Loading...
HomeMy WebLinkAboutContracts & Agreements_13A-1988_CCv0001.pdf AGREEMENT TO FURNISH ENGINEERING SERVICES FOR CORRIDOR WASTEWATER PUMPING STATION AND FORCEXAIN This AGREEMENT is made and entered into as of this 19th day of April, 1988 by and between City of Redlands Municipal Utilities Department herein after referred to as "OWNER" and Boyle Engineering Corporation hereinafter referred to as "ENGINEER" In consideration of the mutual promises, covenants and conditions hereinafter set forth, the parties do hereby agree as follows: ARTICLE 1 - ENGAGEMENT OF THE ENGINEER 1. 1 The OWNER hereby engages the ENGINEER and the ENGINEER hereby accepts the engagement to perform Engineering services in connection with The Alternative Analysis, Preliminary Design and Final Design of the Corridor Wastewater Pumping Station and Forcemain, hereinafter called the Project. 1.2 All work under this AGREEMENT shall be done in a professional manner, and ENGINEER represents that he is skilled in the professional expertise necessary to provide high quality services under this AGREEMENT. 1. 3 The ENGINEER shall be responsible, to the level of competency presently maintained by other practicing professional engineers performing the same type of work, for the professional and technical soundness, accuracy and adequacy of all designs, drawings, specifications, and other work and materials furnished under this AGREEMENT. ARTICLE 2 - SERVICES OF THE ENGINEER 2 . 1 The ENGINEER will perform the services in connection with the Project as defined in Attachment A, Scope of Work. -1- 2.2 The following additional services may be provided by the ENGINEER when requested and approved by the OWNER and accepted by the ENGINEER: 1. Construction survey 2. Additional copies of plans and specifications 3. Bidding Services 4. Construction services 5. Construction Inspection services 6. Miscellaneous services not specified elsewhere in the AGREEMENT. ARTICLE 3 - RESPONSIBILITIES OF THE OWNER 3 . 1 The OWNER will place at the disposal of the ENGINEER all available information pertinent to the Project, including previous reports and any other data relative to the Project. 3 .2 The OWNER will provide access to and make all provisions for the ENGINEER to enter upon public and private lands as required for the ENGINEER to perform his work under this AGREEMENT. 3 . 3 The OWNER will provide any environmental assessments or impact reports required for this project. 3 .4 The OWNER will designate in writing a person to act as the OWNER's representative with respect to the work to be performed under this Agreement, such person to have complete authority to transmit instructions, receive information, interpret and define the Owner's policies and decisions with respect to materials, equipment, elements and systems pertinent to the work covered by this AGREEMENT. ARTICLE 4 - PERIOD OF SERVICE 4 . 1 The ENGINEER shall proceed with the engineering services set forth in Article 2 in accordance with the schedule defined in Attachment B. 4 .2 The ENGINEER shall proceed with the services under this AGREEMENT promptly and will prosecute them diligently. -2- ARTICLE 5 - PAYMENTS TO THE ENGINEER 5. 1 For the services performed under Article 2. 1, OWNER will pay the ENGINEER the lump sum amount as shown in Attachment C. Fee includes all profit, overhead, and expenses related to the Project scope of work. Compensation for tasks 700 through 800 will be negotiated at a later date. 5.2 Payment for additional services requested by the OWNER per Article 2.2 will be in accordance with a separately negotiated fee or in accordance with the hourly fees shown in Attachment D, Rate Schedule. 5. 3 ENGINEER agrees that at the point 75-percent of budgeted costs have been expended, the ENGINEER will notify the OWNER in writing, including a brief report on job status, percent complete, analysis of budget, and envisioned expenses to complete the contractual effort. 5. 4 The ENGINEER shall bill the OWNER within ten days following the close of each month by submitting an invoice indicating the work performed, who performed the work, and the detailed cost of all work including backup material, if requested. Payment by OWNER to ENGINEER shall be made within 30 days after receipt and approval of ENGINEER'S herein-above invoice, by warrant payable to Boyle Engineering Corporation. All notices, bills and payments shall be made in writing and may be given by personal delivery or by mail. Notices, bills and payments sent by mail should be addressed as follows: TO OWNER: CITY OF REDLANDS Municipal Utilities Department P.O. Box 2090 30 Cajon Street Redlands CA 92373 TO ENGINEER: BOYLE ENGINEERING CORPORATION 1950 South Sunwest Lane, Suite 306 San Bernardino, CA 92408 When so addressed, such notices shall be deemed given upon deposit in the United States Mail. In all other instances, notices, bills and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices, bills and payments are to be given by giving notice pursuant to this paragraph. -3- ARTICLE 6 - INSURANCE AND INDEMNIFICATION 6. 