HomeMy WebLinkAboutContracts & Agreements_62-2008_CCv0001.pdf AGREEMENT TO PERFORM PROFESSIONAL ENGINEERING SERVICES
FOR THE
CAPITAL IMPROVEMENT PROGRAM WATER PIPELINE REPLACEMENT PROJECT
PHASE III
This agreement for engineering services for Redlands' Capital Improvement Program Water
Pipeline Replacement Project Phase III("Agreement")is made and entered into this 6th day of May,
2008("Effective Date"),by and between the City of Redlands,a municipal corporation("City")and
Ludwig Engineering ("Consultant"). City and Consultant are sometimes individually referred to
herein as a"Party" and, together, as the "Parties."
In consideration of the mutual promises contained herein, City and Consultant agree as
follows:
ARTICLE I - ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant to perform engineering design services for the City's Capital
Improvement Program Water Pipeline Replacement Project Phase III(the "Services").
1.2 The Services shall be performed by Consultant in a professional manner, and Consultant
represents that it has the skill and the professional expertise necessary to provide the Services
to City at a level of competency presently maintained by other practicing professional
consultants in the industry providing like and similar types of Services.
ARTICLE 2 - SERVICES OF CONSULTANT
2.1 The Services which Consultant shall perform are more particularly described in Exhibit"A,"
entitled "Scope of Services," which is attached hereto and incorporated herein by this
reference.
2.2 Consultant shall comply with all applicable Federal, State and local laws and regulations in
the performance of this Agreement including, but not limited to, the Americans with
Disabilities Act, the Fair Employment and Housing Act and prevailing wage laws
commencing at Labor Code section 1770 et seq. and non-discrimination laws including the
Americans with Disabilities Act. Pursuant to Labor Code section 1773.2, copies of the
prevailing rates of per them wages as determined by the Director of the California
Department of Industrial Relations for each craft,classification,or type of worker associated
with the performance of the Services are on file at the City of Redlands office of the
Municipal Utilities and Engineering Department, Civic Center, 35 Cajon Street, Suite 15A
(P.O. Box 3005 mailing), Redlands, California 92373.
2.3 Consultant acknowledges that if it violates the Labor Code provisions relating to prevailing
wage, City may enforce those provisions by issuing a notice of the withholding of contract
payments to Consultant pursuant to Labor Code section 1771.6.
2.4 If Consultant executes an agreement with a subcontractor to perform any of the Services,
Consultant shall comply with Labor Code sections 1775 and 1777.7, and shall provide the
subcontractor with copies of the provisions of Labor Code sections 1771, 1775, 1776,
1777.5, 1813 and 1815. Consultant acknowledges that the statutory provisions imposing
penalties for the failure to comply with state wage and hour laws and to pay prevailing wages
may be enforced by City pursuant to Labor Code sections 1775 and 1813.
2.5 Consultant and its subcontractors shall comply with the provisions of Labor Code section
1776 regarding payroll records' maintenance, certifications, retention and inspection.
2.6 Consultant acknowledges that eight (8) hours constitutes a legal day's work pursuant to
Labor Code section 1810.
2.7 If applicable, Consultant shall comply with the provisions of Labor Code section 1777.5
relating to apprenticeships, and Labor Code sections 1771, 1775, 1776, 1777.5, 1813 and
1815.
ARTICLE 3 - RESPONSIBILITIES OF CITY
3.1 City shall make available to Consultant information in its possession that may assist
Consultant in performing the Services.
3.2 City will make reasonable provision for Consultant to enter upon City-owned property, as
required by Consultant, to perform the Services.
3.3 City designates Rudy Victorio as City's representative with respect to performance of the
Services, and such person shall have the authority to transmit instructions, receive
information,interpret and define City's policies and decisions with respect to performance of
the Services.
ARTICLE 4 - PERFORMANCE OF SERVICES
4.1 Consultant shall perforin the Services in a prompt and diligent manner and in accordance
with the schedule set forth in Exhibit "B," entitled "Project Schedule."
4.2 At any time during the term of this Agreement, City may request that Consultant perform
Extra Services. As used herein, "Extra Services" means any work which is determined
necessary by City for the proper completion of the project or work for which the Services are
being performed,but which the Parties did not reasonably anticipate would be necessary at
the time of execution of this Agreement. Provided the Extra Work does not exceed twenty
percent (20%) of the compensation to be paid by City to Consultant for the Services, such
Extra Work may be agreed to by the Parties by written amendment to this Agreement,
1
executed by City's City Manager. Consultant shall not perform, nor be compensated for,
Extra Work without such written authorization from City.
