HomeMy WebLinkAboutContracts & Agreements_154-2001_CCv0001.pdf AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE
RECYCLED WATER TRANSMISSION MAIN PROJECT, PHASE I
This Agreement is made and entered into this 6th day of November 2001 by and between the
City of Redlands, a municipal corporation (hereinafter "City") and Boyle Engineering
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 Design of the Recycled Water Transmission Main
Project, Phase I ("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.
AGREEMENT DESIGN OF THE RECYCLED WATER TRANSMISSION MAIN PROJECT
November 6, 2001
Page 2
3.3 City designates Lonny Young as Project Manager, to act as its representative with
respect to the Services to be performed under this Agreement.
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$170,331. 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
Lonny Young BOYLE Engineering Corporation
Municipal Utilities Department 1501 Quail Street
35 Cajon Street Newport Beach, CA 92660-2726
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 deemed9 iven 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.
AGREEMENT DESIGN OF THE RECYCLED WATER TRANSMISSION MAIN PROJECT
November 6, 2001
Page 3
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-
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. 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 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 the duration of 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.
AGREEMENT DESIGN OF THE RECYCLED WATER TRANSMISSION MAIN PROJECT
November 6, 2001
Page 4
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.
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 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.
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: Phillip E. Stone, PE
Project Engineer: Jesus Lopez, PE
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
AGREEMENT DESIGN OF THE RECYCLED WATER TRANSMISSION MAIN PROJECT
November 6, 2001
Page 5
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
requested) 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 Boyle Engineering, Corporation
("City") ("Consultant")
By: By:
PAT GILBREATH Steven Ba Frieson
Mayor 'Title; Principal
A ST.
L( P yzer
Ci Clerk, Citi of Redlands
AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE
RECYCLED WATER TRANSMISSION MAIN PROJECT, PHASE I
ATTACHMENT A
SCOPE OF SERVICES
Project Understanding Scope of Services
The City of Redlands is implementing a recycled
water project that includes construction of a '��� Alignment Study and Preliminary
recycled water transmission main. The target is Engineering Phase
to have the pipeline operational by March 2003. 101 Attend"kick-off' meeting. Boyle and City
The transmission main is to convey recycled staff will meet to discuss the project
water from the treatment plant to an existing requirements and obtain pertinent information.
power plant and perhaps another customer along Boyle staff will record and distribute copies of
the way. Preliminarily, it is to be a 30-and the meeting minutes to all present.
24inch pipeline with an overall length of 102 Establish the pipeline design criteria.
approximately 13,000 feet. The alignment Prepare preliminary design criteria for review
generally will be within or adjacent to the by City staff. The design criteria will be
following streets: finalized following receipt of City staff
■ Nevada Street comments prior to commencement of final
■ Palmetto Avenue design. The design criteria will include pipe
■ Marigold Street material, general location of pipeline
• San Bernardino Avenue appurtenances such as operating valves,blow-
offs,air and vacuum release valves,trenching
The connection of the transmission main at the details,depth of cover,method of pipe restraint
treatment plant will be made downstream of the and other applicable information.
UV disinfection process. The treatment process
utilizes membrane treatment and the residual 103 Research location of underground utilities.
pressure from this process will be used to This involves field and office contacts with
pressurize the transmission main. public,private and municipal utilities. This
includes main line facilities only(not service
The transmission main will terminate adjacent to connections), for such underground utilities as
the Mountain View Power Plant where provisions water, sewer, storm drain,oil or fuel, gas,
will be provided for connection by others for telephone, electrical,television,cable, irrigation
discharge to a tank on the site. A pressure- and traffic control systems.
sustaining valve will probably be required at the
end of the line to insure that adequate pressure is Potholing of utilities that have a critical
maintained in the line. relationship to the pipeline may be required to
determine their actual location and depth.
Boyle will recommend utilities that require
potholing. The potholing will be performed by
City forces.
104 Gather street improvement plans and right-
of-way documents. These will be provided by
the City and utilized without independent
review by Boyle.
105 Preparation of preliminary plan sheets.
Prepare preliminary plan sheets to illustrate the
concept of the project and then submit them to
the City for review. The plans will have
progressed to the point where the streets have
been mapped,underground utility lines are
shown in the plan view and a tentative
i
alignment for the new waterlines are shown in 400 Find Design and Bid Document
the plan view. The alignment will be Preparation
dimensioned from the street centerline,
although stationing will not yet be developed. 401 Perform the pipeline design. The City will
select one pipe material for design of the
106 Prepare traffic control concept. A traffic waterlines before design is commenced. The
control concept,in narrative form,will be plans will not reflect alternative pipe materials.
prepared for review by the City. The narrative Basic subtasks involved are:
will outline the proposed approach to providing
traffic control on the project streets during • Develop and calculate the pipeline
construction. alignments, including channel crossings.
