol Ea If Day $ 11150 Washer,Hick Pressure l� Ea/Da v $ 100.00 Washer High Pressure two Ea!Day S 124.50 DUMPSTERS&STORAGE Dumpster, 20 vd Per Load $ 550.00 CLEANING/VACUUMS/EXTRACTION Dumpster,30 Yd Per Load S 700.00 Buffer Floor Ea/Day S 37.00 Dumpster.40 yd Per Load $ SS0.00 Carpet Cleaning Machine Ea!Dav s 75.00 BELFOR Pads 8'x7' 12 x 7' Per Month $ 235.00 Dry Cleaning Unit cpo,tabiei Ea/Day $ 143.00 BELFOR Pods(set uI2 S breakdown) Per Pod $ 300.00 Extraction Unit iponawa) Ea/Day S 155.50- Storage Vaults Per Month S 125.00 Exr��on Unit muck or Trailer mountl Ea/Day S 561.50_ Floor cleaning system r alk beMng) Ea!Day S 237.00 ELECTRONICS/ MECHANICAL HEPA Filtration Unit/Air Scrubber Ea/Day, s 155.50- Cart Electronic Decontamination Ea/Day S 63.00 Ion Alr Cleaning System Ea/Day S 47.50 Cleaning Room HEPA filtered Ea/Day S 978.50 Steam Cleaner rrMilerl Ea/Day S 243.00 Crane A-Frame(1 ton) Ea/Day $ 139.00 Upholstery Machine/Lady Vac(steam citaner) Ea/Day S 63.00 Crane Overhead(2 Ton monorail 38 feet) Ea/Day S 772.50 Vacuum In' Ea/Day $ 100.00 Decon Room Per Project $ 515.00 Vacuum insulation Machine Ea/Day $ 89.5o DI Water System Ea If Day $ 69.00 Vacuum UDriaht Ea/Day $ 16.50 Documentation Kit(digital camera/photo printer) Ea/oar S 69.00 Vacuum.WetiOry or Canister Ea/Day S 3a.00 Electrical DiSMbution_f12o nrnp Pallet) Ea J Day_ 187.50 Electrical Test Eguipment iHedaer Hi vet Groundina Cabia1 Ea i nay $ 412.00 LIGHTS Electronic Dehumidification UniVHeatino(KH» Ea/Day S 224.50 Light Balloon Ea/Day $ 110.00 Gas Oetector.ATI Porta5ens II Es/Day $ 307.00_ I iahr Tower Mobile(400 WT dNSd) Ea/Day S 155.50 HEPA Flltered Hood Ea/Day S 154.50 I Inn( Wnhhla,371ndlep) Ea/nay $ 43.50 HE PA Water Displacement Unit Ea/Day s 93.50 Oven Convection Drying(ULT) Ea 1 Day S 436.50 MISC. Oven Vacuum Drvincl Ea/Day S 623.00 Heat Gun Shrink Wrao Ea/Day S 75.00 gtzailty Control Kit (scientific instruments) Ea/Day S 187.50 Ride on FloOrino Stripper undudes bbdesl Ea/nay S 1,200.0o Reflectoguant Test Device Ea/Day s 103.00 Saw Demo Ea/Day S ID6.00 Seater.Vacuum Ea/Day s 273.00 Saw Kett Ea/Day $ 35.00 ����Booth with 2 sinks(oorobldl Ea/Day $ 187.50 X-Ray Orver Ea/Day S 155.50 So!Ayer,Airless H P (Wagner) Ea/Dav S 63.50 X-Ray Separation Tank Ea!Day $ 467.50 Tool Handling Charge Der Project S 463.50 Ultrasonic Bath Portable Ea/Day $ 324.50 ODOR CONTROL/DISINFECTION Ultrasonic Bath Bench Top Ea/Day S 187.50 Fnnnrr.Commercial Ea/Day $ 112.50 Ultrasonic Dip Line Industrial Multi-Step Ea/Day S3,365.DO Fogger`ULV TherrTtal(eRctnc) Ea/Day_$ 40.00 Vacuum.Clean Room _ Ea/Day $ 154.50 Ozone Generator Ea/Day $ 124.50 Wet Bench(portable) Ea/Day $ 188.00 Smoke Machines(amain Ea/Day $ 100.00 Workstation(table chair,lights ESD) Ea/Day S 24.50 Vapor Shark Ea/Day S 40.00 ENVIRONMENTAL POWER Cascade Breathing Air System Ea/Day S 170.00 Electrical Distribution(adder eat) Ea/Day S 75.00 Chemical Hose Hazmat Ea/Day S 226.50 Generator(mftable) Ea/Day 5 124.50 Confined Space Entry System Ea/Day $ 206.00 Decontamination Shower/Filter Ea/Day 5 144.00 PUMPS Jerome Mercury Vapor Analyzer Ea/Day s 252.50 Pump Sumo/Flood Ea/Day $ 34.00 Mlnl-Rae(Pip) Ea/Day $ 206.00 Pump.Trash with Hose. 2" Ea/Day S 139.00 