Loading...
HomeMy WebLinkAboutS02-Public Works 'CITY OF SAN BERJiRDINO- . o REQUEST FOR COUNCIL ACTION From: ROGER G. HARDGRAVE Subject: Authorization to Execute Agree- ment for Professional Services - Interconnect & Upgrade Traffic Signals in Central Business District --- MGA ASSOCIATES Dept: Public Works Date: 9-02-92 Synopsis of Previous Council action: June, 1992 - Allocation of $778,000, for completing the interconnect and upgrading the traffic signals in the Central Business District, approved in 1992/93 Federal-Aid Surface Transportation Program. Recommended motion: Adopt resolution. cc: Shauna Clark Jim Penman Contact person: Roger G. Hardgrave Staff Report, Agreement Supporting data attached: & Resolution Phone: 5025 Ward: 1 FUNDING REQUIREMENTS: Amount: $60,000 (Traffic Systems Fee Fund) Source: (Acct. No.) 250-670-57477 (Acct. DescriPtion) Minor Improvements /j./~ ! " ,I Financel>,,( , - Various Locations Council Notes: /- - ~ITY OF SAN BER~DINO - REQUEST ~R COUNCIL ACTION . STAFF REPORT Page 1 of 2 The completion of the interconnect system and upgrade of the traffic signals in the Central Business District was included in the adopted 1991/92 to 1995/96 Capital Improvement Program, under the 1992/93 Fiscal Year. This project was included in our 1992/93 Federal--Aid Surface Transportation Program (STP) . Inclusion of this project was based upon the expectation that Federal-'Aid Surface Transportation Program funds would be secured to finance the cost. The new Intermodal Surface Transportation Efficiency Act, commonly referred to as ISTEA, apportioned STP Funds to replace Federal--Aid Urban (FAU) Funds. Funds were also apportioned by ISTEA for Congestion Management and Air Quality improvements, commonly referred to as CMAQ. SANBAG solicited nominations for the initial apportionment of CMAQ funds. The interconnect and upgrading of traffic signals in the Central Business District was submitted, and has been approved for funding in the amount of $778,000. These funds must be obligated by 9-30-92, and a contract awarded by 12-31-92, in order to meet the established time frames. CMAQ funds from the initial apportionment cannot be used for both preliminary engineering and construction. This means that we will have to finance the preliminary engineering costs wi th other funds, or use the apportioned CMAQ funds for pre- liminary engineering and re-nominate the project for construction funds from the subsequent apportionment, and hope that it is approved. We feel that the preliminary engineering should be financed with Traffic Systems Fee Funds, which ,.ill allow the entire $778,000 to be used for construction. Requests for Letters of Interest were sent to 17 consult- ing engineering firms with expertise in traffic signal design. Eight firms responded with Letters of Interest. These eight (8) firms were interviewed on 8-24-92, by a panel comprised of the following: Mike Coleman Anwar Wagdy Gene Klatt Roger Hardgrave Automobile Club Traffic Engineer Assistant City Engineer Director of PW/CE The firm of Mohle, Grover & Associates (MGA) was selected as being the best equipped to provide the desired design services within the very short period of time allowed by the deadlines for eligibility of the CMAQ funds. The proposed Agreement provides, in general, that MGA will prepare the plans, specifications and estimate by 9-30-92. Com- pensation for these services will not exceed the amount of $60,000. 9-2-92 'CITY OF SAN BER~DINO - REQUEST ~R COUNCIL ACTION . STAFF REPORT Page 2 of 2 Funds to finance the costs incurred for these services will be provided from Account No. 250-670-57477, "Minor Improve- ments - Various Locations," in the Traffic Systems Fee Fund. We recommend that the Agreement be approved. URGENCY CLAUSE: This Agreement must be approved at the Council meeting of 9-8-92, in order for the Consultant to complete the plans, specifications and estimate by 9-30-92. 9-2--92 . o ::) 1 RESOLUTION NO. 2 RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH MOHLE, GROVER AND ASSOCIATES, INC. 3 FOR PROVISION OF PROFESSIONAL ENGINEERING DESIGN SERVICES FOR INTERCONNECTING AND UPGRADING TRAFFIC SIGNALS IN THE CENTRAL 4 BUSINESS DISTRICT. 