HomeMy WebLinkAboutHDR Engineering Inc; 2013-01-29; UTIL971UTIL971
AGREEMENT FOR CATHODIC PROTECTION ENGINEERING SERVICES
(HDR ENGINEERING INC.)
THIS AGREEMENT is made and entered into as of the ^ ^ day of
, 2013, by and between the CARLSBAD MUNICIPAL WATER
DISTRICT, a PublioQfVgency organized under the Municipal Water Act of 1911, and a Subsidiary
District of the City of Carisbad, ("CMWD"), and HDR ENGINEERING INC., a Nebraska
corporation, ("Contractor").
RECITALS
A. CMWD requires the professional services of a professional engineer that is
experienced in cathodic protection.
B. Contractor has the necessary experience in providing professional services and
advice related to cathodic.
C. 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 two (2) years from the date first
above written. The Executive Manager may amend the Agreement to extend it for one (1)
additional one (1) year period or parts thereof. The parties will prepare a written amendment
indicating the effective date and length of the extended Agreement.
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
one hundred eighty four thousand four hundred dollars ($184,400). 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".
General Counsel Approved Version 2/17/12
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 Carisbad 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
directiy 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.
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
reasonable attorneys fees arising out of the performance of the work described herein to the
extent 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, reasonable 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 eariy 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-:VH", OR
General Counsel Approved Version 2/17/12
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
Risk Manager 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 Liabilitv 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.
10.1.2 Automobile Liabilitv (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 property
damage.
10.1.3 Workers' Compensation and Emplover's Liabilitv. 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 Liabilitv. 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.
Q If box is checked. Professional Liability
CMWD's Initials Contractor's Initials Insurance requirement is waived.
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 CMWD will be named as an additional insured on Commercial General
Liability which shall provide primary coverage to CMWD.
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
General Counsel Approved Version 2/17/12
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 Carisbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be cleariy 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
Name
Title
David Ahles
Senior Engineer
Carlsbad Municipal Water District
Address 1635 Faraday Avenue
Carisbad, CA 92008
Phone 760-602-2748
For Contractor
Name Steven Fox PE
Title
Phone
E-mail
Vice President
Address 431 W. Baseline Rd
Claremont, CA91711
909-626-0967
Steven.fox(^hdrinc.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.
General Counsel Approved Version 2/17/12
16. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carisbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
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 ofthe requirements ofthe 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 othenA/ise settied 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 fon^/arded 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 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
General Counsel Approved Version 2/17/12
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 othen/vise 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 seg., 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.
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 2/17/12
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
HDR ENGINEERING INC., a Nebraska
corporation
(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 of Carisbad
ATTEST:
(sign here)
(print name/title)
2:55:
If required by CMWD, proper notarial acknowledgment of execution by contractor must be
attached. If a corporation. Agreement must be signed by one corporate officer from each of the
following two groups.
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
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
Bv: >>\(7-.XA^ ^^^^^^
Assistant General CoJlnsel
PATRICIA M. PITTMAN
COMM. #1915183
Notary Public • Califomia §
4 N^i^^dE/ ^'^9° County -» 1 ^'^ij^^^ My Comm. Expires^
General Counsel Approved Version 2/17/12
ACKNOWLEDGMENT
State of Califo
County of
la
On ? 116^/201^ before me, Vohie^a K\A^\VrtrY^/\
(insert name and title ofthe officer)
personally appeared _
who proved to me on the basis of satisfactory evidence to be the person(8)^hose name(s)^efe^
subscribed to the within instrument and acknowledged to me that(^sb«/they executed the same in
^/her/theii-authorized capacity(ies}, and that by^5?bef/thei^signature(s^ on the instrument the
persor}(sJ, or the entity upon behalf of which the personjis) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws ofthe State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature ^^^^^^j^^k^^Seal)
PATRICIA M. PITTMAN 1
COMM. #1915183 2
Notary Public • California g
San Diego County -
My Comm. Exp^es Dec. 4^2014 [
Page J , of J
Description of Document City of Carlsbad
Acknowledgement
State of Nebraska)
S.S.
County of oougias )
The foregoing instrument was acknowledged before me this
17th day of January , 2013
(month)
by Louis J. Pachman , Secretary
(printed name of officer or agent) (printed title of officer or agent)
of HDR Engineering, Inc.
(printed name of Corporation acknowledging)
a Nebraska corporation, on behalf of the corporation.
