Loading...
HomeMy WebLinkAbout21-Public Works CITY'OF SAN BERWRDINO - REQU~i~:r W~ l~gUNCIL ACTION From: ROGER G. HARDGRAVE Su bject: Authorization to Execute Agreement for Professional Engineering Ser- vices - Sewer in Redlands Blvd., 800 ft. east of Hunts Lane to Approx. 300 ft. east of Gardena St. ---URS CONSULTANTS, INC. Dept: Public Works/Engineering Date: 1-15-92 Synopsis of Previous Council action: July, 1991 -- Appropriation of $200,000 into Acct. No. 57885, for installation of sewer line in Boulevard, from Clubway to 300 feet Gardena, approved. 245-365- Redlands east of Recommended motion: Adopt resolution. cc: Shauna Clark Jim Penman Andy Green Contact person: Gene R. Klatt Staff Report, Aqreement & Resolution Phone: C;1?C; Supporting data attached: Ward: 1 FUNDING REQUIREMENTS: Amount: $18.830 (Sewer Line Construction Fund) Source: (Acct. No.) 245-365-57885 (Acct. DescriDtion) Sewer Redlands Boulevard Finance: C~~ ;j r- Club Way to 300 ft. east of Garn~na S~ Council Notes: 75-0262 Agenda Item No .:2/ CiTY 'OF SAN BEReRDINO - REQUEST .R COUNCIL ACTION STAFF REPORT In September of 1991, letters of interest were sent to 31 firms concerning performing professional engineering services on seven different projects. In October of 1991, a screening com- mittee selected between 3 and 6 firms to receive Requests for Proposals on each of the projects. Proposals were submitted on October 31, 1991. An evaluation committee was selected, with representatives from the Mayor's Office, Council Office, Administrator's office and Public Works. On November 12th and 13th, oral interviews were conducted with each of these firms. Selection of the most qualified firm was made for each of the projects. The firm of URS CONSULTANTS, INC. was selected to perform the engineering services for the installation of a sewer main in Redlands Boulevard, east of Hunts Lane, to east of Gardena Street. A contract has been negotiated in accordance with the standard City format. The agreement provides, in general, that URS CONSULTANTS, INC. will prepare plans, specifications and estimates for the project, for a fee not to exceed $18,830.00. All costs incurred for services provided under this contract will be paid from the approximate $200,000 allocated under Account No. 245-~65-57885. Staff recommends adoption of the resolution authorizing execution of the agreement. 1-15-92 75-0264 . . 1 2 3 RESOLUTION NO. RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH URS CONSULTANTS, INC. RELATING TO THE PROVISION OF PROFESSIONAL ENGINEERING DESIGN SERVICES FOR SEWER IN REDLANDS BOULEVARD, FROM 800 FEET EAST OF HUNTS LANE TO 300 FEET EAST OF GARDENA STREET. 4 5 6 7 hereby 8 9 10 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION l. The Mayor of the City of San Bernardino is authorized and directed to execute, on behalf of said City, an agreement with URS Consultants, Inc. relating to the provision of professional engineering design services for Sewer 11 12 13 14 15 16 17 18 19 20 in Redlands Boulevard, from 800 feet east of Hunts Lane to 300 feet of east Gardena Street, copy of which agreement is a attached hereto, marked Exhibit "A" and incorporated herein by reference as fully as though set forth at length. SECTION 2. The agreement shall not take effect until fully signed and executed by both parties. The City shall not be obligated hereunder unless and until the agreement is fully executed and no oral agreement relating thereto shall be implied or authorized. SECTION 3. This resolution is rescinded if the parties to the agreement fail to execute it within sixty (60) days of the 21 passage of this resolution. 22 23 / / / / 24 / / / / 25 / / / / 26 / / / / 27 / / / / 28 / / / / 1-15-92 RESO: AUTHORIZING EXECUTION OF AGREEMENT WITH URS CONSULTANTS, INC.~LATING TO PROFESSIONAL EiiiNEERING SERVICES FOR SEW~N REDLANDS BOULEVARD. ~ 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Conunon Council of the City of San Bernardino at a meeting thereof, held on the day of , 1992, by the following vote, to-wit: Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA REILLY HERNANDEZ MAUDSLEY MINOR POPE-LUDLAM MILLER Rachel Krasney, City Clerk The foregoing resolution is hereby approved this day of , 1992. Approved as to form and legal content: W. R. Holcomb, Mayor Ci ty of San Bernardino James F. Penman City Attorney "} ,y 7 . t 6%Z/l'""<'-tA- - 2 - . . BXHIBIT "A" AGREEMENT POR PROPESSIONAL SBRVICES This AGREEMENT is made and entered into this day of , 1992, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and URB Consultants, Inc., a California corporation, hereinafter referred to as "ENGINEER". WIT N E SSE T H WHEREAS, City desires to obtain professional services to prepare plans, specifications, estimates and construction documents for the extension of a sewer main in Redlands Blvd. from approximately 