Loading...
HomeMy WebLinkAboutBrown and Caldwell; 2009-12-17; PWENG737PWENG737 AGREEMENT FOR ENGINEERING SERVICES FOR THE DESIGN OF A RECYCLED WATER LINE IN AVENIDA ENCINAS (BROWN AND CALDWELL) THIS AGREEMENT is made and entered into as of the / day of 6<U^i&<Ux 20 gf. by and between the CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, referred to as ("CMWD"), and BROWN AND CALDWELL, a private employee owned company, ("Contractor"). RECITALS A. CMWD requires the professional services of a consultant engineer that is experienced in the design of water and recycled water distribution systems. B. Contractor has the necessary experience in providing professional services and advice related to the design of water and recycled water distribution systems. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to CMWD and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1. SCOPE OF WORK CMWD retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The Executive Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or parts. Extensions will be based upon a satisfactory review of Contractor's performance, CMWD needs, and appropriation of funds by the CMWD Board of Directors. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. General Counsel Approved Version #05.06.08 1 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be seventy four thousand sixteen dollars ($74,016). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. CMWD reserves the right to withhold a ten percent (10%) retention until CMWD has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of CMWD. Contractor will be under control of CMWD only as to the result to be accomplished, but will consult with CMWD as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of CMWD for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. CMWD will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify CMWD and the City of Carlsbad within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which CMWD may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At CMWD's election, CMWD may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of CMWD. If Contractor subcontracts any of the Services, Contractor will be fully responsible to CMWD for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and CMWD. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by CMWD. General Counsel Approved Version #05.06.08 8. OTHER CONTRACTORS CMWD reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VM", OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the General Counsel or Executive Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. CMWD, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. General Counsel Approved Version #05.06.08 3 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for CMWD). $1,000,000 combined single-limit per accident for bodily injury and properly damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to CMWD's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The CMWD and the City of Carlsbad will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to CMWD sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then CMWD will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by CMWD to obtain or maintain insurance and CMWD may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. CMWD reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. General Counsel Approved Version #05.06.08 4 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of CMWD during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of CMWD. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to CMWD. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in CMWD and Contractor relinquishes all claims to the copyrights in favor of CMWD. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of CMWD and on behalf of Contractor under this Agreement. For CMWD: For Contractor: Name Terry L. Smith Name Ron Ross Title Sr. Civil Engineer Title Project Manager Carlsbad Municipal Water District Address Address 9665 Chesapeake Dr, Ste 201 Address 1635 Faraday Avenue San Diego, CA92123 Carlsbad. CA 92008 Phone No. (858)571-6719 Phone No. (760) 602-2765 E-Mail Address rross@brwncald.com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST CMWD will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and CMWD's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the Secretary of the Board those schedules specified by CMWD and contained in the Statement of Economic Interests Form 700. General Counsel Approved Version #05.06.08 Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the CMWD an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or CMWD will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the Executive Manager. The Executive Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the Executive Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, CMWD may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If CMWD decides to abandon or General Counsel Approved Version #05.06.08 6 indefinitely postpone the work or services contemplated by this Agreement, CMWD may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by CMWD and all work in progress to CMWD address contained in this Agreement. CMWD will make a determination of fact based upon the work product delivered to CMWD and of the percentage of work that Contractor has performed which is usable and of worth to CMWD in having the Agreement completed. Based upon that finding CMWD will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of CMWD, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to CMWD. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. CMWD will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, CMWD will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any agreement claim submitted to CMWD must be asserted as part of the agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to CMWD, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If CMWD seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for CMWD to terminate this Agreement. General Counsel Approved Version #05.06.08 7 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon CMWD and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of CMWD, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. General Counsel Approved Version #05.06.08 8 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR BROWN AND CALDWELL, a private employee owned company *By: (sign here) (print name/title) CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City oiCarlsbad 'resident, Executive Manager or designee (sign here) (print name/title)^' a^icr ~ ATTEST: LOflfRAI Secretary (e-maika'ddress) If required by CMWD, proper notarial acknowledgment of execution by contf£$|i;S must £;<§: be attached. If a Corporation. Agreement must be signed by one corporate a^sr^ro each of the following two groups. '^o''--'^:.--' v> 'V/'l!lll'.^%% *Group A. **Group B. Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, General Counsel By:. eputy General'Counsel General Counsel Approved Version #05.06.08 CERTIFICATE OF SECRETARY OF BROWN AND CALDWELL, A CALIFORNIA CORPORATION I, the undersigned, do hereby certify that: 1. I am the duly elected and acting Secretary of Brown and Caldwell, a California corporation, and am keeper of the corporate records and seal of said corporation. 2. At the annual meeting of the Board of Directors on February 6, 2009, the following resolution was adopted: RESOLVED that all Brown and Caldwell officers currently appointed to serve are ratified and authorized to continue to hold their offices at the pleasure of the Board of Dkectors of this corporation until the next annual meeting of the Board of Directors of this corporation or until their respective successors are elected or qualified, or until their earlier resignation. A listing of current company officers is attached. BE IT FURTHER RESOLVED that all Brown and Caldwell officers listed are authorized to financially commit the corporation in accordance with the Company procedures and policies within their respective area of responsibility or as stated in the Bylaws. 3. Michael W. Nienberg is a Vice President of Brown and Caldwell, is so identified in the February 6, 2009, resolution referenced above, and in that capacity is duly authorized to financially commit the corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the Corporation this 13th day of November, 2009. SIGNED: ROBERT S. LEICHTNER, Secretary (SEAL) Exhibit "A" Design Services for the Avenida Encinas 12-inch Recycled Water Line SCOPE OF WORK Task 6.10 - Prepare Contract Documents for Recycled Water As part of its potable water conservation effort, the City has decided to extend service of recycled water within the Avenida Encinas business park between Cannon Road and Palomar Airport Road. The new recycled waterline will connect to the existing recycled waterlines at Cannon Road and Palomar Airport Road. The City requested BC to design a new recycled water pipeline and service connections for the new extension. Traffic control drawings will not be included. The design will be submitted to the City at 30%, 90% 100% and Final design development stages. The design package will be produced as a standalone package and potentially awarded with the 54-inch sewer package. Bid support services are included. In the attached fee estimate under Task 6.10 is the design cost associated with this effort. Below are the tasks and deliverables included as in the design of the new recycled water. 6.10.1 Brown and Caldwell shall develop the 30% design package • Develop the 30 % design drawings for the new 12-inch recycled water. The 30% design package will contain preliminary plan and profile sheets for the 12-inch recycled water. • The 30% design will include a Table of Contents for the technical specifications. • Complete QA/QC technical review by a senior Quality Control Specialist. A copy of their comments and corrections shall be available for City review. Deliverables (30% Design) The CONSULTANT shall submit the following documents: 1. 30% Design drawings size 11" x 17" (2 sets ) 2. 30% Design drawings size 24"x36" (1 set) 3. Table of contents for the contract specifications 6.10.2 Develop the 90% design package Brown and Caldwell shall advance the 30% design package new 12-inch recycled water to the 90% design level and incorporate all agreed upon City comments made on the 30% submittal. • The 90% design will include all agreed upon City comments arising from review of the 30% design package. • The 90% design will include technical specification for all major divisions. • The 90% design package will contain complete plan and profile sheets for the 12-inch recycled water. • The 90% design package will contain an updated Class 2 construction cost estimate as defined by AACEI for these improvements. • Complete QA/QC technical review by senior Quality Control Specialist in the areas of constructability, hydraulic transients and pipeline design. A copy of their comments and corrections shall be available for City review. Design Services for the Avenida Encinas 12-inch Recycled Water Line De/iverab/es (90%DesignJ Tbe CONSULTANT ska//submit thefo//owing documents: 4. 