ARTICLE 5 - PAYMENTS TO CONSULTANT
5.1 The total compensation for Consultant's performance of the Services shall not exceed the
amount of Three Hundred Thirty Nine Thousand Five Hundred Dollars ($339,500). City
shall pay Consultant on a time and materials basis up to the not to exceed amount, in
accordance with Exhibit"C"entitled"Project Costs,"and based upon the hourly rates shown
in Exhibit"D,"entitled"Rate Schedule." Both Exhibits"C"and"D"are attached hereto and
incorporated herein by this reference.
5.2 Consultant shall submit monthly invoices to City describing the work performed during the
preceding month. Consultant's invoices shall include a brief description of the Services
performed,the dates the Services were performed,the number of hours spent and by whom,
and a description of reimbursable expenses, if any. City shall pay Consultant no later than
thirty(30) days after receipt and approval by City of Consultant's invoice,provided(1) the
Services reflected in the invoice were performed to the reasonable satisfaction of City in
accordance with the terms of this Agreement, (2) that the number of hours of Services set
forth in the invoice reflects the amount of time ordinarily expended for such Services by
members of the profession currently practicing in the same locality under similar conditions,
and (3) that all expenses, rates and other information set forth in the invoice are consistent
with the terms and conditions of the Agreement.
5.3 All notices shall be given in writing by personal delivery or by mail. Notices sent by mail
should be addressed as follows:
City Consultant
Rudy Victorio Jim Fry
Municipal Utilities and Engineering Dept. Ludwig Engineering
City of Redlands 109 East Third Street
35 Cajon Street, Suite 15A San Bernardino, CA 92410
PO Box 3005 (mailing)
Redlands, CA 92373
When so addressed, such notices shall be deemed given upon deposit in the United States Mail.
Changes may be made in the names and addresses of the person to who notices and payments are to
be given by giving notice pursuant to this section 5.3.
3
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
6.1 All insurance required by this Agreement shall be maintained by Consultant for the duration
of its performance of the Services. Consultant shall not perform any Services unless and
until all required insurance listed below is obtained by Consultant. Consultant shall provide
City with certificates of insurance and endorsements evidencing such insurance prior to
commencement of the Services. All insurance policies shall include a provision prohibiting
cancellation or modification of the policy except upon thirty(30)days prior written notice to
City.
6.2 Workers' Compensation and Employer's Liability.
Consultant shall secure and maintain Worker's Compensation and Employer's Liability
insurance throughout the duration of its performance of the Services in accordance with the
laws of the State of California, with an insurance carrier acceptable to City.
6.3 Hold Harmless and Indemnification. Consultant shall defend, indemnify and hold harmless
City and its elected officials, employees and agents from and against any and all claims,
losses or liability,including attorneys' fees,arising from injury or death to persons or damage
to property occasioned by Consultant's and its officers', employees' and agents' sole
negligent acts or omissions in performing the Services.
6.4 Assignment. Consultant is expressly prohibited from assigning any of the Services without
the express prior written consent of City. In the event of agreement by the Parties to assign a
portion of the Services, Consultant shall add the assignee as an additional insured and
provide City with the insurance endorsements required by this Agreement prior to the
performance of any Services by the assignee. Assignment does not include printing or other
customary reimbursable expenses that may be provided for in this Agreement.
6.5 Comprehensive General Liability Insurance. Consultant shall secure and maintain in force
throughout the term of this Agreement comprehensive general liability insurance with
carriers acceptable to City. Minimum coverage of One Million Dollars ($1,000,000) per
occurrence and Two Million Dollars ($2,000,000) aggregate for public liability, property
damage and personal injury is required. City shall be named as an additional insured. Such
insurance shall be primary and non-contributing to any insurance or self-insurance
maintained by City.
6.6 Professional Liability Insurance. Consultant shall secure and maintain professional liability
insurance throughout the term of this Agreement in the amount of One Million Dollars
($1,000,000) per claim made.
4
6.7 Business Auto Liability Insurance. Consultant shall have business auto liability coverage,
with minimum limits of One Million Dollars($1,040,000)per occurrence,combined single
limit for bodily injury liability and property damage liability. This coverage shall include all
Consultant owned vehicles used in connection with Consultant's provision of the Services,
hired and non-owned vehicles, and employee non-ownership vehicles. Such insurance shall
be primary and non-contributing to any insurance or self insurance maintained by City. City
shall be named as an additional insured.
