Loading...
HomeMy WebLinkAboutContracts & Agreements_169-2001_CCv0001.pdf AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE PERFORMANCE OF PRELIMINARY DESIGN OF UPGRADES TO THE CITY OF REDLANDS' TATE WATER TREATMENT PLANT This Agreement is made and entered into this 18th day of December 2001 by and between the City of Redlands, a municipal corporation (hereinafter "City") and Black & Veatch Corporation, (hereinafter"Consultant"). In consideration of the mutual promises, covenants and conditions hereinafter set forth, City and Consultant hereby agree as follows: ARTICLE I - ENGAGEMENT OF CONSULTANT 1.1 City hereby engages Consultant, and Consultant hereby accepts the engagement, to perform services ("Services") for Preliminary Design of Upgrades to the City's Tate Water Treatment Plant ("Project"), for the City of Redlands, California. 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 high quality Services for the Project at the level of competency presently maintained by other practicing professional Consultants in the industry providing similar types of services. ARTICLE 2 - SERVICES OF CONSULTANT 2.1 The specific Services which Consultant shall perform are more particularly described in Attachment "A," entitled "Scope of Services," which is attached hereto and incorporated herein by this reference. ARTICLE 3 - RESPONSIBILITIES OF CITY 3.1 City shall make available to Consultant information in its possession that is pertinent to the performance of Consultant's Services. 3.2 City will provide access to and make provisions for Consultant to enter upon City-owned property or rights-of-way as required by Consultant to perform the Services. 3.3 City designates Douglas Headrick as Project Manager, to act as its representative with respect to the Services to be performed under this Agreement. AGREEMENT FOR PRELIMINARY DESIGN OF TATE WTP UPGRADES December 18, 2001 Page 2 ARTICLE 4 -PERIOD OF SERVICE 4.1 Consultant shall perform the Services in a diligent manner and in accordance with the schedule set forth in Attachment"B", entitled "Project Schedule". ARTICLE 5 -PAYMENTS TO THE CONSULTANT 5.1 The total compensation for Consultant's performance of Services shall not exceed the amount of $166,000. City shall pay Consultant on a time and materials basis up to the not to exceed amount, in accordance with Attachment "C", entitled "Project Fee", based on the hourly rates shown in Attachment"D", entitled "Rate Schedule". 5.2 Consultant shall bill City within ten days following the close of each month by submitting an invoice indicating the Services performed, who performed the services, indirect costs, and the detailed cost of all Services, including backup documentation. Payments by City to Consultant shall be made within 30 days after receipt and approval of Consultant's invoice, by warrant payable to Consultant. 5.3 All contractual 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 shall be addressed as follows: City Consultant Douglas Headrick Black & Veatch Corporation Municipal Utilities Department 6 Venture, Suite 315 35 Cajon Street Irvine, CA 92618-3317 P. O. Box 3005 Redlands CA 92373 When so addressed, such notices shall be deemed given upon deposit in the United States Mail. In all other instances, notices, bill 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. ARTICLE 6 - INSURANCE AND INDEMNIFICATION 6.1 Consultant's Insurance to be Primary. All insurance required by this Agreement is to be maintained by Consultant for the duration of this Agreement and shall be primary with respect to City and non- AGREEMENT DESIGN OF THE RECYCLED WATER TRANSMISSION MAIN PROJECT November 6, 2001 Page 3 contributing to any insurance or self-insurance maintained by City. Consultant shall provide City with Certificates of Insurance evidencing such insurance prior to commencing the services. 6.2 Worker's Compensation and Employer's Liability A. Consultant shall have worker's compensation and employer's liability insurance in force throughout the duration of the contract in an amount which meets the statutory requirement with an insurance carrier acceptable to the City. The insurance policy shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to City. Certificates of Insurance shall be delivered to City within fifteen (15) days of execution of the agreement. B. Consultant expressly waives all rights to subrogation against the City, its officers, employees and volunteers for losses arising from work performed by Consultant for City by expressly waiving Consultant's immunity for injuries to Consultant's employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this Agreement extend to any claim brought by or on behalf of any employee of Consultant. This waiver is mutually negotiated by the parties. This shall not apply to any damage resulting from the sole negligence of City, its agents and employees. To the extent any of the damages referenced herein were caused by or resulted from the concurrent negligence of City, its agents or employees, the obligations provided herein to indemnify, defend and hold harmless are valid and enforceable only to the extent of the negligence of Consultant, its officers, agents and employees. 