MSA Passport(02.LEL.CO.H251 Ea/Dav S 206.00 Personal Sample Pump Ea/Day $ 29.00 DRYING/TEMP/HUMTDTTY CONTROL Pump, Diaohratlm 1" Hazmat Ea/Day $ 206.00 Moisture Meter Ea/oav S 21.OD Pit m0 Diaphragm 2" Hazmat Ea/Day $ 309.00 Camera IR Ea/Day $ 225.00 Self-Contained Breathing Apparatuses("A-30H ni Ea/Day S 144.00 Dehumidification.Dehumidifier-100 to 140 ARAM Pints Ea/Day S 187.50 Coif-Contained Breathing Apparatuses tSCBA-SKM Ea!Day S 113.50 D�humldiftcation _ iccant-SOp/.400 cfm Ea/oav S 405.00 Trailer,Emeroency_R_M-gn-Se Hazmat Ea/Day 1 309.00 Oehufsi ific Ea/Da v $ 842.50 Dehumidification Desiccant-3500 cfm Ea/Day S 1,004.00 NVAC Dehumidification Desiccant-5000.6000 cfm Ea/Day $ t,360.5g HVAC Mile Volume Tornado System Ea!Day S 45.00 Dehumidification Desiccant-10000/12000 cfm Ea/oav s 2.138.50 o e esource nI Ea/pa s 155.So Dehumidification, Desiccant-lsooe cfm Ea I Day $ 3,669.00 Power and anua an Dos PP/Day S 2S.00 Dehumldi cation Desiccant-25000 cfm Ea/Day S 5,007.00 HVA o ary rush Duc can n stem Ea/Da S 45.00 Dehumidification/Cooling-1 Ton Soot Cooler Ea/Day S 161.50 Service vehicle Trailer om o Ea/Day $ 124.50 Den Umidification/Cooling-DX Unit-20/�?ton Ea/Day $ 1,295.50 �AC�- F acuumCollection stem Ea/Da 504.50 Dehumidification/Cooling-DX unit-601 7o Ton Ea/Dav S 21041.50 Video o0Rot)o c ns ectwn s em Ea/Day 50aso Dehumidification/Coglii g-Chiller 190 to 400 Ton Ton/Day 4 26.0oHVAC, Inpr Duc[ can ng ystem Ea/Day $ 45.00 Dehumidification Heater-20 Kw Ea/Day $ 160.00 Dehumidification Heater-SO Kw Ea/Day $ 356.50 SAFETY Dehumidification Heater-too KW Ea/Day $ 486.00 Personal Fall Protection(PFP) PP J Wk S 55.50 Dehumidification. Heater-ts0 Kw Ea!Oav S 583.00 erspna rotect On qU ment PPE PP/Wk $ 27.75 Dehumidification Heater Indirect Fried up to 50D (lObtu+fuel Ea/Day $ 939.50 ers�onaTlies ira-Eo Pro a on PRP PP/wk $ 55.50 Heater Electric-150o watt Ea/Day $ t5.5o Respirator,PAPR Ea/Day S 82.50 Heater Pro ane_o_- dir fired+fuel Ea If Dav S 55.50 The rates contained In this exhibit are exclusive of federal,state and local sales or use taxes and the costs associated with any applicable federal,state or local approvals,consents, ermlts,licenses and orders Incident to performance of the work. VI-I Page 3of4 SELFOR 1.6aL customer miau RATE AND MATERIALS SCHEDULE FOR INVOICING(ExhlbilA) BELFOR ®fj CALIFORNIA Errealre Date!March 2015 Ice IERTrxi f i aa.t I ITEMIZED SCHEDULED CONSUMABLES 3 CONSUMABLE DESCRIPTION UNIT RATE CONSUMABLE DESCRIPTION UNIT RATE EI f AONICS/ NE.(U9R1�1 Baas.Environmental Trash Baas Ea. S 3.0 BELFOR,-AS�4 Alkaline Cleaner 14 __ __Gal 5 3a.00 J3ag5.insulation M,at;hlR vacvvml Ea 5 31 00 BELFOR-AC 12 Alkaline Cleaner 12 Gal s 46.00 Baas.Trash fexcai 3 mu S 0.82 6 mil S i 62 .BELFOR-CD 04-C Complex Defuster 04 C al $ 73.00 tLIwNINSrENFRAL BEL OF-$ D 13 Complex Oeruster 13 Gal s sla 50 ¢ELFOR-EC 12 Electronics Cleaner Gal S 30.00 BELFOR-AII Natural Citrus Solvent Cleaner Gal S 34.00 BELFO�L Label Protection Lacauer Ounce S 17 50 BELFOR-All Purpose Cleaner Gal $ 10.50 BELFOR-GC General-Cleaner Gal S 28 OO BELFOR-AII Purpose Spotter Gal $ 22 50 BELFOR-GC G Hand Dearer Ol Gal S 28.00 BELFOR-Carnet Rinse&Neutralizer Gat S 18 50 BELFOR-LP 40 