1 ENGINEER shall maintain worker's compensation insurance and, in addition shall maintain insurance to protect OWNER from claims for damage due to bodily injury, persorc-1 injury, or death and claims for injury to or destruction of tangible property while performing the services covered by this AGREEMENT. Said public liability and property damage insurance shall be in a minimum combined single limit of $1,000,000 per occurrence. The OWNER shall be named a primary additional insured on insurance coverage for public liability and property damage. The ENGINEER shall provide OWNER with a certificate evidencing such insurance coverage. 6. 2 ENGINEER agrees to maintain professional liability insurance pursuant to this paragraph to protect OWNER from negligent acts, errors or omissions of a professional nature; the total aggregate of ENGINEER'S professional liability insurance coverage shall be a minimum of $1,000,000. 6.3 ENGINEER agrees to indemnify, hold harmless and defend OWNER and any and all of their officers and employees from and against all claims, loss, damage, charge or expense, to which they or any of them may be put or subjected to arising out of or resulting from any willful or negligent act or actions, omission or failure to act on the part of the ENGINEER, his contractors, his suppliers, anyc,na directly or indirectly employed by any of them or anyone for whose acts or omissions any of them any be liable in the performance of the services described in this AGREEMENT. ARTICLE 7 - GENERAL CONSIDERATIONS 7. 1 In the event of any legal action brought by either party against the other to enforce any of the obligations hereunder or arising out of any dispute concerning the terms and conditions hereby created, the losing party shall pay the prevailing party such reasonable amounts for fees, costs, expenses, including attorney's fees, as may be set by the Court. 7.2 The ENGINEER shall not sublet or assign any of the work covered by this AGREEMENT, except with the prior written approval of the OWNER and in strict compliance with the terms, provisions, and conditions of the CONTRACT. -4- 7. 3 The key ENGINEER'S personnel proposed for this project are as follows: Philip Stone, Project Manager Phillip Miller, Project Engineer ENGINEER agrees that these key people will be made available and assigned to the OWNER'S project, and that they will not be replaced without concurrence from the OWNER. 7.4 It is understood and agreed by and between the parties that all documents, records, drawings, designs and specifi- cations, cost estimates, and other project documents developed by the ENGINEER pursuant to this ACFEEMENT shall become the property of OWNER and shall be delivered to OWNER if and when requested upon completion of services. Any reuse of such documents for other projects and any use of incomplete documents will be at the OWNER's sole risk. 7.5 ENGINEER is for all purposes an independent contractor. All qualified personnel provided by ENGINEER pursuant to the provisions of this AGREEMENT are to be employed by ENGINEER for his account only, and in no event shall ENGINEER or any personnel retained by him be deemed to have been employed by the OWNER or engaged by the OWNER for the account of or on behalf of the OWNER. 7. 6 Unless earlier terminated as stipulated below, this agreement shall terminate upon completion and acceptance by the OWNER of all work approved for performance under Article 2 of this AGREEMENT. 7 .7 This AGREEMENT may be terminated in writing by either party in the event of failure by the other party to fulfill its obligations under this AGREEMENT through no fault of the terminating party: PROVIDING, that no such termination may be effected unless the other party is given (1) not less than thirty (30) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, and (2) an opportunity for consultation with the terminating party prior to termination. -5- 7.8 If this AGREEMENT is terminated by the OWNER for reasons of default by the ENGINEER, an adjustment to ENGINEER'S compensation shall be made, but (1) no amount shall be allowed for anticipated profit or unperformed services, and (2) any payment due to the ENGINEER at the time of termination may be adjusted to the extent of z.iiy additional costs to the OWNER occasioned by the ENGINEER'S default. If termination for default is effected by the ENGINEER, the adjustment in compensation shall provide for payment to the ENGINEER to include a reasonable profit for services rendered and reimbursement for expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by the ENGINEER relating to commitments which had become firm and approved by OWNER prior to the termination. 7.9 Upon receipt of a termination notice, the ENGINEER shall (1) promptly discontinue all services affected (unless the notice directs otherwise) , and (2) deliver or otherwise make available to the OWNER, copies of data, design calculations, drawings, specifications, reports, estimates, summaries, and such other information and materials as may have been accumulated by the ENGINEER in performing this AGREEMENT. 