6.3 Comprehensive General Liability Insurance. Consultant shall secure and maintain in force throughout thedurationof the contract comprehensive general liability insurance covering all work under this Agreement, including work done by subcontractors, with carriers acceptable to the City. Minimum coverages 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. The City shall be named as an additional insured and the insurance policy shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. 6.4 Business Auto Liability Insurance. Consultant shall carry business auto liability coverage, with minimum limits of five hundred thousand dollars ($500,000) per occurrence, combined single limit for bodily injury liability and property damage liability. This coverage shall include all Consultant owned vehicles used on the Agreement, hired and non-owned vehicles, and employee non-ownership vehicles. AGREEMENT DESIGN OF THE RECYCLED WATER TRANSMISSION MAIN PROJECT November 6, 2001 Page 4 6.5 Professional Liability Insurance. Agreements with Consultants who are required to be professionally certified by the State, shall be required to provide professional liability insurance in the amount of one million dollars ($1,000,000) on a claims made basis and three million dollars ($3,000,000) in the aggregate and consultant shall maintain tail coverage for six (6)months beyond the conclusion of the contract. 6.6 Hold Harmless and Indemnification. Consultant shall indemnify, hold harmless and defend City and its elected officials, agents and employees from and against any and all claims, losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by any negligent act, omission or failure of Consultant, its subcontractors, and any of its officers, agents and employees in performing the work required by this Agreement. Consultant's obligations under this provision shall not be limited in any way by any terms of this Agreement, or the insurance limits. In the event such liability, claims, actions, causes of action of demands are caused by the joint or concurrent negligence of more than one party, such liability shall be borne by each party in proportion to their own fault. 6.7 Property Insurance. The parties waive any and all rights against each other, including their rights of subrogation, for damages covered by property insurance during and after the completion of the services. If the services extend to the construction phase of this Project, a similar provision shall be included in all construction contracts, subcontracts and supply agreements entered into by the City and shall protect the City and Consultant to the same extent. ARTICLE 7 - GENERAL CONSIDERATIONS 7.1 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. 7.2 Consultant shall not assign any of the Services required by this Agreement, except with the prior written approval of City and in strict compliance with the terms, provisions and conditions of this Agreement. 7.3 Consultant's key personnel for the Project are: Project Manager: Steve Foellmi Project Engineer: Mike Schnieders AGREEMENT DESIGN OF THE RECYCLED WATER TRANSMISSION MAIN PROJECT November 6, 2001 Page 5 Consultant agrees that the key personnel shall be made available and assigned to the Project, and that they shall not be replaced without concurrence from City. 7.4 All documents, records, drawings, designs, costs estimates, electronic data files and databases and other Project documents developed by the Consultant pursuant to this Agreement 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 for other projects and any use of incomplete documents will be at City's sole risk. 7.5 Consultant is for all purposes an independent contractor. 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. 7.6 Unless earlier terminated, as provided for below, this Agreement shall terminate upon completion and acceptance by City of the Services. 7.7 This Agreement may be terminated by the City, without cause, by providing ten (10) days prior written notice to the Consultant (delivered by certified mail, return receipt requesters)of intent to terminate. 7.8 Upon receipt of a termination notice, Consultant shall (1) promptly discontinue all services affected, and (2) 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 required by this Agreement. 