Uah[Preserver 40 Gal S 73 00 BEL FOR-CiF Gtrofix Lemon icent Ounce S 1.00 _BELFOR-M�P Metal PollShina Paste Ounce $ 15.5� BELFOR-Concentrated Otlor Counteractant&Smoke Ellm Gat s 31 00 BELFOR-NC CR Neutral Cleaner CR Gal $ 122 50 BELFOR-Extra Duty Cleaner Degreaser Gal $ 17.00 BELFOR-NK One Steo Cleaner and Praggyg(ci•»�,"ri Pint $ 12 SO 6 LF g_GIasS Cleaner Gal S 8 00 -�B��E�LLFQOR-__0C2 4 Organic Cleaner 24 Gal S 46.50 BELFOR-Hand C eaninq Wipes Tub S 41 00 _BEL�OR-OCCOraani Cleaner 62 Gal S 32 00 BELFOR-MuIII-Enzyme Spotter-Deodorizer-Protector Gal S 31 00 -gE4FORR-O-SW OO Black tow.cont4n only) Ounce S 34.00 BELFOR-Multi-Pu�oSe Restroom Cleaner Gal S 13 50 BELFOR-PM Polish Mllk ounce S 5 00 BELFOR-011 Preserver Gal S 46 50 BELFOR-5D 02 5_u de Defroster Gal $ 52 50 pELFOR-Guam&Hard Title Cleaner Gal S t7 SO AELFOR-WP Wax Preserver Gal $ 78.50 BELFOR-Rua&UphtNstery/Traffic&Bonnet Cleaner Gal S 25 00 Nltrlc Add,Ultra Pure ouart S 154 SO A9Desive.Remover Can 11.50 n non h mi 1 Ea. S S. 0 Alcohol I o.r. Gal S 79.50 A I cves`Chemic�l Ea. S 4.00 BIQyg,Uclor Counterat0nt_ Ea. $ 7.00 Arsenic:[gSLt it Per Test $ 5.00 Boot Covers Lat Per Pair 1 0 BaOS.Anti tatic Ea S 4 00 Brush.Sc b Ea $ It 50 Brady Cards Er S 7.00 gushes.Pine Ea S 31.00 Brush.Diso ro H ersn arm Small5 5 00 wroe S 13.50 Brushes.WireB Small $ 5 00 large S 7.00 Ort(sh,Non Conduct Ea 5 30 50 Cleaner,5talnle55 Steel Can S IS 75 Chtonde Opick Test Strips Ea $ 1 25 Oisinfectagt.Antimicrobial Gal 5 51.0 Qganina/ Decon Sticks Eit $ 1.25 Fogger,Thermo Deodorizer Gal S 63.00 QOO-U Scrubbers.GMCn(•7447e Box S 26.00 MOn Meads Ea S 13.50 Non-Conduct Scrubbers Marggn(l961 Box S 78.50 Pad Floor Buffer Ea. 12.50 N n- onduct Scrubbers.White ra9ai Box S 47 50 Pad,Foam bbing Pak S 51,50 Tape.Clean Room Rail $ 24.50 SD9f1Qe..-QaLGSU1dtP R_ef�4vdl nsxr,ca•1 Ea $ 4.00 WiDeS.tint Free Pak $ 35.00 Soonae,Particulate Removal_(3I4-ara6•i Ea. 5 2.00 Wines.j!EesatgrAjE.Q.IPA/DI Pak $ 2050 Steel wool Ea S 1.06 nWM Standard Clean Room Pak S 29 00 Thinner,PaintlMineral Saints Gal S 22_50 Wipes Ultra Clean Room Pak s 62.00 Vapor Shark Membrane Ea S 5]DO - Wipes,Cotton Gath/WorkShOp Rags Lb S S 00 ENVIRONMENTAL Wipes,Wipe All Pak $ 12.50 Asbekto Glove Bag Ea S 34.00 SDtIILNTs/PACK-ou*/s1aRAe1 breathing Air T e K Bottle Ea. 55.50 CarEnoge,HSA ombination Ea. 5 16.50 BELFOR-Fabric Protector Gal $ 40 00 Protective Suits fAridl Ea s 84.50 BELFOR-Lemon Od Furniture Polish Gal S S 00 Protective Suits ne r n.tour en aewl4tnoi Ea S 1 S70 SO BELFIJR-L 0Wd Laundry Detergent Gal S 17 50 protective Suits(ftw,,lsbwosi Ea S 8.00 BELFOR-Premium Dish Detergent Quart S 6.00 Protective Suits tsaranex cbemkan Ea. $ 31.00 Boxes,Book Ea $ 5.00 Sorpent Boom Ea s 67.00 BoxeS.DiiSh Pack Ea $ 6 OO 5orbent Pad Ea $ 10.50 Bale S 101.00 Boxes,Slip Covers Ea, s 3 00 SOfDent PIIIOwS Ea $ 25,50 Boxes.Ward robe/Specialry Ea 5 35 00 DRUMS ISO 30a SSG C�hS.Massllnn ED 5 1 35 OEM-,P21M 2529 T Ea. 42.00 S 49.50 S 70.00 Foam Blocks Ea S 0.12 Drum I en To Ea. S 45.50 $53 50 S 76.00 Inventory Tags Ea S 0.12 Drum.Steel Clo£ Tap Ea. S 34,00 $40.00 S 55.50 Tape.Poly Box Roll f 3.00 Drum teel Open Top Ea. S 36.00 $a7 50 S 67 00 Wrap BubbleJAnt1 Static Roll S 84 50 