7. 10 ENGINEER shall maintain books and accounts of all project related payroll costs and all expenses and incidental expense. Books shall be available at all reasonable times for examination by the OWNER at the office of the ENGINEER. 7. 11 This AGREEMENT, including attachments incorporated herein by reference, represents the entire AGREEMENT and understanding between the parties and any negotiations, proposal or oral agreements are intended to be integrated herein and to be superseded by this written AGREEMENT. Any supplement or amendment to this AGREEMENT to be effective shall be in writing and signed by the OWNER and ENGINEER. 7. 12 This AGREEMENT is to be governed by and construed in accordance with the laws of the State of California. IN WITNESS WHEREOF, duly authorized representatives of the parties have signed in confirmation of this AGREEMENT. CITY 0,F REDLANDS BQY-1 ,4E ENGIN I- G CORPORATION By r. By Mayor Nanagiq./Engineer X X ATTES,T Date Clity Cle -6- LIST OF ATTACHMENTS ATTACHMENT A - Scope of Work ATTACHMENT B - Project Schedule ATTACHMENT C - Breakdown of Lump Sum Fee (Task-. 100-600) ATTACHMENT D - Rate Schedule 1 of 1 ATTACHMENT A SCOPE OF WORK We have analyzed the basic scope of work outlined in the City' s March 15, 1988 Request for Proposal. From this, we have identified and categorized each major element of work and delineated the tasks involved in performing the work. Tasks are identified numerically and carry the same numerical designation on bar chart schedule at the end of this section. The following is an index of the categories with task number: Task No. Task Category 100 PROJECT MANAGEMENT 200 ALTERNATIVES ANALYSIS PHASE 300 PRELIMINARY DESIGN PHASE 400 SURVEYING AND AERIAL PHOTOGRAMMETRY 500 GEOTECHNICAL INVESTIGATION 600 COORDINATE WITH CITY 700 FINAL LIFT STATION DESIGN 701 FINAL FORCE MAIN DESIGN 702 PLANS, SPECIFICATIONS, AND BID DOCUMENTS 703 PERMIT PROCESSING AND AGENCY COORDINATION 704 PROJECT CONSTRUCTION COST ESTIMATE 800 PRINTING, REPRODUCTION, AND COMPUTER 100. PROJECT MANAGEMENT Overall project control efforts will extend from the commencement of the preliminary engineering analyses through the completion of plans, specifications and the construction cost estimate. ----------------------------------------------------------------- The project management tasks are directed at providing project control and the required staffing at the proper time and in the proper sequence to carry out the project successfully. This effort will be continued throughout the project's execution and is demonstrated by the following basic categories of work: o Provide general direction of the preliminary engineering and final design efforts. o Provide administrative control of the project. o Provide adequate technical and support staffing. o Maintain liaison with the City staff and project subconsultants. o Conduct or attend necessary project meetings and review sessions with City staff during all phases of the work. o Provide project review and technical guidance. o Develop quality control guidelines and procedures. o Provide adequate plant facilities for design staff. Boyle Engineering Corporation's in-house computer system is used widely in various phases of the project management. An extensive financial and management information system permits frequent and timely reports on job progress and cost. This allows optimization of project control internally as well as the ability to provide the City with detail for its financial accounting. -A2- 2 Q 0. ALTEMMTIVES- ALYS S PHASE The alternatives analysis phase will determine the most appropriate type of sewage lift station to meet the city's needs. The three common configurations will be evaluated and ranked o bath economic and non-economic criteria. A 'preferred alternative will be selected by the City prior to , proceeding with the preliminary design phase. ----------------------------------------------------------------- o obtain all available flow information from City. Determine operator experiences and preferences. o Investigate availability, capacity, {configuration, costs, and references for packaged lift stations by contacting manufacturers representatives. o Investigate availability of dry and submersible type pumping units as well as capacities, costs, operating parameters and flexibility, etc. o Investigate grass construction costs for each type of facility. o Evaluate differences in operations costs based upon average pump efficiencies for various available equipment types.' o Summarize non-quantitative concerns for each alternative such as reliability, ease of maintenance, personnel safety and flooding hazards. o Estimate site requirements for each alternative. o Recommend site location. DELIVERABLE: Alternatives Analysis Report o Summarize all findings, rankings, recommendations, and conclusions in a letter report to the City. _A3- 300. PRELIMINARY DESIGN PHASE The preliminary design phase will pull