5 6 7 8 9 10 11 12 13 14 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. The Mayor of the City of San Bernardino is hereby authorized and directed to execute, on behalf of said City, an agreement with Mohle, Grover and Associates, Inc., relating to the provision of Professional Engineering Design services for interconnecting and upgrading the traffic signals in the Central Business District. said agreement A copy of is attached hereto, marked Exhibit "An and incorporated herein by reference as fully as though set forth at length. SECTION 2. The agreement shall not take effect until 15 fully signed and executed by both parties. The City shall not be 16 17 executed and no oral agreement relating thereto shall be implied 18 obligated hereunder unless and until is fully the agreement or authorized. 19 SECTION 3. This resolution is rescinded if the parties 20 agreement fail to execute it within sixty (60) days of the to the 21 passage of this resolution. 22 23 / / / / 24 / / / / 25 / / / / 26 / / / / 27 / / / / 28 / / / / 9-02-92 RESO: EXECUJ-lG AGREEMENT WITH MGA ~SOCIATES PROFE~ONAL ENGINEERING DESIGN ~ICES. RELATING TO 1 I HEREBY CERTIFY that the foregoing resolution was duly 2 adopted by the Mayor and Common Council of the City of San 3 Bernardino at a 4 day of 5 Council Members: 6 ESTRADA 7 REILLY 8 HERNANDEZ 9 MAUDSLEY 10 MINOR meeting thereof, held on the , 1992, by the following vote, to-wit: AYES NAYS ABSTAIN ABSENT 11 POPE-LUDLAM 12 MILLER 13 14 15 Rachel Krasney, City Clerk The foregoing resolution is hereby approved this 16 17 18 19 Approved as to form 20 and legal content: day of , 1992. W. R. Holcomb, Mayor Ci ty of San Bernardino 21 James F. Penman City Attorney ,A 22 '1 I I~ )( -I'.."....... 23 By /[:". -:; / 24 / / ( / 25 / 26 27 28 - 2 - o o EXHIBIT "A" AGREEMENT FOR PROFESSIONAL SERVICES 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 Mohle. Grover and Associates, Inc., a California corporation, hereinafter referred to as "ENGINEER". WIT N E SSE T H WHEREAS, City desires to obtain professional services to pre- pare plans, specifications, estimates and construction documents for the improvement of the signal system in the Central Business District including interconnection, upgrades to signals, loops, pedestrian signals, signs and integration with computer control systems present- ly in place and desires such services be performed in an expedited manner to insure funding under the CMAQ program that requires plans and specifications prior to October 1, 1992 and1 WHEREAS, in order to develop, plans, specifications, estimates and construction documents, it is necessary to retain the profession- al services of a qualified engineering and consulting firm; and WHEREAS, Engineer is qualified to provide said professional services 1 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 Auaust 24. 1992, 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 o ..-. ....... 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. 3. STANDARD OF PERFORMANCE Engineer shall complete all work product and design in conform- ance 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 par- ties. All such changes shall be incorporated by written amendments to this Agreement and include any increase or decrease in the amount of compensation 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 Ju1v 1. 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 $60.000.00 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 per- mitted when the Engineer establishes and city has agreed, in writing, that there has been, or is to be, a significant change in: 1. Scope, complexity, or character of the services to be performed1 2 --.----.-"'"... o o 2. Conditions under which the work is required to be per- formed 1 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. 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 California 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 dis- pute. 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 ren- dered 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. 3 'II c ~, , ...,/ 8. COMPLIANCE WITH CIVIL RIGHTS LAWS Engineer hereby certifies that it will not discriminate against any employee or app1 icant 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 federal, state and local laws. Such action shall include, but not be limited to, the following: recruitment and recruitment adver- tising, employment, upgrading, and promotion. In addition, Engineer shall not exclude from participation under this Agreement any employ- ee or applicant for employment on the basis of age, handicap or reli- gion 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 aris- ing 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 this Agree- ment pursuant to this section, the Agreement shall continue until all obligations arising from such termination are satisfied. 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 addi- tions, excepting any increase in payment, as may be reasonable under 4 o r'""o, .