Drum.Steel 5alvaoe.55 Gallon Ea. S 168.00 �/✓raD,Stretch Roll 5 141.0. Drum,Poly Overpack.95 Gallon Ea S 257,50 EIt URS Drum,Steel Overpack,110 Gallon Ea $ 504 SO Fliter.Chartoal tcarnon Activar(dt Ea, S 65.00 M1lAG Filter.HEPA Ea S 230,50 HVA Air Olasl Nozzle,Replacerrignt Filter.Pre rrnmam Ea S 3.00 HVAC Air Whip.Multi Ea. 50.00 Titer-Poly rsero(xlarri Head.Replacement Ea S .00 Ep. S 7.00 HVAC BB Freshdu MiCrgbrocrde ISoz 50.00 HVACs�aner Dgqreaser Gal 1 .00 @HlETtNG/pt&S7ZG FLOG ZRQIECTION HVAC Closed Cell Foam Insulation Tape 1/8'x2"00' Roe 24.75 Duct Lay Flat f5001 with hog rings Roll S 467.50 HVAC Coll Cleaner Gel S 47 75 Plastic Sheeting.1.5 mil(24 x lam Roll $ 43 50 HVAC Collection Machine Filters tni.-d A Rant Ea. S $$�t50 Plastic Sheetino.3 mil 120.loci Roll 5 S4 50 HVACC OIIeCbOn MaChlne HEPA Filter Ea S 3,11).40 Plastic Sheeting.4 mil r20x foci Roll 5 62.50 HVAC Duct Liner 1"-3'x100' Roll S 4 Plastic Sheeting.6 mil(2o toot Roll f 81 50 HVAC Duct Mastic Gal S l9.00 Plastic 5heehng.6 mil-Fire Rgtargan[/Anti Static fzo a loot Roll $ 319.00 jtA E Iant.Antimicrobial rreu Gal 8 .DO Plastic Sheebng.6 mil-Fire Retardant-Black(2Qx 100) Roll $ 395.00 HVAC F) erinck Gal Plastic Sheeting.Carnet Protector Roll S 81150 HVAC EPA Vac Collection Byc&Filte Protedo Ea. 10.00 -Re R01n Paoer rzoc rt root Ron S 24.50 HVAC HEPA Yas.IIlte[s_1D4vati ntSla.a0.tava_oiwii Ea. $ 60. Scrim-Fire Rated iaerxioc•i Roll $2 469 00 HVAC HEPA Vac HEPA Filter Ea. $ 289� Sticky Mat(26-x3r) Ea S 89.50 HVAC Pro n Fill Char e C linder $ 45.00 HVAC Rota Bru Head Recilacement Ea. S 114.25 SHRINK WRAP. HVAC Rotary Brush System.Replacement Core Ea. $ Strapping,Woven HD LF S 0.10 HVAC Sheetmetal BWOR Ea. $ 1T.00 Tape.Heat Shrink 2" Roll S 16 35 HVAC Sheetm I w Box 100 S 2 Tape.Heat Shrink 4' Roll S 22.75 HVAC Spray A heslve Can $ 24.00 Tape,Heat Shrink 6" Roll 5 49 IS HVAC Unlbi[ Ea. s0z.W- fir-py$hnnk.7 mil as x 145i Ran 5 815.00 HVp_C Vacuum Br us_h_Head_(t�acement Ea. S 24.00 Wrap.Shnnk.12 mil Or x feo-t Ron 51 SIS 00 TAPEIADHESIVE Boats 9AEE7Y Chemical PVC Per Pair S 45.50 Adhesive.Spray Can $ 7 00 Dust Mask Ea $ 2.00 Tape.2-wav it x rat Roll S 30.00 Gloves.Cotton ifoct d s snarl Per Pau S 2.25 Tape Barricade-Banne Guard rca 11 Da etc...) Roll S 28.00 t BOx 1 _T.@.RC._AuCt Roll S 7.00 �il v Leather Per Pair S Tape.Global Roll S 24.50 Gloves.Nitrilg Per Pair S 5.30 Tape,Painters-Nue/red Roll $ 800 Gloves.Nylon InSDe0on Per Pair S MIsc Protective Suits ttw kl Ea $ 15.5a ReSolrator.N95 Ea. $ 3.50 _DiS205able Decontamination Unit Ea S 416.00 Respirator,P100 Ea 5 10.50 Encaosulant.Antlfungiddal Gal S 82.00 Respirator HEPA+Particulate Replacement Filter Ea. $ .00 Encapsulant.AntiMILTOblal(Tuns i Gal S 75.00 Respirator,HEPA Replacement Pancake Filter Ea s 830 Encapsulant.Soot Gal $ 43.50 FjQq.r r5,MISC/Lick&Haso Ea $ 30 00 The rates contained In this extilbit are oxdusive of federal,state and local sates or use taxes and the Floor Div f4041 Bag 5 15 Sp costs associated with an applicable federal,state or focal approvals,constnts, elmtts,licenses and SM Box Ei S 45 50 orders Incident to performance of the work. PD p Soda.Sofia Blaster Material Baa s 35 00 Zipper(containnvent) Ea S 12 00 vi.i