together the various project concepts to focus on development of the final project definition. The effort will culminate with the preliminary site plan and mechanical plan and alignments for the gy-avity sewers and force main. Summaries of all investigations and conclusions will be submitted for review and approval by the City prior to proceeding with final design and soils consultant tasks. ----------------------------------------------------------------- The objective of the preliminary design phase will be to finalize the nature of the lift station and force main and set forth the strategy for carrying out the project. This phase will be comprised of the following elements: o Develop preliminary lift station mechanical floor plan. Considering equipment access and clearance requirements prepare preliminary piping and floor plan for review by City staff. o Develop preliminary site plan. considering vehicle access and maintenance needs layout the site. Locate structures, paved areas, fencing, etc. o Establishment of the pipeline design criteria relating to pipeline sizing, peaking, materials, iLppurtenances, operational procedures, and specific application of same to project parameters. o Analysis of Force Main routing. Evaluation of the alignment to determine specific location of proposed facility. The evaluation will include the following considerations: o Existing utility constraints. o Construction cost including optional methods of construction. o Community impact from the construction activities and mitigation measures identified in the environmental process. (Environmental assessment is not provided as a Basic Service under this Agreement. ) o Regulatory and institutional constraints. 0 Traffic control considerations for construction and for future maintenance. o Research location and underground utilities. This involves making both field and office contacts with public and municipal utilities. Information, such as type of utility, -A4- gathered. This includes main line facilities only (not service connections) , for such underground utilities as water, sewer, gas, telephone, electrical, storm drain, T.V. cable, oil and fuel, irrigation, and traffic control systems. o Gather all improvement plans and right-of-way documents. Included are street improvements, easement documents, tract maps, etc. o Identification of necessary jurisdictional agency reviews and permits required. This will include thA time frame normally required for this processing as well as the nature of the information required for submittal. o Identification of right-of-way requirements. An assessment will be made as to the adequacy of existing public rights- of-way and the requirements for additional easements over private properties both for the permanent facility and during construction. o Review project schedule. The project schedule will integrate all elements of the project from completion of the Preliminary Design to the completion of construction. o Produce a preliminary estimate of construction cost for the recommended pipeline route. This should aid the City in its financial planning for the project. DELIVERABLE: Preliminary Design Report o Preliminary plan and profile showing existing utilities and proposed sewer alignment, grades and sizes. o A preliminary construction cost estimate. o Preliminary project schedule including the construction phase. o Preliminary list of pothole locations. o List of permits and approvals required. -AS- 4 0 0. SURVEYING AND AERIAL PHOTOGRAMMETRY Surface improvements and topography will be reproduced using aerial photography and photogrammetric techniques. Field surveys will control the photogrammetry and tie down critical detail with horizontal and vertical control tied to county control and monumentation. ----------------------------------------------------------------- Topographic mapping that will be used for the project design and for preparation of the plans will be produced by Pictorial Sciences under a subcontract. o Retain and coordinate with topography consultant who will produce stereoscopic aerial photographs of the selected route and detailed topographic mapping at 111=401 scale for the construction plans. The typical single plan and profile sheet will have the 111=41 vertical scale profile above the topographic plan. o Design field surveying. Horizontal and vertical control will be set for the aerial photography and tied to the County control circuits and monumentation. Additional field surveys (two days maximum) will be performed to tie- out features having a critical relationship to the project facilities (e.g. potholes and -manhole inverts) . DELIVERABLE: o Mylar plan and profile sheets with topography. o Survey of critical elevations and project elements. 