800 feet east of Hunts Lane to approximately 300 Feet east of Gardenia Street. WHEREAS, in order to develop, plans, specifications, estimates and construction documents, it is necessary to retain the professional services of a qualified engineering and consulting firm; and WHEREAS, Engineer is qualified to provide said professional services; and WHEREAS, San Bernardino City Council has elected to engage the services of Engineer upon the terms and conditions as hereinafter set forth. NOW, THEREFORE, it is mutually agreed, as follows: 1. SCOPE OF SERVICES Engineer shall perform those services specified in "Scope of Services", and as contained in the proposal dated October 31, 1991, a copy of which is attached hereto as Exhibit "1" and incorporated as though set forth in full. 2. TERM OF AGREEMENT The services of Engineer are to commence within thirty (30) days after the City has authorized work to start by issuance of a Notice to Proceed. The scheduled completion dates specifically set forth in Exhibit "2" attached hereto and incorporated herein as though set forth in full, will be adjusted by Engineer as the city authorizes the work. Such adjustments shall require City approval prior to commencement of performance of- each phase. This Agreement shall expire as specified by the Exhibit "2" schedule unless extended by written agreement of the parties. 1 . . 3. STANDARD OF PERFORMANCE Engineer shall complete all work product and design in confor- mance with Standard Specifications for Public Works Construction (Greenbook) and the City of San Bernardino's Standard Drawings. 4. CHANGES/EXTRA SERVICES A. Performance of the work specified in the "Scope of Servic- es", is made an obligation of Engineer under this Agreement, subject to any changes made subsequently upon mutual agreement of the parties. All such changes shall be incorporated by written amendments to this Agreement and include any increase or decrease in the amount of compen- sation due Engineer for the change in scope. Any change which has not been so incorporated shall not be binding on either party. B. No extra services shall be rendered by Engineer under this Agreement unless such extra services are authorized, in writing, by city prior to performance of such work. Authorized extra services shall be invoiced based on Engineer's "Schedule of Hourly Rates" dated Januarv 6. 1992 , a copy of which is attached hereto as Exhibit "4" and incorporated herein as though set forth in full. 5. COMPENSATION A. The City shall reimburse the Engineer for actual costs (including labor costs, employee benefits, overhead, profit, other direct and indirect costs) incurred by the Engineer in performance of the work, in an amount not to exceed $18.830.00 Actual costs shall not exceed the estimated wage rates and other costs as set forth in Exhibit "3", attached hereto and incorporated herein as though set forth in full. B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity or character of the work to be performed. Any such significant alteration shall be agreed upon in writing by City and Engineer before commencement of performance of such significant alteration by Engineer. Any adjustment of the total cost of services will only be permitted when the Engineer establishes and City has agreed, in writing, that there has been, or is to be, a significant change in: 1. Scope, complexi ty , or character of the services to be performed; 2. Condi tions under which the work is required to be performed; and 3. Duration of work if the change from the time period speci- fied in the Agreement for Completion of the work warrants such adjustment. 2 . . C. The Engineer is required to comply with all Federal, state and local laws and ordinances applicable to the work. The Engineer is required to comply with prevailing wage rates in accordance with Calif- ornia Labor Code section 1775. 6. PAYMENT BY CITY A. The billings for all services rendered pursuant to this Agreement shall be submitted monthly by Engineer to City and shall be paid by city within twenty (20) days after receipt of same, excepting any amounts disputed by city. Dispute over any invoiced amount shall be noticed to the Engineer within ten (10) days of billing and a meet and confer meeting for purposes of resolution of such dispute shall be initiated by the city within ten (10) days of notice of such dispute. Interest of 1-1/2 percent per month (but not exceeding the maximum rate allowable by law) will be payable on any amounts not in dispute and not paid within thirty (30) days of the billing date, payment thereafter to be applied first to accrued interest and then to the principal unpaid amount. On disputed amounts, interest shall accrue from thirty (30) days of the invoice date if the amount in dispute is resolved in favor of the Engineer. All tasks as specified in Exhibit "1" shall be completed prior to final payment. B. section 9-10 of the Cal-Trans Standard Specifications is hereby specifically waived and not applicable to this agreement. The parties hereto otherwise agree not to be bound by any other require- ments for arbitration of any dispute arising hereunder. Disputes shall be resolved by agreement of the parties, or upon the failure of such agreement, by direct application to the Courts. C. Should litigation be necessary to enforce any term or provision of this Agreement, or to collect any portion of the amount payable under this Agreement, then all litigation and collection expenses, witness fees, and court costs, and attorney's fees shall be paid to the prevailing party. 