107 Submit preliminary plans and traffic control • Pipeline structural design. This includes
concept to the City. Five copies of the thrust restraint requirements.
preliminary plan sheets and traffic control
concept memorandum will be submitted to the • Design of pipeline appurtenances.
City for review and comment. The level of
completion of the preliminary plan sheets shall It is our understanding that apressure-
be approximately 30 percent. Following receipt sustaining valve will be required at the
of comments,revise as appropriate. downstream end of the transmission main in the
vicinity of Mountain View Avenue and San
Bernardino Avenue.
200 Design Survey
Pipeline Corrosion Design{Optional}. If the
Field surveying,aerial photography and pipeline material selected is subject to external
topographic mapping will be provided for corrosion, an investigation and design of
preparation of plan and profile sheets. required external corrosion protection measures
Topographic mapping will be produced by will be performed by M.J. Schiff and
photogrammetric methods. Design field Associates as a subconsultant to Boyle. Details
surveying will include horizontal and vertical covering these protective measures will be
control for the mapping with additional details included on the plans and in the specifications.
required for design. The mapping will be An outline of the tasks is in the Appendix.
prepared in AutoCAD format at a scale of
1"=40'. Bush&Associates will be responsible Prepare traffic control plan. Traffic control
for surveying/staking. These tasks are plans will be prepared for Nevada Street and
described in the Appendix. San Bernardino Avenue. The plans will denote
work areas,temporary channelization and
Boyle will prepare easement descriptions for signing requirements. It is anticipated that
the City's use in obtaining easements. traffic control requirements for the remaining
project streets will be shown as a typical detail
300 Geotechnical Investigation on the plans.
402 Prepare the plans. Plans will be prepared in
Our geotechnical subconsultant, Kleinfelder, AutoCAD, at a scale of 1"=40'. The plan
Inc.,will perform a geotechnical investigation sheets will be comprised of a plan view at 1"
that will provide soils-related criteria for the 40' and a 1"=4' vertical scale profile. Details
project design as well as information useful of connections and appurtenances will be
during the construction of the waterlines. The included as necessary. The following is a
specific tasks to be performed are outlined.in preliminary listing of plan sheets:
the Appendix.
. Title sheet with location map, sheet index,
agency index and general notes.
. 13 plan and profile sheets.
---------------
* 2 sheets of details. specifications will be delivered to the City for
* 6 traffic control sheets. copying for bidding and record purposes.
Electronic files of the plans on disk in
The City will provide Boyle with an electronic AutoCAD format and of the specifications in
copy of the City's standard title sheet. MS Word will be provided to the City.
403 Prepare specifications. The special provisions 408 Quality Control. Boyle will perform a quality
will be prepared for incorporation with the control review of the project documents prior to
City's contract documents and general all submittals.
provisions to form the bidding package. One 409 Coordination/Permit Processing. Boyle will
bidding package is assumed. The special coordinate with the San Bernardino County
provisions will include, in addition to the Flood District for processing of permits
material related items, special construction required for construction of the waterline
requirements. The special provisions will facilities through District right-of-way. Any
incorporate requirements in areas relating to required fees shall be paid by the City of
such items as traffic control,pavement removal Redlands.
and replacement,and utility requirements. City
standards will be referenced as much as Monthly progress meetings will be held with
possible. The City will provide the"boiler City staff during the design phase. Boyle will
plate"portion of the specifications to Boyle for prepare an agenda and record and distribute
review and comment. meeting minutes.
404 Process plans through utilities. Preliminary
plans will be submitted to affected utilities for 500 Bidding and Construction
verification of the location of their facilities. 501 Bidding. Assistance will be provided in pre-
Any required environmental processing will be bid and pre-award conferences,and bid
performed by the City. analysis.
405 Prepare an opinion of probable construction 502 Construction. Submittals will be reviewed,
cost. An opinion of probable construction cost drawings interpreted,and change order requests
will be prepared to aid the City in its further reviewed.
planning and for the purpose of evaluating bids.
The opinion will be itemized in accordance
with the schedule of work items contained in Assumptions
the contract documents. Since Boyle has no
control over actual costs of labor or materials 1. Any environmental analysis,documentation and
submitted at the time of bid,we cannot processing will be performed by others.
guarantee the accuracy of the opinion of 2. All right-of-way required for the subject facilities
probable construction costs. is available or will be acquired by the City. Boyle
406 Progress submittals. The preliminary plans will only prepare descriptions and mapping of
submittal identified in Task 107 will be made at needed easements.
the 30 percent completion stage and a progress
submittal will be made to the City at the 90
percent completion stage of design for review.