(print state or place of incorporation)
6ENERAL NOT/W- State of Nebraska
BONNIE J. KUDRON
'^^^ My Comm. Exp. Peg 20.2016 Signature of Notary Public
t Affix Official Notary seal here f
EXHIBIT A
^^^P^ SCHIFF ciry OF
^ ^CARLSBAD
December 5,2012
City ofCarlsbad
1635 Faraday Avenue
Carlsbad, Califomia 92008
Attention: David P. Ahles, P.E.
Senior Civil Engineer
RE: Revised Proposal to Provide Engineering Services for Cathodic Protection Program
Improvements, Project No. 5007 (HDR|Schifif PI2-0870)
Dear Mr. Ahles,
On October 12, 2012, HDR Engineering, Inc. (hereinafter referred to as HDR|Schiff) submitted our
proposal for the Cathodic Protection Program Improvements, Project No. 5007, for the City of
Carlsbad (City). Based upon a followup meeting with yourself and Mr. Plummer on November 28,
2012, HDR|Schiff was requested to submit a revised Scope of Work for Appendix A along with a
revise fee estimate for the project. These items would be to supplemental to our proposal and clarify
what we had discussed during this meeting.
The following pages outline the scope of work HDRjSchiff proposes to provide the City of Carlsbad
with respect to the above mentioned project. It is our understanding that this contract will be billed on
a time and materials bases, with a not to exceed contract amount, without written authorization from
the City ofCarlsbad.
Please note that following our November 28, 2012 meeting, HDRjSchiff management made the
decision to reduce to 2013 hourly fee schedule, therefore reducing costs to the City.
Thank you for your consideration and the trust you have shown in HDRjSchiff thus far. We look
forward to your favorable review of our scope of work and fee estimate.
Sincerely,
Jven rox,
Vice President
KRN^SCHIFF 4;t c vo,
I ^ ^ CARLSBAD C A I 1 f O f N 1 («,
Scope of Work for Appendix A
HDRjSchiff's scope of work will include:
1. Review Existing Documentation - Material prepared for the 2005 corrosion project. This will
include a review and comment on the Cathodic Protection Research, Inspection and Testing
Report, dated May 2006, noting discrepancies or conclusions, specifically the soil corrosivity
data, historical test station data, and construction estimates. Also, a review of the Cathodic
Protection System Operation and Maintenance Manual, dated May 2006, will be performed
and updated to further reflect the corrosion philosophy of the City. This will also include time
to meet with City personnel and ascertain the level of documentation, their whereabouts, and
the best way to gather pertinent information.
2. Collect and Review any Pertinent Existing Documents - It is HDRjSchiff's understanding that
the City has a good GIS database on the piping and testing stations contained in this RFP.
HDRjSchiff understands that record drawings are available online and has already attempted
trial access with success. HDRjSchiff personnel will meet with City personnel in order to come
up with the best plan in gather any other information not readily accessible as well as have City
Mangers assist in prioritizing this information and the pipelines contained in this RFP as to
their importance and consequence of failure. Documents would include, but not be limited to,
pipeline drawings, specification, lay sheets, inspection records, leak history, and any photos.
3. Field Work to Verify Piping Conditions and Assumptions - HDRjSchiff personnel will conduct
field tests to determine if what was recorded in the as-built drawings and specifications is what
actually exists in the filed. The primary item which needs to be verified is electrical continuity
of the pipelines. For a cathodic protection system to function properly, electrical continuity of
the pipeline alignment is paramount. We would also be verifying test station condition,
electrical isolation, and accessibility. The field work data will be tabulated using Microsoft
Excel or appended to the City's existing GIS database.
4. Prepare a Technical Memorandum - HDRjSchiff will prepare a technical memorandum
outlining our findings and results from our records search, meetings with City personnel, and
field verification of existing piping conditions such as electrical continuity. This memorandum
would also outline the work plan to complete the scope outlined in the RFP. The technical
memorandum will be Basis of Design for this project and represent the 30% milestone. The
technical memorandum will be submitted in both hardcopy (5 copies) and electronic copy (PDF
and with tabulated data in excel or GIS) for review and comment. After HDRjSchiff receives
review comments, the technical memorandum will be finalized distributed as before.
5. Prepare Improvement Plans and Technical Specifications - With the assistance of City
personnel HDRjSchiff personnel will prepare improvement drawings (5 copies) for the
installation of the new cathodic protection systems for the City's review. HDRjSchiff personnel
will also prepare technical specifications (5 copies) for the installation of the new cathodic
protection systems, which will be inserted into the City standard boilerplate agreement.