Pape4d4 MLFORlaivar C--om jn d, EXHIBIT B - No Hostage Policy Subject: Hostage Situations IEA Juvenile Justice Campus y4 ' Policy Number: 326.0 Policy Manual Page: 1 of 2 Date Originated: April 1, 2004 Authority: Title 15; Section 1327; Date Revised: February 1, 2008 California Code of Regulations It is imperative for the safety and security of all persons within Juvenile Justice Campus (JJC) facilities, as well as for those in the community, that minors are not allowed to leave the secure confines of the facilities by the taking of a hostage(s). If successful in securing a release through these means minors would be much more likely in the future to use this practice again in an attempt to escape the confines of the facilities. This would put those visiting and working at the JJC at higher level of risk and would jeopardize the safety of the community if the minor was in fact successful in securing his/her release. The JJC is a "no-hostage" facility. This rneans that minors will not be released from custody under any circumstances due to the taking of a hostage(s). Any staff person taken hostage, no matter what their rank or status, immediately loses their authority and any orders issued by that person will not be followed. I. HOSTAGE SITUATION PROCEDURES A. If any minor(s) and/or other person(s) in the facility attempt to hold any person hostage, and they do not respond to verbal commands to stop staff will immediately notify the Watch Commander. He/she will respond to the location and assess the situation. If a hostage situation is in progress the Watch Commanderwill: 1. Summon assistance from other officers as required. 2. Establish a secure perimeter around the hostage takers and allow no one to pass into it for any reason without authorization. Risks should not be taken that might allow the taking of additional hostages. 3. Evacuate all non-essential persons at the scene to a safe location or any housing pod that is not directly involved in the incident. 4. Direct officers to place minors in uninvolved housing pods in their rooms and have them remain there until directed otherwise. Minors outside of housing pods will remain in place under officer supervision until it is safe to return to their respective housing pods or any housing pod that is not directly involved in the incident. 5. Immediately notify the Director or the Probation Services Manager/Assistant Director in his/her absence and confer with higher authority as to action to be taken. Administration in turn will notify the Chief. B. The Fresno Sheriff's Dispatch Center (488-3111) will be notified immediately and a request for a trained hostage negotiator and other emergency personnel will be made as needed. Prior to the arrival of the Sheriff Department's hostage negotiator the Watch Commander will attempt to ascertain: Subject: Hostage Situation Policy#: 326.0 Page 2 of 2 1. The number and identity of both the hostages and hostagetakers; 2. Any known weapons possessed by the hostage takers; 3. The demands of the hostage takers. C. The Watch Commander will retain and direct departing custody officers, as well as, available Probation peace officer staff to assist with security and safety