7.9 This Agreement, including the attachments incorporated herein by reference, represents the entire agreement and understanding between the parties and any prior negotiations, proposals or oral agreements are superseded by this Agreement. Any amendment to this Agreement shall be in writing, approved by the City Council of City and signed by City and Consultant. This Agreement shall be governed by and construed in accordance with the laws of the State of California.. IN WITNESS WHEREOF, duly authorized representatives of the City and Consultant have signed in confirmation of this Agreement. City of Redlands Black & Veatch, Corporation ("City") ("Consultant") By: BY KARL N. (KASEY) HAWS Steven N. Foellmi Mayor Title: Vice President ATTEST: Lorr' oyzer City Clerk, City of Redlands AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE RECYCLED WATER TRANSMISSION MAIN PROJECT,PHASE I ATTACHMENT A SCOPE OF SERVICES ATTACHMENT A SCOPE OF SERVICES The Scope of Work will focus on completion of the following key objectives: - Review existing and foreseeable future drinking water quality regulations and assess their impact on plant operations. - Evaluate the hydraulic capacity and physical configuration of each plant process component. Define the reliable rated capacity for each plant component. Evaluate the process impacts associated with (1) Mill Creek Water, (2) SWP water, and(3)combination of the two water supplies. Evaluate the process performance capability for each plant component treating the new raw water quality from the two water sources. Define the water quality improvement capability for each component. Summarize the existing capability of the water treatment plant, and define modifications and needed improvements. Develop alternative treatment technologies that will meet the City's objective of increasing the reliability of the plant. Support the City in obtaining SRF funding. Prepare preliminary design drawings for a treatment plant expansion capable of meeting all existing and future regulations and also delivering the desired capacity. The preliminary Scope of Work provided by the City in the RFP presented the framework upon which we developed specific tasks to achieve the project objectives. The work will include a thorough evaluation of the treatment process and capacity capability so that the City has reliable information upon which to base future decisions regarding capital improvements that may be required. The work will consist of the following: TASK 1—TREATMENT ALTERNATIVES FEASIBILITY STUDY Task IA—Existing Information and Data Review Existing information and data available from the City will be reviewed. This data will provide the basis upon which to initiate the investigation of the capability of the existing plant components. Existing reports and studies, construction drawings and specifications, and other pertinent information will be reviewed. Essential to the development of an accurate database will be the physical inspection of the plant components. Extensive discussions with the plant staff will also be held to assure a thorough and accurate understanding of plant operations. 1 The results from this initial work will be summarized in a Technical Memorandum, which will be submitted to the City staff for review and comment. Task IB—State and Federal Regulations Assessment State and Federal Regulations will be reviewed and the pertinent regulatory issues defined. Task IB.1 —Current and Future Regulations Evaluation. The current drinking water regulations and anticipated future regulations will be identified and evaluated. The primary areas of concern regarding current and future plant performance will be identified. The result of this evaluation will define the areas of focus for optimization of the existing plant components. Treatment process performance objectives will be defined to assure maximum plant performance using the existing plant components. Compliance with applicable current and future regulations will be confirmed. Treatment process alternatives for resolving areas of regulatory concern will be defined. Confirmation of these efforts shall be coordinated with DHS to assure compliance with current and future regulations. Task IC—Water Treatment Plant Capacity Audit The existing water treatment plant components will be inspected and the hydraulic capability of each plant component will be defined. Task ICJ -Physical Characteristics. The physical characteristics of each plant component will be reviewed and the hydraulic capability defined. This investigation will include a review of all plant components including the chemical feed systems, inline static mixer, flow splitter box, EIMCO reactor clarifiers, filters, washwater recovery, and disinfection. The performance of the EIMCO reactor clarifiers will be an area of focus for the investigations. Task IC.2—Plant Hydraulic Profile. The hydraulic capability of the plant will be defined based