QA/QC will be performed by senior personnel not directly involved in the project but who will
provide an independent review of the field investigations, technical memorandum, plan
KRi 0 SCHIFF «t c 0
A I ^ ''^ CARLSBAD C >. L I f O K N
reviews, specifications, and cost estimates before submittal. The QA/QC process will aid in the
reduction of contractor requests for information and change order submittals. The technical
specifications will be prepared using the Construction Specification Institute (CSI) format.
Five copies of the 90% design package will be provided to the City for review and comment
and resubmitted as the 100% design package. Any additional comments will be addressed and
and final drawings and specifications shall be issued for inclusion into the fmal bid package.
The City will be responsible for the final bid document. In addition, an engineering estimate
representative of current probable construction costs will be provided. Electronic copies of the
drawings (CAD) and the technical specifications will be delivered to the City.
6. Provide Bidding Assistance - HDRjSchiff understands that the City will be responsible for all
costs to prepare and assemble the final bid documents upon receipt of the final drawings and
technical specifications. HDRjSchiff will assist City personnel, upon their request, with
preparation of written responses and clarifications to the bid package, and for addendums
issued during the design phase.
7. Provide Construction Inspection and Update the Corrosion Database - After a contractor is
awarded the project, HDRjSchiff will assist City personnel as necessary with the review of
project submittals and provide onsite inspection of the cathodic protection improvements
during construction. HDRjSchiff will assist in the training of City inspectors for witness
testing for the following in an effort to reduce costs:
a) exothermic welds attaching lead wires to the pipe and coating repairs,
b) wire integrity after backfill,
c) anode open circuit potentials of sacrificial anodes,
d) impressed current anode installations,
e) electrical isolation devices,
f) pipeline electrical continuity, and
g) pre and post system activation testing by the contractor.
Upon completion of the project, but before final acceptance, HDRjSchiff will review the
construction checkout report provided by the contractor for all aspects of the project including
GPS coordinates with sub-foot accuracy that will be included in the City's corrosion database.
Data migration and preparation of as-built drawings will be provided by HDRjSchiff.
HH \ # SCHIFF cirr OF
> CARLSBAD C A t -I F 0 »! M
ENGINEERING HOURS ESTIMATES BY TASK
Tasks PE AE SE FE CT DFTR ADM
Task 1-1 Review Reports 0 2 60 0 0 0 1
Task 1-2 Collect and Review any Pertinent
Existing Documents 0 2 60 0 0 0 0
Task 1-3 Field Work to Verify Conditions 0 0 48 100 100 0 0
Task 1-4 Prepare a Technical Memorandum 4 16 40 0 0 0 10
Task 2 Prepare Improvement plans and
Technical Specifications 8 16 56 20 0 100 20
Task 3 Provide Bidding Assistance 0 4 20 0 0 0 4
Task 4 Provide Inspection of the Contractor's
Installation and Update Database 0 0 164 240 0 0 8
Grand Totals 12 40 448 360 100 100 43
PE: Dr. Bell will be the Project Principal, and will have a time commitment of 10%.
AE: Mr. Fox will have QA/QC responsibility, and will have a time commitment of 15%.
SE: Mr. Veihl will be the project manger and will have a time commitment of 50%
FE: Mr. Budner will be the field engineer and will have a time commitment of 30%
CT: Mr. Eynon and Mr. Borucki will be field inspectors, each with a time commitment of 50%.
KR ^SCHIFF
www.hdrinc.com/schiff
Corrosion Control and Condition Assessnnent {C3A) Department
FEE SCHEDULE 2013
HDRjSchiff has. since 1959, provided consulting services in the field of corrosion control
engineering. Our services are furnished on the basis of the below listed terms and in accordance
with the following schedule of fees and charges which are subject to revision at ninety day
intervals:
We Houriy
Rate
Principal Engineer $375
Associate Engineer $225
Senior Staff Scientist $225
Senior Corrosion Engineer $175
Coating Specialist $170
Corrosion Engineer/CP. Specialist $160
Senior Corrosion Technologist/Field Engineer $140
Corrosion Technician $120
NACE Certified Coatings Inspector $95
CAD Operator/Designer including Equipment $90
Coating Inspector $85
Word Processing/Clerical $85
Personnel time is billed in one-hour increments. These rates apply to regular and travel time.