needs, as necessary. Additional Juvenile Correctional Officers should be called in as may be needed to insure the safe and secure operation of thefacility. D. The Watch Commander will coordinate with the Sheriff's Department all activities taken to resolve the hostage situation, including the use of appropriate force, and will maintain control of the facility until relieved of that duty by the presence of a Probation Services Manager/Assistant Director, Director, or the Chief Probation Officer. E. Once the hostage situation has been resolved the minors involved should be housed in the most secure setting available and all appropriate charges should be filed. F. Each officer and/or non-sworn staff member who was involved or observed the incident will complete an incident report and if required, the appropriate critical incident evaluation report(s) regarding the details of the incident prior to the end of his/her shift. (See Incident Report, located in JAS Probation View, under"Word Templates".) G. The Watch Commander will prepare a Critical Incident Investigation Report, using the Critical Incident Evaluation Report - Page 2 report form and the critical incident evaluation report(s) completed by the reporting persons at the time of the incident. Il. PARENTAL AND MEDIA INFORMATION A. Attempts will be made at the direction of Administration to reach the families of the hostages to advise them of the situation. Notification will also be made to the parents of the hostage takers as deemed appropriate. B. All media inquiries will be referred to the Chiefs office per departmental policy. Ill. SECURITY AND OPERATIONAL REVIEW A. Once the incident has been resolved a team will be established to conduct a security and operational review of the incident. The review will be conducted within 2 days of the resolution of the incident. The review team will be comprised of the facility administrator and/or facility Director, Probation Services Manager/Assistant Director and Supervising Juvenile Correctional Officers who are relevant to the incident. The team will review the circumstances leading up to the incident and any necessary corrective action necessary to insure that such an incident does not repeat itself. Exhibit C - "NO HOSTAGE" POLICY EFFECTIVE DATE: 12-18-89 REVISED: 08-06-90, 12-25-94,05-06-96,09-01-99, 12-01-10 APPROVED BY: Sheriff M. Mims BY: Assistant Sheriff T. Gattie AUTHORITY: California Code of Regulations, Title 15, Section 1029(a)(7)(B) and Penal Code Section 236. PURPOSE: The purpose of this policy is to establish procedures which provide for the resolution of a hostage-taking incident while preserving the safety of staff, public, inmates, and hostages, and maintaining facility security. POLICY: The Fresno County Sheriffs Office Jail Division maintains a NO HOSTAGE FACILITY and will not consider bargaining with hostage takers for ANY reason. It is the policy of the Fresno County Sheriffs Office Jail Division that once any staff member is taken hostage, they immediately lose their authority and any orders issued by that person will not be followed regardless of their rank or status. It is the policy of the Fresno County Sheriff's Office Jail