7. SUPERVISION AND ACCEPTANCE OF SERVICES A. The Director of Public Works of city, or his designee, shall have the right of general supervision over all work performed by Engineer and shall be City's agent with respect to obtaining Engineer's compliance hereunder. No payment for any services rendered under this Agreement shall be made without prior approval of the Director of Public Works or his designee. B. The Office of the Administrator may review and inspect the Engineer's activities during the progress of the program. 8. COMPLIANCE WITH CIVIL RIGHTS LAWS Engineer hereby certifies that it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status or national origin. Engineer shall promote affirmative action in its hiring practices and employee policies for minorities and other designated classes in accordance with 3 . . federal, state and local laws. Such action shall include, but not be limited to, the following: recruitment and recruitment advertising, employment, upgrading, and promotion. In addition, Engineer shall not exclude from participation under this Agreement any. employee or applicant for employment on the basis of age, handicap or religion in compliance with State and Federal laws. 9. TERMINATION OF AGREEMENT A. This agreement may be terminated by either party upon thirty (30) days' written notice in the event of substantial failure of the other party to perform in accordance with the terms of this Agreement. Each party shall have twenty (20) days following date of such notice within which to correct the substantial failure giving rise to such notice. In the event of termination of this Agreement, City shall within thirty (30) days pay Engineer for all the fees, charges and services performed to city's satisfaction by Engineer, which finding of satisfaction shall not be unreasonably withheld. Engineer hereby covenants and agrees that upon termination of this Agreement for any reason, Engineer will preserve and make immediately available to City, or its designated representatives, maps, notes, correspondence, or records related to work paid for by the City and required for its timely completion, and to fully cooperate with City so that the work to be accomplished under this Agreement may continue within forty-five (45) days of termination. Any subsequent use of such incomplete documents shall be at the sole risk of the city and the city agrees to hold harmless and indemnify Engineer from any claims, losses, costs, including Attorney's fees, and liability arising out of such use. Engineer shall be compensated for such services in accordance with Exhibit "4". B. This agreement may be terminated for the convenience of the city upon thirty (30) days written notice to Engineer. Upon such notice, Engineer shall provide work product to City and City shall compensate Engineer in the manner set forth above. c. Following the effective date of termination of Agreement pursuant to this section, the Agreement shall continue all obligations arising from such termination are satisfied. this until 10. CONTINGENCIES In the event that, due to causes beyond the control of and without the fault or negligence of Engineer, Engineer fails to meet any of its obligations under this Agreement, and such failure shall not constitute a default in performance, and the City may grant to Engineer such extensions of time and make other arrangements or additions, excepting any increase in payment, as may be reasonable under the circumstances. Increases in payment shall be made only under the "changes" provision of this Agreement. Engineer shall notify City within three (3) days in writing when it becomes aware of any event or circumstance for which it claims or may claim an extension. 4 . . 11. INDEPENDENT CONTRACTOR Engineer shall act as an independent contractor in the perfor- mance of the services provided for under this Agreement. Engineer shall furnish such services in its own manner and in no respect shall it be considered an agent or employee of city.. 12. ASSIGNMENT OR SUBCONTRACTING Neither this Agreement, nor any portion thereof, may be assigned by Engineer without the written consent of City. Any attempt by Engineer to assign or subcontract any performance of this Agreement without the written consent of the City shall be null and void and shall constitute a breach of this Agreement. All subcontracts exceeding $10,000, shall contain all provisions of this contract. 13. NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Engineer and City: ENGINEER CITY URS Consultants, Inc. 412 W. Hospitality Lane San Bernardino, CA 92408 Mr. Roger Hardgrave Director of Public Works/ City Engineer 300 North "0" Street San Bernardino, CA 92418 14. RESPONSIBILITIES OF PARTIES A. The Engineer may reasonably rely upon the accuracy of data provided through the City or its agents without independent evaluation. B. The city shall pay all costs of inspection and permit fees. Charges not specifically covered by the terms of this Agreement shall be paid as agreed by the parties hereto at the time such costs arise; but in no event shall the work to be performed hereunder cease as a consequence of any unforeseen charges unless by mutual written agree- ment of City and Engineer. C. All tracings, survey notes, and other original documents are instruments of service and shall remain the property of Engineer except where by law, precedent, or agreement these documents become public property. All such documents or records shall be made accessible to City. Engineer shall maintain all records for inspection by the City, State, or their duly authorized representatives for a period of three (3) years after final payment. Engineer shall stamp and sign all specifications, estimates, plans and engineering data furnished, and, where appropriate, indicate registration number. 5 . . 15. CONSTRUCTION COST ESTIMATES A. Any opinion of the Construction Cost prepare4 by Engineer represents his judgment as a design professional and is supplied for the general guidance of the City. Since Engineer has no control over the cost of labor and material, or over competitive bidding or market conditions, Engineer does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to the city. 16. COVENANT AGAINST CONTINGENT FEE Engineer warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Engineer for the purpose of securing business. For breach or violation of this warranty, city shall have the right to terminate this Agreement in accordance with the clause permitting termination for cause and, at its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 17. HOLD HARMLESS CAUSE A. Engineer hereby agrees to hold City, its elective and appointive boards, officers, and employees, harmless from any liability for damage or claims for damage for personal injury including death, as well as from claims for property damage, which may arise from Eng- ineer's negligent acts, errors or omissions under this Agreement. B. Engineer shall indemnify, defend and hold free and harmless the City, its officers and its employees from all claims, damages, costs, expenses, and liability, including, but not limited to attor- ney's fees imposed upon them for any alleged infringement of patent rights or copyrights of any person or persons in consequence of the use by city, its officers, employees, agents and other duly authorized representatives, of programs or processes supplied to city by Engineer under this Agreement. 18. INDEMNITY Engineer shall indemnify, defend and hold harmless City from and against any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorney's fees) and liabilities, of, by, or with respect to third parties, which arise solely from Engineer's negligent performance of services under this Agreement. Engineer shall not be responsible for, and city shall indemnify, defend and hold harmless Engineer from and against, any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorney's fees) and liabilities of, by or with respect to third parties, which arise solely from the City's negligence. with respect to any and all claims, demands, suits, actions, proceedings, 6 1-- . . judgments, losses, damages, ~nJuries, penalties, costs, expenses (including attorney's fees) and liabilities of, by or with respect to third parties, which arise from the joint or concurrent negligence of Engineer and city, each party shall assume responsibility in proportion to the degree of its respective fault. 