ARTICLE 7 - CONFLICTS OF INTEREST
7.1 Consultant covenants and represents that it does not have any investment or interest in real
property that may be the subject of this Agreement or any other source of income,interest in
real property or investment which would be affected in any manner or degree by the
performance of Consultant's Services. Consultant further covenants and represents that in
the performance of its duties hereunder,no person having any such interest shall perform any
Services under this Agreement.
7.2 Consultant agrees it is not a designated employee within the meaning of the Political Reform
Act because Consultant:
A. Does not make or participate in:
(i) the making or any governmental decisions regarding approval of a rate,rule
or regulation, or the adoption or enforcement of laws;
(ii) the issuance, denial, suspension or revocation of permits, licenses,
applications, certifications, approvals, orders or similar authorizations or
entitlements;
(iii) authorizing City to enter into, modify or renew a contract;
(iv) granting City approval to a contract that requires City approval and to which
City is a party, or to the specifications for such a contract;
(v) granting City approval to a plan, design, report, study or similar item;
(vi) adopting, or granting City approval of, policies, standards or guidelines for
City or for any subdivision thereof.
B. Does not serve in a staff capacity with City and in that capacity,participate in making
a governmental decision or otherwise perform the same or substantially all the same duties
for City that would otherwise be performed by an individual holding a position specified in
City's Conflict of Interest Code under Government Code section 87302.
5
7.3 In the event City officially determines that Consultant must disclose its financial interests by
completing and filing a Fair Political Practices Commission Form 700, Statement of
Economic Interests, Consultant shall file the subject Form 700 with the City Clerk's office
pursuant to the written instructions provided by the Office of the City Clerk.
ARTICLE 8 - GENERAL CONSIDERATIONS
8.1 Attorneys' Fees. In the event any action is commenced to enforce or interpret any of the
terms or conditions of this Agreement the prevailing Party shall,in addition to any costs and
other relief,be entitled to the recovery of its reasonable attorneys'fees,including fees for the
use of in-house counsel by a Party.
8.2 Prohibition Against Assignment. Consultant shall not assign any of the Services,except with
the prior written approval of City and in strict compliance with the terms,and conditions of
this Agreement.
8.3 Documents and Records. All documents, records, drawings, designs, cost estimates,
electronic data files,databases and other documents developed by Consultant in connection
with its performance of the Services, and any copyright interest in such documents, shall
become the property of City and shall be delivered to City upon completion of the Services,
or upon the request of City. Any reuse of such documents, and any use of incomplete
documents, shall be at City's sole risk.
8.4 Independent Contractor Status. Consultant is for all purposes under this Agreement an
independent contractor and shall perform the Services as an independent contractor. Neither
City nor any of its agents shall have control over the conduct of Consultant or any of
Consultant's employees, except as herein set forth. Consultant shall supply all tools and
instrumentalities required to perform the Services. All personnel employed by Consultant
are for its account only, and in no event shall Consultant or any personnel retained by it be
deemed to have been employed by City or engaged by City for the account of,or on behalf of
City. Consultant shall have no authority, express or implied, to act on behalf of City in any
capacity whatsoever as an agent,nor shall Consultant have any authority,express or implied,
to bind City to any obligation.
8.5 Termination.
A. Unless earlier terminated as provided for below,this Agreement shall terminate upon
completion and acceptance of the Services by City.
B. This Agreement may be tenninated by City,in its sole discretion,by providing thirty
(30) days' prior written notice to Consultant (delivered by certified mail, return receipt
requested) of City's intent to terminate.
6
C. If this Agreement is terminated by City,an adjustment to Consultant's compensation
shall be made, but (1) no amount shall be allowed for anticipated profit or unperformed
Services,and(2)any payment due Consultant at the time of termination may be adjusted to
the extent of any additional costs to City occasioned by any default by Consultant.
D. Upon receipt of a termination notice, Consultant shall immediately discontinue its
provision of the Services and, within five (5) days of the date of the termination notice,
deliver or otherwise make available to City, copies (in both hard copy and electronic form,
where applicable) of any data, design calculations, drawings, specifications, reports,
estimates, summaries and such other information and materials as may have been
accumulated by Consultant in performing the Services. Consultant shall be compensated on
a pro-rata basis for Services completed up to the date of termination.