Four sets of the plans and specifications will be
submitted. Boyle will meet with City staff to
review comments. The plans, specifications
and opinion of probable construction cost will
then be revised for final submittal to the City.
407 Deliver originals to the City. The original
plans (on Mylar) and reproducible
3
AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE
RECYCLED WATER TRANSMISSION MAIN PROJECT, PHASE I
ATTACHMENT B
PROJECT SCHEDULE
CITY OF REDLANDS EXHIBIT B
RECYCLED WATER TRANSMISSION MAIN
DESIGN SCHEDULE
Qtr 4,2001 Orr 1,2002 Off 2,2002 Otr 3,2002 Orr 4,2002
Duratipn Ej Finish Ord'01 I Nov'01 I Dec'01 Jan'02..,l Feb'02 1 mar'02 Apr'02 I may:0:2:=Jtjn'02 1 Jul'02 Au `02 1 Se p'02 Opt'02 I Nov'02
ID Task Name
1 100 Alignment Study and Preliminary Engineering Phase 11 days Tire 11/06/01 Toe 01/15/02
2 101 Attend kick-off rrieeting I day Tue 11/06/01 Tue 11/06/01
3 102 Etairmsh piperine design criteria 1 day Tue 11/06101 Tue 11/06/01
4 103 Research underground utilities 9 days Tue 11/06/01 Mon 11/19V hhh
5 104/.anther street Improvement&right-of-way documents 9 days Tue 11/06/01 Mon 11/19/01
6 5 6 105 Preparation of preliminary plan sheets 21 days Mon 11/19/01 Tile 12/18101
7 106 Prepare traffic control concept 21 days Trio 11/20/01 Tue 12/18/01
7 8 107 Submill pretiminaq,plans I day Tue 12/18/01 Wed 12/19/01
9 Agency review 19 days Thu 12/20/01 Tue 01/15/02
70— Progress review meeting I day Wed 12/05/01 Wed 12/05/01
71 200 Design Survey 19 days Tue 11/06101 Mon 12/03101
72 Provide design survey and prepare aerial topographic mappine 19 days Tire 11/06/01 Mon 12/03/01
73 300 Gemiechrucat Investigation 9 days Toe 11/06/01 Mon 11119101
74 Secure gerotechnical investigation 9 days Tue 11106101 Mon 11/19/01
15-400 Final Design and Document Preparation 90 days Tue 12118/01 Tue 04123/02
— 54 days Wed 01/18902 Tire 0,V02102
7 6 401 Perform pipeline design
17 402 Corrosion control design54 days Wed 01116/02 Tue 04/02/02
18 49x3 Prepare tniffic con54 days control plan Wed 01/16/02 Tate 04/02/02
_79 404 Prepare civil plans 54 days Wed 01/16/02 Tue 04/02102
—
2p405 Prepare specifications 54 days Wed 01/16/02 Tue 04/02/02
21 406 Process plans through Utilities 54 days Wed 01/16102 Tue 04/02/02
22 407 Prepare opinion of probable construction cold 54 days Wed 01/16/02 Toe 04/02/02
_23 408 progress submittals 55 days Wed 01/16/02 Tile 04/02/02
_24 Final Agency Review 6 days Wed 04/03/02 Wed 04/10/02
25 409 Delo,er originals to City 1 day Mon 04/08/02 Mon 04/08/02
26 41QC reviews 90 days Tue 12/18/01 Tue 04/23,02
0
_27 411 Cootdina
ron/permit processing 66 days Wed 01/16/02 Thu 04118/02
28 Progress review meetings 41 days Wed 02/06/02 Wed 04103102
Task ,. Milestone Rotted Up Critical Task Split
Project:Redland$Scheduie98 Critical TaskRolled Up Milestone id a 0 External Tasks
Dare:Wed 11/07/01
Progress tt Rolled Up Task Rolled Up Progress � Project Summary
Page 1 Boyle Engineering Corporation
AGREEMENT TO FURNISH DESIGN ENGINEERING- SERVICES FOR THE
RECYCLED WATER TRANSMISSION MAIN PROJECT, PHASE I
ATTACHMENT C
PROJECT FEE
Project Budget
Recycled Water Transmission Main City of Redlands
Personnel Hours Budget
C •� � C 6i v L", 1r
Task Description w p o
100 Alignment fdy and Prelilminary Engineering Phase
101 Attend kick-off mcetinE 4 4 1 9 $ 1,085 $ 1,085
102 Establish pipeline desi xn criteria 2 4 6 $ 718 $ 718