500 . GEOTECHNICAL INVESTIGATION Geotechnical investigations will provide the soils-related criteria for the project design. A consultant who has participated in a number of our past projects will be retained to provide our staff with the required soils design criteria. ----------------------------------------------------------------- The geotechnical investigation will incorporate data from field exploration, laboratory testing, and engineering and geological analysis throughout the project area to provide the following information and design parameters: o Soil borings with logs along the pipeline alignment and at lift station site. -AS- o Recommend construction slopes in accordance with Cal/OSHA. o Lateral earth pressures for trench sheeting and shoring design. o Recommendations for type and depth of foundations and allowable bearing pressure. o Lateral pressures for permanent structures. o Groundwater. o Settlement of pipe and structure. o Seismic considerations for pipe and structures. o Corrosion problems due to soluble salts and recommended cement types. o Compaction requirements for backfill of pipeline and around structures. DELIVERABLE: o Geotechnical Report 600. COORDINATE WITH CITY Progress reviews will be made both in-house as well as with the City to keep all parties apprised of the nature and progress of the project and maintain a high standard of quality. ----------------------------------------------------------------- In order to ensure that Boyle Engineering Corporation's high standards are maintained, several in-house project reviews will be made as the project proceeds. These reviews will engage all levels of expertise within Boyle Engineering Corporation. In addition, status reviews with the City staff will ensure that the project reflects the goals of the City. We envision the following progress milestone reviews: o In-house and City Alternatives Analysis review. o In-house and City Preliminary Design review. o Kick-off and progress meetings with the City during the two preliminary phases (four meetings) . We believe high quality designs result from informed decisions at all levels and all phases of a project. -A7- 700. FINAL LIFT STATION DESIGN Based upon a preliminary pumping station layout and pump sizing discussed with and approved by the City, the final design will be performed for preparation of the plans and specifications. The pumping station configuration will be set, the various components sized, the equipment selected, and the structural, mechanical, and electrical features detailed. -------------------------------------------------- o Coordination meeting with City staff and operating personnel for their input regarding preliminary station layout and preferred details. Such items as pipe material, telemetry, and likes and dislikes of various station features will be discussed. o Finalize pumping station layout. Verify clearances between equipment and for safety and access. This will establish the dimensions of the station and allow commencement of final design. o Mechanical Design. This consists of selection of the proper valves and piping, ventilation and water system design, surge control, pressure relief, and provisions for natural gas or propane supply, if required. o Structural Design. This would include design of wet well, dry well and building to house all equipment. Items to be considered are access requirements (personnel and equipment) , weather protection, equipment handling (crane) , soil properties, etc. o Electrical Design. This would include final coordination for incoming electrical service, determination of electrical loads, selection of switchgear and motor control equipment, standby power supply, and development of lighting and power plans. o Instrumentation Design. This consists of preparation of process and instrumentation diagram for pump controls and telemetry, coordination with the telephone company for service requirements, and selection of components for data transmission and reception consistent with the City's existing equipment, if any. 701. FINAL FORCE MAIN DESIGN Based upon the concept approved as a result of the preliminary design analyses, the final force main alignment, profile, size, strength parameters, and other design components will be finalized for preparation of the plans and specifications. Minimizing interference with existing improvements and impacts to -A8- the general community from the construction activities are important considerations in development of the final design. ----------------------------------------------------------------- The tasks associated with this category involve extensive input and effort from many sources, both in-house and outside. Boyle's Computer Department is used widely in such areas as pipeline hydraulic analysis, alignment and profile geometric calculations, pipeline structural design, specification preparation, and right- of-way calculation. Listed below are the basic tasks involved under this category. Although they are generally organized in the order of their performance, there is much interplay between each. o Develop and calculate the final pipeline alignment and profile. The positioning within streets or easements will be influenced by such factors as economy, minimizing interferences with existing utilities and improvements, and