8.6 Books and Records. Consultant shall maintain any and all books,ledgers,invoices,accounts
and all other records and documents evidencing costs and expenses related to the Services for
a period of three (3) years, or for any longer period required by law, from the date of final
payment to Consultant pursuant to this Agreement. Such books shall be available at all
reasonable times for examination by City at the office of Consultant.
8.7 Entire Agreement/Amendment. This Agreement,including the Exhibits incorporated herein
by reference,represents the entire agreement and understanding between the Parties as to the
matters contained herein,and any prior negotiations,written proposals or verbal agreements
relating to such matters are superseded by this Agreement. Except as otherwise provided for
herein,any amendment to this Agreement shall be in writing,approved by City and signed by
City and Consultant.
8.8 Governing Law. This Agreement shall be governed by and construed in accordance with the
laws of the State of California.
8.9 Severability. If one or more of the sentences, clauses, paragraphs or sections contained in
this Agreement is declared invalid, void or unenforceable by a court of competent
jurisdiction, the same shall be deemed severable from the remainder of this Agreement and
shall not affect, impair or invalidate any of the remaining sentences, clauses,paragraphs or
sections contained herein, unless to do so would deprive a Party of a material benefit of its
bargain under this Agreement.
7
IN WITNESS WHEREOF,duly authorized representatives of the City and Consultant have
signed in confirmation of this Agreement.
CITY OF REDLANDS LUDWIG ENGINEERING
By: By:lh� 46-'c4i�
on Harrison, Mayor
Attest:
r'
City,Clerk
EXHIBIT"A"
SCOPE OF SERVICES
City ofRedlands
Water Replacement Project, Phase III
Ludwig Emgimegrimg—Scope of Design Services
April 2,2008(Revised)
The scope of design services and our understanding of the work is as follow.
Design Survey—Research record maps at the County of San Bernardino and City of Redlands GIS
System to compile information necessary to establish street centerlines. Perform field survey utilizing
GPS(KTK)and control provided bythe City ofRedlands GIS System. This will allow Ludwig toestablish
horizontal and vertical control for street centerlines and aerial mapping control. Once control is
established, Ludwig will submit aerial control to DMI for mapping and process centerline control for base
sheets.
After mapping is received from DMI, Ludwig will evaluate it to see what additional information
(utilities and physical features) need to be picked up by conventional methods by a survey crew using
GPS(RTK) ortotal station. Field shots will then becollected inthe field and brought into the office for
processing. The field data will be combined with the aerial mapping for design purposes.
As the design progresses, additional survey work may be necessary for missing data or to clarify
potential conflicts between utilities for the design work.
Utility Research—One of the first tasks of this water replacement project is to obtain good
records of the existing wet and dry utilities within each pipeline area of work. Contact with
Underground Service Alert will beafirst priority. Underground Service Alert services will send a contact
list ofeach utility registered with them for the areas inquestion. Phone contacts and complete project
location maps will be sent to each utility for information and locations of their facilities.
As the utility information comes in, Ludwig will locate and plot the information on our plan
blanks, which will already be done, showing centerlines, rights of way and will be combined with the
mapping base which will show curbs, houses, manholes, meters and the ground elevations using
contours.
As the design of each water main progresses,additional field information may be needed to
verify physical features not clear from the mapping. Field time may include inspecting the physical
features needed for proper design, coordinate possible pot holing needed, and measure field markings
for Underground Service Alert field locations.
Plan Blank Work—When enough information and data is available (centerlines, rights of way,
property lines, mapping base)from either City of Redlands GIS information or survey work and research
of available records, Ludwig will organize and establish the plan sheets in our computer system. The title
sheet can be set up during the beginning of the work and refined toward the end of the job.
LU0WVG ENGINEERING
2/c:\w,po,aprov°,a/s\pum/cWo/ks\x,oW*xrp/cmntpx8'mIII sm*,'nf-SvoJf,wvu Page 1ofZ
Design Work—Design of each pipeline will include alignment determination, bedding and
backfill details, anchorage and thrust restraints, connection points tothe existing system,vertical
alignment details as needed and appurtenances connecting to the new water main,such as fire
hydrants, existing services, blow-offs and air-vac release valves. Some consultation may benecessary
with the City during this stage ofthe design. connection details will bedeveloped for each project and
may need City input so we understand what the City's needs are and to minimize any down time for the
customers.