on the physical characteristics of each plant component defined in the previous task. The hydraulic profile through the plant will be calculated based on a range of plant flows. The design rated capacity of the plant, consistent with DHS criteria and with the physical capability of each plant component, will be established. The hydraulic control of the plant components will be reviewed with plant staff and defined. The impact of the hydraulic control approach will be summarized in a technical memorandum (Task IC.3). Task IC.3 — Technical Memorandum. The results of the work under this task will be summarized in a draft Technical Memorandum and provided to the City staff for review. Following receipt and resolution of review comments, a final Technical Memorandum will be prepared and submitted to the City. A letter summarizing our approach to resolving City review comments will also be prepared. Task ID—Process Performance Evaluation The treatment performance capability of the existing unit processes in the plant will be reviewed and defined. 2 Task JDJ -Raw Water Quality. The source of the plant's raw water supply will be Mill Creek, the State Water Project, and any combination thereof. Water quality data for each of the supplies will be reviewed and summarized. The potential areas of process concern will be identified based on both existing regulatory requirements and anticipated future regulatory impacts. Task ID.2 — Unit Process Assessment. The existing chemical treatment approach used in the plant will be reviewed, and the process performance capability of each plant component, reviewed in conjunction with its physical characteristics defined previously, will be defined. Task ID.3 — Process Alternatives. Areas where process improvement could translate into improved overall plant performance will be identified and process alternatives defined. Potential options include alternative treatment chemicals or chemical application points. The improvements associated with recommended Process modifications will be defined. Task 1D.4 —Alternative Disinfection. Alternative disinfection strategies will be investigated, including the use of chlorine, chlorine dioxide, ozone, UV irradiation, and chloramines. Combination of disinfectants will also be considered. Task 1D.5 — Technical Memorandum. The results of the work under this task will be summarized in a draft Technical Memorandum and provided to the City staff for review. Following receipt and resolution of review comments, a final Technical Memorandum will be prepared and submitted to the City. A letter summarizing our approach to resolving City review comments will also be prepared. Task IDA - Conceptual Cost Estimate. The construction cost associated with recommended improvements will be developed based on the conceptual definition of the improvement item. An appropriate contingency will be included as part of the total estimated cost. Engineering, legal, and administrative costs will also be estimated and included. Task IE—Technical Workshop The results of the investigations completed herein will be presented to the City staff in a technical workshop. Preliminary findings and recommendations will be presented, and the input of City staff will be obtained. The results of the workshop will provide the basis for preparing the draft report of the project work. Task IF—Project Meetings and Treatment Alternatives Feasibility Study Report The project work will require meetings with the City staff to obtain input and to report on the status of the work effort. Three review meetings are planned. An agenda for each meeting will be provided, and meeting minutes will be prepared and distributed within a week following the conclusion of the meeting. The result of the investigations completed hereunder will be summarized in a Treatment Alternatives Feasibility Study Report (Report) to the City. The Report will include the investigations performed, our assessment of the capability of each component of the existing treatment facility, and a recommendation for improvements to assure compliance with regulations. 