--- . 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. 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 assign- ed 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 ex- ceeding $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 Albert L. Grover Moh1e, Grover and Assoc 901 E. Imperial Hwy Suite A La Habra, CA 90631 Mr. Roger Hardgrave Director of Public Works City Engineer 300 North "0" Street San Bernardino, CA 92418 14. RESPONSIBILITIES OF PARTIES A. provided tion. The Engineer may reasonably rely upon the accuracy of data through the City or its agents without independent evalua- B. The city shall pay all costs of inspection and permit fees. Charges not specifically covered by the terms of this Agree- ment shall' be paid as agreed by the parties hereto at the time such costs arise1 but in no event shall the work to be performed hereunder cease as a consequence of any unforeseen charges unless by mutual written agreement 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 acces- sible to City. Engineer shall maintain all records for inspection by the City, State, or their duly authorized representatives for a peri- 5 _,_~I o J od of three (3) years after final payment. Engineer shall stamp and sign all specifications, estimates, plans and engineering data fur- nished, and, where appropriate, indicate registration number. 15. CONSTRUCTION COST ESTIMATES A. Any opinion of the Construction Cost prepared 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 estab- lished 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 consider- ation, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 17. HOLD HARMLESS CLAUSE A. Engineer hereby agrees to hold City, its elective and appointive boards, officers, and employees, harmless from any liabil- ity for damage or claims for damage for personal injury including death, as well as from claims for property damage, which -may arise from Engineer's negligent acts, errors or omissions under this Agree- ment. B. Engineer shall indemnify, defend and hold free and harm- less the City, its officers and its employees from all claims, damag- es, costs, expenses, and liability, including, but not limited to attorney'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, d~m~nds, suits, actions, proceedings, judgments, losses, damages, in)ur1es, penalties, costs, expenses (including attorney's fees) and liabilities, of, by, or with respect to third parties, which arise solely from Engineer's negligent per- formance of services under this Agreement. Engineer shall not be ,6 (\ '-" roo. I ...."'^'" responsible for, and City shall indemnify, defend and hold harmless Engineer from and against, any and all claims, demands, suits, ac- tions, 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, judgments, losses, damages, injuries, penal- ties, 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 insurance for injury or damage to persons or property arising out of work for which legal liability may be found to rest upon Engineer other than for professional errors and omissions, shall be a minimum of $1,000,000. For any damage on ac- count of any error, omission or other professional negligence Engin- eer's insurance, shall be limited in a sum not to exceed $50,000 or Engineer'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 consult- ants, 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 Agree- ment. 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 Agree- ment 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 contemporane- ous 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 7 o --- , --- AGREEMENT FOR: DESIGN SERVICES FOR IMPROVEMENT OF SIGNAL SYSTEM IN CENTRAL BUSINESS DISTRICT IN WITNESS WHEREOF, the parties hereto have caused this Agree- ment to be executed on the date written above by their duly author- ized officers on their behalf. ATTEST: MOHLE, GROVER & ASSOCIATES By: President CITY OF SAN BERNARDINO, a municipal corporation By: W. R. Holcomb, Mayor Approved as to form and legal content: JAMES F. PENMAN City Attorney By: n I~,.