90% Design drawings size If x 17" (JsetsJ 5. 90% Design drawings size 24"x 36' (2setsj 6. 90% Cost estimate (2setsj 7. Contract specifications in CSfformat (2 setsj 6.10.3 Develop the 100% design package Brown and Caldwell shall advance the 90% design package new 12-inch recycled water to the 100% design level and incorporate all agreed upon Gty comments made on the 90% submittal. • The 100% design will include a complete set of technical specification for all Divisions. • Develop the 100 % design drawings for the lift station including Qvil plans and sections, details, legends, abbreviations, etc. • The 100% design package will contain complete plan and profile sheets for the new 12-inch recycled water. • The 100% design package will contain an updated Class 1 construction cost estimate as defined byAACEI for these improvements. • Complete QA/QC technical review by a senior Quality Control Specialist. A copy of their comments and corrections shall be available for City review. De/iverab/es (100% DesignJ The CONSULTANTstia//submit the following documents: 8. 100% Design drawings size ll"x 17" (fsetsj 9. 100% Design drawings size 24 "x 36" (2setsJ 10.100% Contract specifications in CSS format (2 setsj 11. 100% Cost estimate (2setsj 6.10.4 Develop the final design package Under this task, the Brown and Caldwell shall advance the 100% design to the final design level. This effort will involve the preparation and delivery of the following: • Incorporate all agreed upon City comments made on the 100% submittal, and provide a complete and final bid quality construction package, complete design drawings on mylar. • Complete set of Contract Specifications, including a) City front end documents (including General and Supplemental Conditions)); and b) Technical specifications in Construction Specification Institute (CSI) format (based on BC and City standards) • Construction cost estimate • Bid Schedule. Design Services for the Avenida Encinas 12-inch Recycled Water Line • Project Notebook containing engineering calculations and/or data for determining civil, hydraulic and electric and structural requirements. De/iverab/es ffina/DesignJ The CONSUL TANTska//submit thefo//o wing/ina/design documents: 12. Final'Design drawings, size 11"x 17"fJsetsJ 13. Signed my/ars, size 36"x 24"flsetJ 14. Boundset of Fina/Construction Specifications (2setsJ 15. Camera ready funboundj Fina/ Construction Specifications flsetj 16. £/ectronic drawings flcopyj 17. £/ectronic construction specifications in MS Wbra'format/IcopyJ 18. One bardcopy and one e/ectronic copy o/the Construction Cost£stimate f2setsj 19. Final'Project Notebook including Design Ca/cu/ations flcopyj It is estimated that approximately 15 drawings will be required for this project as follows: Sheet Tide TITLE SHEET LIST OF DRAWINGS GENERAL NOTES LEGEND, SYMBOLS AND ABBREVIATIONS SITE KEY MAP AND SERVICE CONNECTION SCHEDULE WATER MAIN STA 0 +00 TO STA 8 +00 WATER MAIN STA 8 +00 TO STA 16+00 WATER MAIN STA 16+00 TO STA 24 +00 WATER MAIN STA 24 +00 TO STA 32 +00 WATER MAIN STA 32 +00 TO STA 40 +00 WATER MAIN STA 40 +00 TO STA 48 +00 WATER MAIN STA 48 +00 TO STA 50 +00 MISCELLANEOUS DETAILS 1 MISCELLANEOUS DETAILS 2 MISCELLANEOUS DETAILS 3 Sheet No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Drawing No G-l G-2 G-3 G-4 G-5 Cl C2 G3 G4 G5 G6 G7 G8 G9 G10 Design Sei es for the Avenida Encinas 12-inch Recycled Water Line COMPENSATION BY TASK 1 TASK« 6- 6 6. 5 ' 6. scnption Hourly Rates PHASE II 1 - Recycled Water design Recycled Waler Evaluation Chief Engineer/ Vice President (Qa/Qc) S243 30% Design Submrtlal (Plans) 90% Engineers Estimate of Probable Cost 90% Design Calculations Desiqn QA/QC @ 90% 1 00% Engineers Estimate of Probable Cost 100% Design Calculations 6. . 0 100% Design SubmittaUP&S) 6. 1 Design QA/QC @ 100% 6. 0. 2 | Final Engineers Estimate of Probable Cost 8. 0. 3 'Final Design Calculations 6/0. 4 6. 0 5 Final Design Submittal fP&S) Desiqn QA/QC ©Final ' •' " '- - ' Executive /Manajing_ Engineer (PM) $226 I 1 4 B 2 _._.. 1 5 4 2 Supervising Engineer $195 Senior Engineer $169 24 Engineer III $148 Senior Designer $139 10 Senior Drafter $110_ 24 I 8 24 ! 32 i 2 I 4 i 1 8 8 2 4 29 I 38 : ( — 4 ! 44 ; 2 24 4 4 16 138 . . 4 2 9 40 16 16 90 24 Word Processor II Project Coordinator / Accountant $88 • $96 . .. 4 24 4 , . — Clerk $73 Labor Hours 38 96 8 Labor Cost $6,350 SubconsultantsM) $1,416 | 20 $3.474 10 10 76 4 To~ 10 72 4 112 16 i 462 $972 $1.754" $1,910 $11,080 $972 $1,754 $1,910 $10.006 $972 Direct Costs(2) $50 $50 Total Cost $6.400 $1.466 $972 $100 : $2,010 -1 So $100 $400 PHASE III TASK 1 - Reconstruction Meetings 1.1 Additional Bid Support Services for Recycled Water 3 4 12 $1.644 $150 TOTAL ALL TASKS PHASE 111 8 412 SI, 942 $0 $150 TOTAL -Oft ADDITIONAL kVOftK 28 38 146 40 90 112 16 4 474 $72,814 SO S1.500- - -- r : (2) direct Costs consist of Mileage to / from meetings, and reproduction costs for reports. _j_-l - -I J - - ;;_ $972 $1,804 $2,010 $10.406 $972 J72.222 $1 ,794 51.794 174.016 — ~ — CITY OF CARLSBAD AGUA HEDIONDA LIFT STATION