19. LIABILITY/INSURANCE A. Engineer's liability to the City for injury or damage to persons or property arising out of work performed by the City and for which legal liability may be found to rest upon Engineer other than for professional errors and omissions, will be limited to $1,000,000. For any damage on account of any error, omission or other professional negligence Engineer's liability, will be limited to a sum not to exceed $50,000 or Engi.neer's fee, whichever is greater. B. The City will require the Engineer to provide Workers Compensation and comprehensive general liability insurance, including completed operations and contractual liability, with coverage suffi- cient to insure the Engineer's indemnity, as above required; and, such insurance will include the City, the Engineer, their consultants, and each of their officers, agents and employees as additional insureds. C. Engineer shall provide evidence of insurance in the form of a policy of insurance, in which the City is named as an additional named insured to the extent of the coverage required by this Agreement. 20. VALIDITY Should any provision herein be found or deemed to be invalid, this Agreement shall be construed as not containing such provision, and all other provisions which are otherwise lawful shall remain in full force and affect, and to this end the provisions of this.Agreement are declared to be severable. 21. ENTIRE AGREEMENT This Agreement represents the entire and integrated agreement between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, understandings and agreements, whether written or oral, with respect to the subject matter thereof. This Agreement may be amended only by written instrument signed by both parties. IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII 7 AGREEMENT: PROFESSIONAL ENGINEERING SERVICES FOR SEWER IN REDLANDS BOULEVtlr, EAST OF HUNTS LANE. 4It IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date written above by their duly authorized officers on their behalf. (:7,?~ /77. C::;:')A'..4. (ENGlNEE~ By:~. ~..= Mo-,Y\II-S e/ ATTEST: ATTEST: CITY OF SAN BERNARDINO, a municipal corporation Rachel Krasney, City Clerk By: W. R. Holcomb, Mayor Approved as to form and legal content: JAMES F. PENMAN city Attorney 8 . . EXHIBIT 1 PROJECT UNDERSTANDING This project consists of designing approximately 3,200 LF of sanitary sewer located in Redlands Boulevard between Gardenia and Hunts Lane. The sewer will be installed to serve the areas located on the south side of Redlands Blvd. and perhaps provide relief to the existing Loma Linda Trunk Line. Recent construction at the intersection of Redlands Blvd. and Waterman may prevent the immediate construction of the complete extension until needed. There are no flow calculations available for the existing or proposed lines other than the master plan of sewers and such projections will be needed to adequately size and design the sewer line. PROJECT APPROACH Our approach to this project will be to provide a complete set of plans and specifications arranged such to allow either bidding the project in whole or in sections to best serve the area's needs. Our proposed approach to this project is as follows. Task 1: KiCk-Off Meeting Upon receipt of Notice to Proceed, URS Project Manager will meet with City staff to discuss the project scope and receive specific instruc- tions and information. During this meeting the available City data and drawings will be discussed. The results of the meeting will be summarized in a memorandum delineating the key issues and need of the project. Task 2: Data Acquisition Data acquisition will include investigating the available information relative to existing sewer plans, existing topographic maps, recorded flows at City reclamation plant, land use and zoning maps, and other available information to determine the extent of additional information that may be needed to complete the project. Depending on the available topographic data and maps and City's desire, this task may include obtaining the survey data needed for design. The following options are proposed: 1. Aerial mapping and utility verifications 2. Redlands Boulevard ground and utility survey 3. Pipeline profile and utility survey 9 . . Task 3: utilities Research and Follow-Up Concurrently during data acquisition, we will review City files for existing utilities and possible conflicts with the proposed project. All known utility companies will be contacted to obtain the latest status of the utilities and their location. A utilities follow-up will be performed at the 30 percent submittal stage. Preliminary plan and profiles showing the location of known utilities will be submitted directly to the responsible entity for verification, correction, addition or deletion. Documented utilities on marked up plans will be included in a utility file and submitted to the city upon completion of the project. Task 4: Land Use Analysis The City of San Bernardino General Plan and the City Zoning Map will be used to generate a map showing the contributing sewer service areas with current an projected land uses. Data from the u.S. Census and the Southern California Association of Governments (SCAG) for the area will be analyzed. Specific attention will be paid to population and housing projections for the area. A population density map using this informa- tion will be generated. Task 