Division that the primary responsibility of all staff members in a hostage situation is to protect every person involved, if possible, from serious injury or death. PROCEDURES: I. DEFINITION HOSTAGE SITUATION: any staff member, citizen or inmate held against their will by another person for the purpose of escape, monetary gain or any reason which may place an individual in danger of losing life or suffering serious injury. II. NOTIFICATIONS, CONTAINMENT AND CONTROL OF THE SITUATION A. Emergency procedures and notifications shall be implemented as per Emergency Planning procedures (B-101/FILE: EMERGENCY). Page 1 of 1 1 Exhibit D 2 SELF-DEALING TRANSACTION DISCLOSURE FORM 3 4 In order to conduct business with the County of Fresno (hereinafter referred to as "County"), members of a contractor's board of directors must disclose any self-dealing transactions that 5 they are a party to while providing goods, performing services, or both for the County. A self- dealing transaction is defined below: 6 "A self-dealing transaction means a transaction to which the corporation is a party and in 7 which one or more of its board members has a material financial interest" 8 The definition above will be utilized for purposes of completing this disclosure form. 9 10 INSTRUCTIONS 11 (1) Enter board member's name, job title (if applicable), and date this disclosure is being made. 12 13 (2) Enter the board member's company/agency name and address. 14 (3) Describe in detail the nature of the self-dealing transaction that is being disclosed to the County. At a minimum, include a description of the following: 15 a. The name of the agency/company with which the corporation has the 16 transaction; and 17 b. The nature of the material financial interest in the Corporation's transaction that 18 the board member has. 19 (4) Describe in detail why the self-dealing transaction is appropriate based on applicable provisions of the Corporations Code. 20 (5) Form must be signed by the board member that is involved in the self-dealing 21 transaction described in Sections (3) and (4). 22 23 24 25 26 27 28 1 ( )Company Board Member information: 2 Name: Date: 3 ,lob Title: 4 (2)Company/Agency me and Address: 5 6 7 8 9 (3)Disclosure(Please describe the nature of the self-dealing transaction you are a partyto)- 10 11 12 13 14 15 16 17 18 {4)Explain why this self-dealing transaction is consistent with the requirements of Corporations code 5233(a): 19 20 21 22 23 24 25 ( )Authorized Signature 26 Signature: Date: 27 28 2 E xV„1 6,+ L__ NOTICE OF INTENT TO COMPLY WITH DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS FOR PUBLICLY FUNDED PROJECTS Request for DIR Project ID# CLIENT NAME: BELFOR JOB# If a project is paid for using any public funds, the Department of Industrial Relations (DIR) requires an awarding body to register that publicly funded project on the DIR's online system. As of August 1st, 2016, the DIR now requires contractors on publicly funded projects to submit Certified Payroll Reports to the Labor Commissioner directly though the DIR's online system. To do this, the awarding body must produce to the contractor the "Project ID" number assigned to the project. The DIR assigns