The City will have the 50% review of the design and Ludwig will work with the City to address
any concern ofthe City Staff.
Technical specifications will be developed toward the end of the job along with the preparation
of the bidding schedule, Special Provi,sions and General Requirements (Sections up to 02000).
Ludwig will prepare an Engineer's estimate of probable construction costs based upon actual
construction plan quantities.
Personnel from Ludwig will attend project meetings.
Drafting Work—After the sheet blanks are done and the design work has started CAD drafting of
the design will bedone concurrently. The drafter will have aredline ofthe design and the designer will
supervise toCAD work asitprogresses for each project location. The connection details can bedone
concurrently with the basic design drafting orlater inthe work process. The design process will bea
team effort with the engineer, designer and CAD drafter.
The City will have a 50% review as the alignments are designed and the a 90% review as the
plans near completion.
The City and Ludwig will coordinate on any concerns or comments at the 90% review stage.
Two sets of prints will be submitted to the City at 50%and 90%completion stages. Ludwig will
present the City with aset ofsigned rny|arsat1OOY6design completion. As'bui\tswill beaccomplished
after the construction is done according to any field changes noted by the contractor or inspector.
Ludwig will present the City with a set ofsigned as-built my|arsxvhen construction is complete. These
materials will bebilled per our schedule ofrates. Other design reproduction will not becharged. Ludwig
will also give the City Auto-CAD files ofthe as-built drawings.
LUDN8G ENGINEERING
z/c.\M'o/,u\Pmp"sa/s\puu/cwv,kaneawun^n/cmntp,oj,phmsmpe'of-svoJf.wpa Page IofZ
May Jun Jul Aug Sep Oct Nov Dec Jan Feb
2008 2009
Horiz&Vert Control
Data Collection/Additional Topo
K%pping(Consultant)
Office Coordination&Caics
ORFI Package to USA
RFI Package to Miss
Analyze Utility Into&Plot( _T^�
Field Research and/or Measurments
Sheet Set-up
OTitle Sheet
R/W&CfL Research
Drafting Blanks Orient to Mapping Mies
Initial Design&Alignments
Connection Details
In-House RCE Reviews
50%City Review Change
Technical Specftatlons
CARD Design
CADD Connection Details
l .r.�.... . 1
In-House RCERevkaw
90%City Review changes
2008 2009
May Jun Jul Aug Sep Oct Nov Dec Jan Feb
Legend: ❑ Design Survey Utility ResearchED Plan Blanks Design Work ❑Drafting Work
Printed on Apr 15 2008.
EXHIBIT"C"
PROJECT COSTS
City ufRedlands Water Replacement Project, Phase III
Engineering Cost Estimate 'u/2/2088
Hours Personnel
Task Description UnitsUnit Cost CostItem Description�
Design Survey
1. Establish horizontal and vertical 50 2'K4anSurvey $346.00 $17,300.00
�revvxv/GP3
control w/
GPS
Data collection/topographic survey 151 2-Man Survey $846.00 $52,246.00
ofphysical features Crew vv/GPS
3. Mapping 1 3ubconsuitant $28,794.00 $28,794.00
4. Office coordination, meetings & 75 Field Crew $130.80 $9'750.00
calculations Supervisor 11
5. Mileage and materials l $650-00 $6E50D00
Subtotal Design Survey $108,740.00
Utility Research
1. RFI package toUSA 11 Project $107.00 $1,177.00
Engineer(
2. RFI packages toeach utility for 26 Project $107.00 $2,782.00
location maps Engineer
3. Analyze utility location maps, locate & 188.5 Designer/ $104.00 $19,604.00
plot onplan sheets-6Shrs. per sheet [4DDV
for 29 plan sheets
4. Field research, measurement& 88 Project $130-00 $11L440.00!
analysis ufquestionable utility Manager III
locations
Subtotal Utility Research $35,003.00
Plan Blank Work
1. Computer sheet set-up 5.5 Designer/ $104.00 $572.00
CADDV
2. Title sheet, notes, location & index 21 Designer/ $104.00 $2,184.00
C
maps AODV
3. Right 0fway research, checking, 10.5 Project $130.00 $1,365.00
orientation tosurvey control Manager III
4. Computer drafting ofplan sheet with 200 Designer/ $104.00 $20,800-00
centerlines, R/VV' property lines, CADDV
utilities, orient to rnappinQ' use 8 hrs.