3 The results of the technical memoranda and of the technical workshop with the City staff will be integral to the preparation of the Report. The Report will be prepared in an initial draft and submitted to the City for review. Following receipt and resolution of review comments, five (5) copies of the final Report will be prepared and delivered to the City. A letter summarizing our approach to resolving City review comments will also be prepared. TASK 2—DHS SRF LOAN APPROVAL SUPPORT Task 2A—Review/Prepare Loan Application Supplements Black & Veatch, in conjunction with City staff, will review/prepare the SRF loan application supplements required to obtain project funding. Supplements may include, but are not limited to the following: project description, projected growth analyses, engineering report, proposed project cost breakdown, development of revenue program, schedule of environmental compliance, and project schedule. Task 2B —Application Compilation We will provide frequent review of the loan application requirements to ensure proper coordination and to ensure that the funding schedule deadlines are met. Specifically, we will review the City's supplemental draft documentation as it is developed. The purpose of this review is to ensure consistency and integrity of data among all the supplemental documentation and consistent application of methodology in the analysis. Task 2C—Application Follow•Up In conjunction with City staff, we will provide both informal verbal and formal written responses to comments and questions raised by the loan program staff. This project component involves follow-up tasks necessary to expedite the application process so that the City can obtain timely commitment of funds. TASK 3—PRELIMINARY DESIGN Task 3A—Design Memorandum At the conclusion of the Treatment Alternatives Feasibility Study, we will prepare a Design Memorandum (DM) to establish agreement on design criteria, performance requirements, and project approach. The DM shall include, at a minimum, the following: - Design criteria for each proposed improvement - Applicable codes and standards, including fire and safety codes - Local building, planning, and zoning department requirements - Site considerations, including subsurface conditions, flood elevations, drainage requirements, etc. - Preliminary site plan, layouts, and architecture - Process schematic - Process and Instrumentation Diagrams (P&IDs) - Equipment design criteria • Process and hydraulic systems 4 Operational monitoring and control systems - Electrical systems — Structural design criteria - Miscellaneous support systems design criteria (electrical, mechanical,plumbing, etc.) - Utility requirements - Discussion of the hydraulic analysis — Design concepts and alternatives as developed to meet project goals and objectives - Construction scheduling requirements to be included in the construction documents. The construction schedule will be developed to minimize downtime and operator interference at the WTI? Proposed construction features and materials selection for proposed facilities. Materials shall confirm to the City's standards and be coordinated with existing plant facilities to the greatest extent possible Project schedule including design, bidding, and construction activities Other elements of the project, as required, to achieve project objectives. Five (5) copies of the draft DM shall be submitted for City review. Following receipt of review comments, five copies of the final DM shall be prepared and distributed to the City. The preliminary design drawings will be based upon the contents of the DM. Task 3B—Workshop: Design Memorandum Review We will conduct a workshop to present, discuss, and review the DM. The work completed under the preceding tasks will form the basis for evaluation and selection of the preferred design basis that best meets the City's objectives with respect to reliability, operability, capacity, and cost. The workshop will be conducted with City staff and DHS (at the discretion of the City) to present the information and findings of the design team. Task 3C—Coordination with Jurisdictional Agencies We will submit one copy of the draft DM to DHS and to other jurisdictional agencies having an interest in the project development and design criteria. We will meet with DHS to review the project basis and obtain input and resolve DHS/Other Agency comments prior to the issuance of the final DM. Task 3D—Prepare Preliminary Design Drawings Preliminary construction drawings including plans, sections, and details will be prepared. The drawings will be drawn at an appropriate scale to produce clear, accurate, easy-to-read drawings. The construction drawings will be prepared in AutoCAD 2000 and on the City's standard title block. Five (5) sets of the draft drawings will be submitted to the City for review. Upon receipt and resolution of the City's review comments, we will submit five sets of the final preliminary design drawings to the City. 1-� Task 3E—Workshop: Preliminary Design Drawing Review A workshop will be held to present', discuss, and review the preliminary design drawings. The workshop will be conducted with City staff to present the information and findings of the design team and to summarize the work. Input from City staff will be obtained and incorporated into the drawings. 