the impacts upon the general community from the construction activities. Alternative methods of construction, where applicable, will be identified. o Pipeline structural design. The pipe material alternatives will be selected and the specifications for each developed. This encompasses material specifications and structural design to handle external loads and includes such items as: Bedding and backfill details. Pipe strength analysis. Jacked casings/reinforced concrete encasements. o Design of pipeline appurtenances. Includes items such as special manholes and bases, air valves, line valves, etc. City standard designs will be utilized as much as possible. o Pothole utilities. Arrangements will be made for exposing utilities having a critical relationship to the pipeline by City or utility forces. Survey and record the exposed utility. The cost of exposing utilities is not included in this proposal. o Process preliminary plans to all affected utilities. Project plans will be transmitted to each utility, and they will be requested to review the accuracy of the plotting of their facilities, both live and abandoned. -A9- 702. PLANS, SPECIFICATIONS, AND BID DOCUMENTS The design of the lift station and force main will culminate in the preparation of a complete set of bidding documents ready for printing. ----------------------------------------------------------------- The complete bid package will include the contract documents, general provisions, special provisions, specifications, and drawings. o Contract documents, general provisions, and special provisions. The general conditions, contract documents, and insurance documents will be furnished by the City, reviewed by Boyle, and incorporated in the bidding package. o Preparation of plans. The plans will be organized as follows: Cover sheet/location map/index sheets. Site plan, grading/paving plan, mechanical, structural, electrical, instrumentation plans and details. Plan and profile sheets. Plan plotted at 111=401 scale and profile plotted at 111=41 vertical scale will be prepared in ink on mylar. Pipeline structures, appurtenances, and details. o Preparation of specifications. The special provisions for the pipeline and appurtenances will include, in addition to the normal material related items, special construction requirements. These will incorporate the requirements and permit provisions for the various jurisdictional authorities in areas relating to such items as traffic control, pavement removal and replacement, schedule coordination, earthwork, and public safety. Technical provisions will primarily utilize the "Standard Specifications for Public Works Construction. " o Review by City staff. o Revise plans and specifications per review. DELIVERABLE: o Complete bid package ready for printing. -A10- 703. PERMIT PROCESSING AND AGENCY COORDINATION The design, including plans and specifications, will be processed through the various jurisdictional authorities, if any, for all permits required for the project. Coordination with other interested governmental agencies will also be made. ----------------------------------------------------------------- The success of this project is dependent upon its integration with the framework of the affected agencies. Any permit and plan checking fees will be paid by the City directly to the respective agencies. o Process through various agencies for required permits. This includes ascertaining the requirements, completing permit applications, and following through to issuance of the permits. State: South Coast Air Quality Management District 704. PROJECT CONSTRUCTION COST ESTIMATE A construction cost estimate will be prepared to aid the City in its further planning and for the purpose of evaluating bids. ----------------------------------------------------------------- o The engineers' construction cost estimate will be broken down in accordance with the final schedule of work items contained in the final contract documents. The estimate will reflect prices indexed to the midpoint of the construction period in order to be comparable with the anticipated bids. DELIVERABLE: o Construction cost estimate in bidder's format. 800. PRINTING, REPRODUCTION, AND COMPUTER Boyle will provide all copies of the plans and specifications needed for City reviews and permit processing. Boyle's in-house computer will be used extensively for alignment calculations, specification preparation and project -management. If requested, we can provide for reproduction of the final contract documents and plans for distribution to bidders. -All- ATTACHMENT "B" ! e m - y� — ----- . n a T LU or F i I ! X� t Z¢SY i i z i + F � ; X t vm? �/y 4a 6.uH ! X cG v74.n Cr} 4 CtP+Sffi yS r @ Cmt W tiSYJ .r ub t 1C �a i BZ of Bl ATTACHMENT "C" CITY OF REDLANDS CORRIDOR WASTEWATER PUMPING STATION AND FORCE MAIN Fees for Professional services TASK 100 - PROJECT MANAGEMENT TASK 200 - ALTERNATIVES ANALYSIS TASK 300 - PRELIMINARY DESIGN TASK 400 - SURVEY AND AERIAL TASK 500 - GEOTECHNICAL INVESTIGATION TASK 600 - COORDINATE WITH CITY TOTAL LUMP SUM FEE OF $38,280 Certain assumptions have been made in preparing the Scope of Work. To the extent possible they are stated therein, and are reflected in the Task Cost Report. In addition, it has been assumed that sufficient record survey data is available to adequately establish control and locate the site. Requirements for the geotechnical report may vary based upon site conditions and the alternative selected by the City. If the actual total effort required is different from the assumptions presented, the City agrees to revise the Scope and Budget accordingly. Cl of C1 ATTACHMENT .D BOYLE ENGINEERING CORPORATION FEES FOR PROFESSIONAL SERVICES OCTOBER1987-!