per sheet for 29plan sheets
S. Computer charge 250 $15.00 S3,750]00
Subtotal Plan Blank Work $28,671,00
' Hours Personnel
` Units� Description Unit CostCost
Design Wor �13OU0 �2639O0O
1. Initial design, aUQnnnent,valves, 203 Project - � _ , �
clearance to utilities-use 7 hrs. per Manager III
sheet for 29sheets
2. DesiQn/detai|sufconnections - usel 174 Project $130.00 $22,620.00
hrs. per sheet for 29plan sheets Manager III
3. R.C.E. in-house review- use 2 hrs. 58 Sr. Prof. $145.00 $8,468.00
per sheet for 29 sheets Engineer
4. 5OY6City review- address design 87 Project $130.00 $11,310.00
changes- use 3 hrs. per sheet for Manager||\
Z9sheets & meetings
5. Technical Specifications 80 Project $130-00
�IO,4OO�OO
Manager III
6. Clerical 40 Engineering $75.00 $3'008.00
Aide IV
7. Repro, computer charge, miscellaneous 1 $2'100-00 $2^100-00
Subtotal Design Work $84,388'00
Drafting Work
1. CAODfor pipeline design - use 7hrs. 203 Designer/ $104.00 $21,112.00
per sheet for 29plan sheets CADDV
2. [ADDfor connection details- use 45 157.5 Designer/ $104.00 $16,380.00
details at 3.5 hrs. per detail [ADDV
3. R.C.E. in-house review' use 3.5 hrs. I01.5 Sr. Prof. $146D0 $14,819.00
per sheet for 29 sheets Engineer
4. K4t0s &9O96City review'address chgs, 30 Project t130.00 $3,900.00
design ' 3Oho.,drafting'64hrs. Manager III
utilities, orient tomapping' use 8hrs. 64 Designer/ $104.00 $6,656.00
per sheet for Z9plan sheets [ADDV
S. Repro,computer charge, miscellaneous 1 $6,306.00 JL�06l0
Subtotal Drafting Work $69,173.08
1. Analyze &draft as-built revisions- 87 Designer/ $104.00 $9'048.00
use 3 hrs. per sheet for 29sheets CADDV
Z. Digital conversions'Terrannode|to 1 $4,577.00 ����l{�}
AutoCAD
Subtotal Drafting Work $13'625.00
Grand Total $339,500.00
EXHIBIT"D"
RATE SCHEDULE
109 East Third Street, San Bernardino, California 92410
Phone (909) 884-8217 + Fax (909) 889-0153
A CORPORATION
CIVIL ENGINEERING:SURVEYING
Rates: Effective August 1,2007—August 1,2008
Office:
Engineering Aide I $48.00/hr. Project Manager III $130.00/hr.
Engineering Aide II $54.00/hr. Senior Professional Engineer $146.00/hr.
Engineering Aide III $59.00/hr. Field
Engineering Aide IV $68.00/hr. Field Crew Supervisor I $107.00/hr.
Engineering Aide V $75.00/hr. Field Crew Supervisor II $130.00/hr.
Designer/CADD Operator I $78.00/hr. Professional Land Surveyor $136.00/hr.
Designer/CADD Operator II $83.00/hr. 1-Man Survey Crew w/RMD(3) $198.00/hr.
Designer/CADD Operator III $88.00/hr. 1-Man Survey Crew w/GPS(2) $250.00/hr.
Designer/CADD Operator IV $95.00/hr. 2-Man Survey Crew w/EMD(') $302.00/hr.
Designer/CADD Operator V $104.00/hr. 2-Man Survey Crew w/RMD(3) $324.00/hr.
Project Engineer 1 $107.00/hr. 2-Man Survey Crew w/GPS(2) $346.00/hr.
Project Engineer II $112.00/hr. 3-Man Survey Crew w/EMD(') $371.00/hr.
Project Engineer III $124.00/hr. 3-Man Survey Crew w/GPS(2) $402.00/hr.
Senior Planner $130.00/hr. Mileage $ .50/mi.
Architect III $124.00/hr. Computer Charge CADD $ .25/min.
Project Manager I $117.00/hr. Materials and Outside
Project Manager II $124.00/hr. Contract Work Cost Plus 20%
if EMD—Electronic Measuring Equipment(Total Station)
=i GPS—Real Time Global Positioning Survey Equipment
(3)RMD—Robotic Measuring Device(Total Station)
2\C:\MyEiles\Rate Scheds\Rate Sched Prevailing ail Itrhd.wpd