5 Task 3F—Opinion of Probable Construction Cost (Update) The conceptual cost estimate prepared during the Treatment Alternatives Feasibility Study Phase will be updated and submitted to the City to reflect the most current estimates of the anticipated construction cost. Task 3G—Quality Control A separate quality control review of the project preliminary design documents will be performed. The quality control review will be performed by personnel not directly associated with the project to assure an independent review. A constructability review will also be performed as part of the quality control process. Review comments will be tabulated and a summary response memorandum will be provided that documents the resolution of review comments. Task 3H—Project Meetings and Presentation Project meetings will be conducted throughout the preliminary design phase on a monthly basis. An agenda and meeting minutes will be prepared and distributed to all attendees for each meeting. A total of two (2) project meetings are budgeted. One (1) presentation to the City's Board is also planned. 6 AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE RECYCLED WATER TRANSMISSION MAIN PROJECT,PHASEI ATTACHMENT B PROJECT SCHEDULE ATTACHMENT B SCHEDULE Submit Final Feasibility Study March 1, 2002 Submit Preliminary Design May 31, 2002 1 AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE RECYCLED WATER TRANSMISSION MAIN PROJECT, PHASE I ATTACHMENT C PROJECT FEE ATTACHMENT C-PROJECT FEE City of Redlands Preliminary Design of Upgrades to the Tate WTP Summary of Engineering Effort Task Project Project Design Staff �CAD Clerical/ No. Task Descnptlon Mana er Engineer Engineer En Ineer tor Support Total Labor Directttant. l 150 135 105 85 75 60 Hours Cost Expanses Consultants TASK i TREATMENT ALTERNATIVES FEASIBILITY STUDY 1A Existing Information and Data Review 2 4 4 8 0 0 18 $1,940 $16001S State and Federal Regulations Assessment 1BA Current and Future Regulations Evaluation 4 2 0 4 0 0 10 $1,210 $190 01C Water Treatment Plant Capacity Audit ICA Physical Characteristics 4 6 10 12 10 10 52 $4,830 $3700IC.2 Plant Hydraulic Profile 2 6 10 12 12 12 54 $4,800 $5000 1C.3 Technical Memorandum 4 6 8 10 8 12 48 $4,420 $280 0 $4,700 1D Process Performance Evaluation IDA Raw Water Quality 2 4 0 4 0 0 10 $1,180 $120 $2,000 $3,300 1D2 Unit Process Assessment 4 6 6 8 0 6 30 $3,080 $220 $1,500 $4,800 1D.3 Process Alternatives 2 6 8 8 0 8 32 $3,110 $290 $1,000 $4,400 1 D Alternative Disinfection 2 4 8 8 0 4 26 $2,600 $200 $1,000 $3,800 1D.5 Technical Memorandum 2 6 6 8 16 8 46 $4,100 $400 0 $4,500 1D.6 Conceptual Cost Estimate 2 4 4 8 0 4 22 $2,180 $220 0 $2,400 1 Technical Workshop 6 6 0 8 8 8 36 $3,470 $330 $500 $4,300 1F Project Meetings&Treatment Alt. Feasibility Study Report 8 8 4 10 16 18 64 $5,830 $670 0 $6,500 Subtotal-Task 1 44 68 68 108 70 90 448 $42,750 $3,950 $20,000 $66,700 TASK 2 DHS SRF LOAN APPROVAL SUPPORT 2A Review/Prepare Loan Application Supplements 6 16 12 16 8 4 62 $6,520 $560 0 $7,080 2B Application Compilation 4 8 8 12 4 4 40 $4,080 $340 0 $4,420 2C Application Follow-Up 4 8 0 8 0 0 20 $2,360 $140 0 $2,500 Subtotal-Task 214 32 20 36 12 8 122 $12,960 $1,040 $14,000 TASK 3 PRELIMINARY DESIGN 3A Design Memorandum 8 20 24 30 26 30 138 $12,720 $1,580 7$500 00 $15,300 3B Workshop:Design Memorandum Review 6 6 4 4 4 4 28 $3,010 $290 $3,800 3C Coordination with Jurisdictional Agencies 16 12 0 4 0 8 40 $4,840 $360 $2,500 $7,700 3D Prepare Preliminary Design Drawings 16 80 60 100 80 20 356 $35,200 $2,800 0 $38,000 3E Workshop:Preliminary Design Drawings Review 6 6 4 4 8 8 36 $3,550 $350 0 $3,900 3F Opinion of Probable Construction Costs(Update) 2 6 6 12 0 4 30 $3,000 $200 0 $3,200 3G Quality Control 2 2 36 0 0 0 40 $4,350 $250 0 $4,600 3H Project Meetings and Presentations 12 14 10 16 14 16 82 $8,110 $690 0 $8,800 Subtotal-Task 3 68 146 144 170 132 90 750 $74,780 1 $6,520 1 $4,000-1 $85,300 TOTAL= 126 246 232 314 214 188 1320 $130,490 1 $11,510 1 $24,000 $166,000 AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE RECYCLED WATER TRANSMISSION MAIN PROJECT,PHASE I ATTACHMENT D RATESCHEDULE ATTACHMENT D BLACK & VEATCH RATE SCHEDULE family/level rate(i) Principal-in-Charge 16/10 - 16/30 160- 175 Senior Project Manager 08/06 145 - 160 Senior Staff Specialist 08/05 -0806 135 - 145 Project Manager 08/05 130 - 135 Project Engineer 08/03 - 08/05 110- 130 Senior Engineer 08/04 - 08/05 Engineer 08/01 -0$/03 Architect 07/01 -07/03Cost Estimator 04/03 -04/05Scheduler04/03 -04/05Technician12/060 CADD Manager 03/07 90 CARD Operator 03/03- 03/06 65 - 80 Clerical 02/06 - 02/08 60 - 70 Notes: (1)Rates exclude reproduction,computer expense, travel and other expenses associated with performing the work. (2)Direct expenses,including subconsultants, are at cost plus to% (3)A$7.50 per hour surcharge is applied to cover computer charges,long-distance telephone,car milage for company owned vehicles,postage and minor reproduction charges. nAl30535-Redlands\BV Attachment D.As