+� CLASSIFICATION RATE Engineering/Architecture Consulting Engineer/Architect 8118.00 an hour. Principal Engineer/Architect 8 85.00 an hour Senior Engineer/Architect II S 72.00 an hour- Senior ourSenior_ Engineer/Architect I S 61.00 an hour Associate Engineer/Architect 49.00 an hour Assistant II S 42.00 an hour Assistant I S 38.00 an hour Designing/Drafting Designer/Supervisor S 59.00 an hour Senior Designer./Technician S 53.00 an hour Designer/Technician S 42.00 an hour Senior Drafter $ 34.00 an hour_ Drafter S 29.00 an hour Inspector $ 42.00 an hour Miscellaneous Clerical 8 29.00 an hour Printing and Blueprintinc, Actual Cost + 10% Travel - Automobile 50.225 per mile Travel - Other Than Automobile Actual Cost f = Materials Testing and In-Plant Inspection Actual.. Cost + 107. Aerial Photogranmetry Service and Surveys Actual Cost + 1010 Soils Investigation and Field Tests Actual Cost + 10% Computer Services See Schedule on Reverse It is understood and agreed that the aforementioned rates and charges include all normal equipment and materials used in connection with the production of the required engineering services. Boyle Engineering_ Corporation will furnish monthly billings for all services rendered and supplies furnished in accordance with the above compensation provisions. Payments shall be due and payable to Boyle Engineering Corporation upon presentation. A latepa nt finance charge will be computed at the periodic rate of 1.5 percent per month and will be applied to any unpaid balance commencing thirty (30) days after I the date of the original invoice. Rates subiect to general revision 5/l/88. The subsequent Rate Schedule will became a part of this Attachment and supercede this Rate Schedule. OWNER will approve the Rate Schedule prier to authorizing any Additional Services payment � to the Eiti�ZNEER. per the Rate Schedule, -Dl- BOYLE ENGINEERING CORPORATION STANDARD RATES FOR COMPUTER SERVICES EI'FEC`CIVE APRIL 3.>, 1987 Intergraph Computer Aided Design and Drafting (C.A_D) System Our Intergraph CADD system utilizes a Digital. F.quirxnent Corporation VAX 11/751 computer with 4 megabytes of main memory, 919 megabytes of disk memory, floating point accelerator, cache memory, magnetic taoe, and ahigh-speed pen plotter. Graphics workstations have dual 19-inch high-resolution screens, digitizer table, and menu tablet. Unit charges for equipment are as follows: Graphic Workstation 517.00 per hour Pen Plotter $17.00 per hour Terminal (CRT or Printer) S 4.00 per hour Central Processing Unit $ 3.00 per. minute Microcomputers and AutoCADD Systems Microcomputers include the IBM PC/XT, IBM PC/AT, and other similar equipment. Charges are based on an hourly rate for the computer and standard software plus a resource charge for special applications software, and special equipment such as plotters and high-resolution monitors. Basic Work Processing System and Standard Software 512.00 per hour Basic Engineering Computer System and Standard Software 516.50 per hour Resource Charge: AutoCADD Computer Aided Design C Drafting S 3.45 per hour MicroStation II $ 3.45 per hour DAPPER - Electrical Design Program 524.90 per hour CAPTOR - Overcurrent Protection Analysis S 7.50 per hour Trane TRACE - HVAC System Design $ 5.80 per hour Carrier HVAC System Design S 4.65 per hour ROUTE IV - Drainage Design S 4.50 per hour G(.+FM - Groundwater Modeling System 514.50 per hour_ Staad III S 3.75 per hour HP 3000 Computer System The Hewlett Packard HP 3000 computer has 2 megabytes of main memory, 480 megabytes of disk memory, a 600 card-per-minute reader, a 600 line-per-minute upper.- lowercase printer, magnetic tape and four arum plotters. Sixty-four terminals are connected directly or via telephone lines. Unit charges are as follows: Central Processing Unit 54.35 per minute of computer time Elapased Tim 53.14 per hour of terminal_ connect time Lines Printed 50.12 per hundred lines printed Plot Records 52.40 per hundred records plotted Bruning CARD Systems 3 Our Bruning CADD systems utilize Hewlett Packard computers and plotters with high- resolution color display and special software for design of buildings. The system charge includes software, hardware, and plotting. Bruning CARD System 59.75 per hour Outside Computer Services Charges for outside computer services will be billed at invoice cost plus twenty- five percent.