Charges for travel time will be limited to eight (8) hours per day. Overtime, if required in the interest
of the project, will be charged at the above rates for professional personnel and 1.5 times the
above rates for inspector, technician and clerical personnel. Coating inspector has a four (4) hour
minimum charge.
EQUIPMENT AND MISCELLANEOUS CHARGES:
Personnel charges include the indicating instruments commonly used in corrosion testing.
Specialized instrumentation/test equipment and facilities may require an additional charge. Other
direct costs (ODC), such as outside consultants or laboratories, rental equipment and,
miscellaneous expenses (Including vehicle usage, photograph, reproduction, binding, ovemight
mall or courier services, etc.) will be charged at cost plus fifteen percent (15%). Mileage will be
charged at $1.25 per mile. Travel expenses (airfare, local travel and accommodation) will be
charged at cost. Meal and incidental expenses (M&IE) during travel will be charged at actual
cost, up to daily M&IE per diem per Federal Govemment CONUS rates. Permits and fees required
for projects will be charged at cost. Technology Charge will be assessed at $3.70 per labor hour
charged on the invoice.
2013 Fee Schedule Effecfive 11/20/2012
431 West Baseline Road
Phone: 909.626.0967
Claremont, CA 9171
Fax: 909.626.3316
KRl ^SCHIFF
Richard.Velhl'S hdrlnc.com
Cattaodic Protection Improvement Program, USQOl
City ofCarlsbad
P12-0870
Fee Estimate
www,hdrinc.com/$chIff
Corrosion Control and Conaitlon Assessmenr IC3AI Department
William Plummer
City ofCarlsbad
Carlsbad
Task Description
Pe rsonne Hours Budeet
Task Description Principal Engineer-PJM32($375/HR) Associate Engineer-PJM13 ($225 /HR) Sr Corrosion Engr-ECD0($175/HR) Corrosion Engineer-ECI20($160/HR) Field Engineer-TEC02($140/HR) Corrosion Tcch-TEC01($120/HR) CAD Operator-CGE02($90/HR) Clerical-ADM02 ($85/HR) Total Hours Labor Tech Charge Subconsultants Non-Labor "3
o H
Task 1: Document Revinv
Task 2: Collect and Review any Pertinent Existing Documents
Task 3: Field Work to verify conditions
Task 4: Prepare a Technical Memorandum 4
2
2
16
60
60
48
40
100 100
1.00
10.00
63.00
62.00
248.00
70.00
$ 11,035
$ 10,950
$ 34,400
$ 12,950
$ 233
$ 229
$ 918
$ 259
$
$ $ $
$ 883
$ 876
$ 2,752
$ 1,036
$ 12,151
$ 12,055
$ 38,070
$ 14,245 Subtotal
Desian
Task 1: Prepare Improvement plans and Technical
Specifications
4
8
20
16
208
56
100
20
100
100
11
20.00
443.00
220.00
S 69.335
$ 29,900 $
$ 1,639
$ 814 $
$
$ $
S 5,547
$ 2,392 $
$ 76,521
$ 33,106 $
Pre-Construction SuoDort
Task 1: Provide Bidding Assistance
8 16
4
56
20
20 100 20.00
4.00
220.00
28.00
S 29,900
$ 4,740 $
S 814
$ 104 $
$
$ $
$ 2,392
$ 379 $
$ 33,106
$ 5,223 $ Subtotal
Constmction Suooort
Task 1: Respond to RFls and RFCs
Task 2: Review Contractor Submittals
Task 3: Witness Field Testing (up to 20 siles)
Task 4: Review ContractOT's Corrosion Report
Task 5: Update Database
4 20
20
40
40
40
24
160
40
40
4.00
2.00
2.00
2.00
2.00
28.00
22.00
42.00
200.00
82.00
66.00
S 4,740
$ 3.670
$ 7.170
$ 29,400
$ 12,770
$ 9.970
S 104
$ 81
$ 155
$ 740
$ 303
$ 244
$
$ $ $ $ $
$ 379
$ 294
$ 574
$ 2.352
$ 1,022
$ 798
£ 5,223
S 4,045
$ 7.899
$ 32,492
$ 14,095
$ 11.012 Subtotal 164 -240 --8.00 412.00 $ 62,980 S 1324 $ S 5,038 $ 69,543
12 40 448 -360 100 100 43U)0 II 1,103.00 $ 166,9551S 4,081 S - Is 13J56 $ 184J93
(Grand Total for Above Tasks 5 184,400]
12/7/2012
P12.0870-Fce_Est_O[)C for City of Carlsbadj