-_," o ,....... \ ,.,'/ EXHIBIT I maca MohIe,Grover&Associates SCOPE OF WORK FOR CITY OF SAN BERNARDINO CBDINTERCONNECTPROJECT This project encompasses 26 signalized intersections within the CBD. Existing inter- connect of 19 intersections will be expanded using direct wire in underground conduit. MGA is responsible for preparing plans, specifications and estimates for bidding purposes. The plans will be prepared at 40 scale and each sheet will have up to four (4) intersections shown. The improvements will consist of interconnect, detection loops, signal head upgrades from 8" to 12" displays, installation of pedestrian push buttons, installation of new pedestrian heads where missing, upgrading existing pedes- trian heads to international symbol type, installing missing mastarms, replacing marbe- lite poles with steel poles and mastarms and installation of high intensity reflective street name signs. The work tasks are: 1) Field Review/Data Collection- This consists of visiting all 26 intersections and compiling an inventory of required improvements, plus obtaining existing "as-built" plans from the City. 2) Preliminary Design - Seven (40 scale) plan sheets, one title sheet and up to two detail sheets, will be prepared to show the proposed improvements at each location. The plans will only show items necessary for a contractor to construct the specified improvement (Leo items such as street striping, right-of- way, gutter, cross-walks, etc. will not be shown). The contract speci- fications and Engineer's Estimate will also be prepared in this task. 3) First Submittal - All plans, specifications and estimates (PS&E) will be submitted to City staff by Tuesday, September 15, 1992 per Exhibit 2. City staff will provide all comments to MGA by Friday, September 18, 1992. MUNICIPAL AND TRANSPORTATION ENGINEERS 901 E Imperial. ~'>IIy~ S~\:e. A.:.lL~ ~!_b~a~_~A 90631 o -- 1 .........# EXHIBIT 1 4) Final PS&E- City comments will be incorporated into a finalized PS&E package which will be signed by MGA for submittal to Caltrans. 5) Second City Review - City will confirm that all specified corrections have been included and will also sign the plans for submittal to Caltrans. 6) Caltrans Submittal - The finalized bid package will be hand carried to Caltrans by the Project Manager, Mr. Al Grover, for the Caltrans review and approval. Caltrans changes will be incorporated into the package and new signatures will be obtained as required. 7) Meetings with City Staff - There will be an initial meeting during the first week to obtain City approval of the proposed plan concept. In the second week, City staff will be presented a completed plan sheet as an example of the final product. Caltrans will also be shown this first plan sheet for initial approval of the design approach. fin: scopewrk.san o ,......., .....' EXHIBIT 2 II) ,~ . ./~ "" (J) <;t ~ w s, . W ./~ 3: I- ..... oU w cnW ~ C? ud i= a: a: <. 00.. ./~ LLI- wU ...JW ;:)Z C\I o~ .. Wu 'f' . oS Ia: 'e Uw o-?; 2 001- c ~ ~ . .. s~~ '" c: ~. >-=0 o-?; ...0., ~ UUl::i ~ e:: ~ '" 001 <>: i:: 8 ~ ~~ ~ ~ ~~ (J) ~ ~ ~ . ~ C,j '" (J) E" ~ ~ ~ cr <( ~ ~ ~ e:; Q l- e:; ~ ~ lit ~ Z C ..... 001 i:: ~ " "" ::: ~ ii; w .. t ~ '" " 0 :>., ~ W 0' S! <>: ~ ~ ~ E . 3: :>., ...J "0 ~ 5:; - l'ool ~ ... ~ ~ .. <>: !:Ii e:; ... '" ~ '" ~ f:j ro ~ ~ "" ~ ... ~ ~ 2:! ~ '" r.: '" .... - o me,,", MohIe,Grover&Associates PROJECT COST PER TASK WORK TASKS Field Review/Data Collection Preliminary Design Final PS&E City Review/Corrections Meetings with City Staff Caltrans Corrections lDTAL MUNICIPAL AND TRANSPORTATION ENGINEERS ,......... -- COST $ 12,000.00 $ 33,000.00 $ 8,000.00 $ 3,000.00 $ 2,000.00 $ 2.000.00 $ 60,000.00 EXHIBIT 3 901 E. Imperial Hwy" Suite A. La Habra. CA 90631 o ~ , - EXHIBIT 4 maca Mohle, Grover& Associates SCHEDULE OF HOURLY RATES EFFECTIVE JULY I, 1992 Principal Associate $ 140.00 $ IIO.OO $ IIO.OO $ IIO.OO $ 90.00 $ 85.00 $ 80.00 $ 75.00 $ 65.00 $ 65.00 $ 60.00 $ 50.00 $ 55.00 $ 45.00 $ 45.00 $ 45.00 $ 40.00 $ 40.00 $ 35.00 $ 200.00 $ 150.00 Vice President/Senior Engineer Director of Project Development Resident Engineer Senior Design Engineer Senior Transportation Engineer Construction Inspector Assistant Engineer Transportation Engineer Designer Systems Analyst Assistant Transportation Engineer Senior CADD Operator Administrative Secretary Engineering Technician II CADD Operator Clerical/Engineering Technician I Traffic Enumerator/Engineering Aide Expert Witness - Principal Expert Witness - Vice President Subconsultants will be billed at cost plus 12 % Conditions of Usa~e: The above rates are typically effective for a 12 month period, but MGA maintains the right to change the billing rates at any time for convenience of record keeping. Therefore, all billil/gs will always be at the then current billing rates. This will not affect any agreed upon total or not-to-exceed fees. INVOICES WILL BE SUBMITTED MONTHLY AND SHALL BE DUE AND PAYABLE WITHIN 30 DAYS. A MONTHLY FINANCE CHARGE OF 1.5% SHALL BE CHARGED ON UNPAID BALANCES. MUNICIPAL AND TRANSPORTATION ENGINEERS 901 E. Imperial Hwy,. Suite 1. La Habra. CA 90631