5: Flow Projection Based on land use analysis, flow projections for s~z~ng the sewerline will be generated. This will include estimated development timing to assist the City in establishing the phasing of the sewerline construc- tion to best serve the needs as they develop. The flow analysis will include capacity analysis of the existing 2l-inch Loma Linda sewer trunk as well as the proposed City siphons across Santa Ana Wash. Using Hydra sewer computer program the existing and proposed lines, considering existing downstream conditions, will be modeled. This will allow predicting future needs downstream as upstream flows increase and to develop plans to mitigate possible future problems. URS has used the Hydra Sewer Program successfully to model small and large sewer collection systems and to develop the planning tool needed by the responsible agency for future expansion. Task 6: preliminary Engineering Report At the conclusion of the above tasks, a brief preliminary report will be delivered. The Project Manager and Engineer will be available to personally present the report to City staff and discuss the findings and recommendations. Task 7: Design Phase 30 Percent Submittal Upon City's approval of the preliminary engineering report we will prepare a 30 percent submittal. The deliverable under this task will include complete preliminary plan and profile of the sewerline showing 10 . . utilities and service connection and a specifications outline. Concur- rently, we will submit the preliminary plan and profile drawings to each known and identified utility entity for checking and verification. A proposed phasing of the project construction will be identified by dividing the project into convenient schedules for separate bidding, if so desired by the City. We envision a minimum of two schedules and a maximum of three, depending on service area's needs and flow projec- tions. 7S Percent Submittal This submittal will include plans incorporating City comments and current information obtained from utilities along with detail drawings and project specifications. 100 Percent Submittal The 100 percent submittal will consist of complete construction drawing package, specifications and cost estimates. Task 8: Final PS&E The final bid document will be submitted upon receipt and incorporation of the final City comments on the 100 percent submittal. ESTIMATED COSTS The following proposed cost estimates are based on each task as defined above. The manhour projections for each task are shown on the time chart following this section. The proposed cost estimates include both direct and indirect costs. Task 1: Task 2: Task 3: Task 4: Task 5: Task 6: Task 7: Kick-Off Meeting $ 600 1,300 1,760 1,500 1,760 800 3,200 3,100 1,600 800 $16,420 2,410 Data Acquisition utilities Research/Follow-Up Land Use Analysis Flow Analysis/Projection PE Report Design Phase 30 Percent Submittal 75 Percent Submittal 100 Percent Submittal Task 8: Final PS&E Subtotal: Topographic Mapping: Centerline Profile 11 . >> l~ i~ J a:: iil >>(1) fl~~1 :l!J.:1 ..1 ell CIl ell! 0:1 , II ..... l. Cll ..'a ::s> ,giii ~ e. w 1'2 ~ Il) -a.!! e'a -! .,. J!I ::SID II t") A- N . EXHIBIT 2 ... . Q. ~ 8 S 0 0 ~ 0 :;) N III j N N .- .- .. j i "ii ~ ~ .8 '11 '11 . . il!! ... ~ .. !! .e .II t " . ~ ~ ~ w II " . = l .t: 011 I I ll. " (I) (I) I ::l ll. a:: c: (I) (I) , ll. . a:: ... j w I , ~ 'ii D..:l! 1i . c: ~ o 5 . a: ... u. .- u. ..: N .. ~ on .,; ,..: iii 12 . Task 1: Kick-Off Meeting PM: 3 hours @ $95 PE: 3 hours @ $84 Secretarial: 1 hour @ $30 ODe Task 2: Data Acquisition PM: 2 hours @ $95 PE: 6 hours @ $84 Engineer: 12 hours @ $45 ODe Task 3: Utilities Research PM: 2 hours @ $95 PE: 6 hours @ $84 Engineer: 12 hours @ $45 Drafter: 8 hours @ $53 ODe Task 4: Land Use Analysis PM: 2 hours @ $95 PE: 2 hours @ $84 Planner: 10 hours @ $84 Drafter: 4 hours @ $53 Secretary: 1 hour @ $30 ODe WAGE EXTENSION -2- . EXHIBIT 3 $285 252 30 -1J $600 $190 504 540 66 $1300 $190 504 540 424 ...1Q2 $1760 $190 168 840 212 30 60 $1500 CNTR#3/PSA-18 Olftl6l92 . . Task 5: Flow Projection PM: 4 hours @ $95 PE: 14 hours @ $84 ODC $380 1176 204 $1760 Task 6: PE Report QNQC: 2 hours @ $110 PM: 5 hours @ $95 Secretarial: 2 hours @ $30 ODC $220 475 60 45 $800 Task 7: Design QNQC: 4 hours @ $UO PM: 8 hours @ $95 PE: 24 hours @ $84 Engineer: 30 hours @ $45 Surveying: 24 hours @ $92 Drafter: 60 hours @ $53 Secretary: 4 hours @ $30 ODC $440 760 2016 1350 2208 3180 120 ~ 10,310 Task 8: Final PS&E PM: 2 hours @ $95 PE: 3 hours @ $84 Drafter: 6 hours @ $53 ODC $190 252 318 40 $800 TOTAL PROJECT $18,830 ---- ---- -3- CNTR#3/PSA-18 01106192 . . WAGE RATES Labor CategOlY Hourly Rate Principal (QNQC) $110 Project Manager $95 Project Engineer $84 Senior Planner $84 Junior Engineer $45 Senior Drafter $53 Secretarial $30 Survey Crew $92 -1- EXHIBIT 4 CN1R#3/PSA.18 01106192