103 Research under xr<'lund utilities 4 16 2 22 $ 1,821 $ 400 $ 2,221
104 Gather street improvement ck rjj±t-of-way documents 8 8 $ 656 $ 200 $ 856
105 Pre aration of prelilminary plan sheets 12 52 208 272 $ 21568 $ 23,568
106 Prepare traffic control concept 16 24 40 $ 4,192 $ 4,192
107 Submit preliminary plans 2 4 2 8 $ 823 $ 400 $ 1,223
Computer Services - $ - $ 949 $ 949
Subtotal 20 16 68 48 208 5 365 $ 321863 $ 1,949 $ 34,812
200 Design Suryey
Provide design survey and pLepare aerial topographic mapping 2 4 6 $ 718 $ 27,500 $ 28,218
Prepare easement descriptions 2 4 2 8 $ 823 $ 400 $ 1,223
Computer Services 2 8 32 16 2 60 $ 6,075 $ 192 $ 6,267
Subtotal 6 8 40 16 - 474 $ 7,616 $ 28,092 $ 35,708
300 Geotechnical Investigation
Secure geotechnical investigation 4 6 1 11 $ 1,287 $ 21,500 $ 22,787
Subtotal 4 - 6 - - 1 11 $ 1,287 $ 21,500 $ 22,787
400 Einai Design and Document Preparation
401 Perform pipeline dcsr n 8 24 32 16 80 $ 9,136 $ 9,136
402 Corrosion control design (Optional) 1 1 $ 157 $ 6,1.60 1 $ 6,317
403 Pre are traffic control plan 16 48 64 $ 6,1.60 $ 6,160
404 Pre are civil plans ( 17 sheets) 12 116 16 272 416 $ 36,400 $ 1,800 $ 38,200
405 Prepare specifications 4 8 40 161 68 $ 6,620 $ 400 $ 7,020
g
406 Process plans through utilities 2 8 2 12 $ 963 $ 963
407 Prepare opinion of Erobable construction cast 2 2 8 8 20 $ 2,056 $ 2,056
408 Pro ress submittals 2 2 2 6 $ 680 $ 200 $ 880
409 Deliver originals to City 1 1 2 1 2 1 6 $ 570 $ 300 $ 870
410 C:'reviews 1 8 $ 1,256 $ 1,256
1110712001 Page 1 of 2 Boyle Engineering Corporation
-4W
0 C
rr
ra0
CA
rArl
CA
IQ
rA
Lei
-4 P. Principal Engineer
.0.
Senior Engineer (D
CD
N
Associate Engineer
*1 CL
to
Assistant Engineer
CADD Operator
W �
'ord Processor
'4 I=
Total Hours
Labor
Non-Labor
cn
1.6 46 ilq 140S
Total
t.)
AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE
RECYCLED WATER TRANSMISSION MAIN PROJECT, PHASE I
ATTACHMENT D
RATESCHEDULE
STANDARD HOURLY RATE SCHEDULE (OC-ES-ONT-LV)
BOYLE ENGINEERING CORPORATION
EFFECTIVE JANUARY 1, 2001
TIME REPORTING
COVE ENGINEERS/PLANNERS/ARCHITECTS/SCIENTISTS PER HOUR
23 Assistant I $ 69.00
22 Assistant 11 $ 81.00
21 Associate $105.00
14 Senior I $115.00
13 Senior II $139.00
12 Principal $172.00
- CoMany Officer $180.00
TECHNICAL;SUPPORT STAFF
36 Drafter/Assistant CADD Operator/Engineering Intern $ 50.00
37 CADD Operator $ 65.00
38 Design CADD Operator $ 78.00
39 Design CADD Supervisor $ 99.00
34 Designer/Technician $ 87.00
33 Senior Designer/Senior Civil Designer $108.00
32 Designer Su ervisor $115.00
SUPPORT STAFF
91-94 Clerk I/II,Secretary I/II $ 52.00
81-82 Account Clerk UII
95-96 Senior Secretary 1/II $ 63.00
88-89 Administrative Specialist
83/84 Jr.or Staff Accountant
68/58 Special Consultant/Construction Observer Negotiated
- Director Construction Services $135.00
SURVEYING STAFF
Two-person Survey Crew $140.00
-
Three-person,,Survey Crew $190.00
-
Survey Technician/Assistant Surveyor $ 80.00
Associate Lead Surveyor $100.00
DIRECT PROJECT EXPENSE
Computer Expenses-accounts for hardware and software $2.60 per Direct Hr.
Photocopies-Color 8.5 x i l / 11 x 17/8.5 x 11 Transparency $1.15/ 1.50/3.50
Per Page
Photocopies-Black.,&White $.20 Per Page
Fax $1.00 Per Page
Communication Charge-Telephone/Cellular $1.00 Per Direct
Hour*
Plan Sheet Printing-In House Bond/Vellum/Mylar $3.50/4.50/7.50
Per Sheet
Travel-Automobile;