this number to the project when the awarding body registers it with the DIR. If you have already registered the project with the DIR and received the DIR Project No., please provide it here DIR PROJECT IN If you have not already done so, please register the project on the DIR website at http://wvvw.dir.ca.gov/Public-Works/Awarding-Boclies html and then click on "Project Registration". To make this process easier, please use the information that BELFOR has provided below when completing your registration. PROJECT INFORMATION o Belfor USA Group, Inc. C3 Belfor Environmental, Inc. PWCR# CONTRACTOR LICENSE# BELFOR MAILING ADDRESS DOLLAR AMOUNT OF CONTRACT/ESTIMATED AMOUNT OF CONTRACT I ESTIMATED STARTING DATE ESTIMATED COMPLETION DATE CLASSIFICATION OF WORKERS: (Circle all that Apply) LABORER CARPENTER DRYWALL INSTALLER PAINTER DRYWALL FINISHER ASBESTOS/LEAD OTHER: PLEASE SEE PAGE 2 FOR ANY SUBCONTRACTOR INFORMATION DISCLAIMER.This Notice is for informational purposes only and not for the purpose of providing legal advice.You should contact your attorney to obtain advice with respect to any particular issue or problem.Use of and access of this Notice or any link within this Notice does not create an attorney-client relationship between Contractor and the awarding body. Page 1 of 2 NOTICE OF INTENT TO COMPLY WITH DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS FOR PUBLICLY FUNDED PROJECTS Request for DIR Project ID# LISTING OF SUBCONTRACTORS CON. LIC. # CONTRACTOR CLASSIFICATION OF WORKERS Page 2 of 2 DISCLAIMER:This Notice is for informational purposes only and not for the purpose of providing legal advice.You should contact your attorney to obtain advice with respect to any particular issue or problem.Use of and access of this Notice or any link within this Notice does not create an attorney-client relationship between Contractor and the awarding body. BELFOR C61 PROPERTY RESTORATION CERTIFICATION OF INCUMBENCY 1, Joseph Ciolino,the undersigned,as CFO of BELFOR USA Group,Inc. (the "Corporation"), do hereby certify that the following individual holds the position indicated below and he is authorized to execute documents as of this date on behalf of the Corporation and the signature set forth after his name is a genuine signature. NAME TITLE SIGNATURE, PAUL SUCHOWSKI CONTROLLER Lc e' IN WITNESS WHEREOF,I have set subscribed my name and affixed the corporate seal of said Corporation this 19 day of August,2015. Name:Joseph Ciolino CFO Dated: F '2015 Birmingham, Michigan STATE OF MICHIGAN )ss. COUNTY OF OAKLAND ) On /9 , 2015, before me, a Notary Public, Oakland County, personally appeard Joseph Ciolino, CFO of Belfor USA Group, Inc., known by me to be the same person described herein, who executed the above instrument and acknowledged the same to be the act and deed of Belfor USA Group,Inc. 2r�yMitt,Tuttle,SEAL � � Oakland County, Michigan , SHER D TU77LE My Commission Expires: Notary Public-Michigan Oakland County My Commission Expires Jul 17,2018 Acting in the County of-Oxql-kd t — SELFORUSA 195 Oakland Ave., Suits 150, 01fMingham. Ml 48009-3433 1188.421.4111 - ph.. 248-594JI44 fx-, 248.594.1133 24/7 emergency hotline 800.856.3333 www.bal(oruse.com