Loading...
HomeMy WebLinkAbout2014-09-23; Municipal Water District; 788; Approve Agr. with Infrastructure Engineering Corp.CARLSBAD MUNICIPAL WATER DISTRia -AGENDA BILL 15 AB# MTG. DEPT. 788 09-23-14 PW-UTIL APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH INFRASTRUCTURE ENGINEERING CORPORATION FORTHE RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENTS lA AND 7, LOCATED WITHIN THE PALOMAR AIRPORT AREA AND THE CALAVERA HILLS AREA, PROJECT NO. 5208 DEPT.DIRECroR GEN. COUNSEL CITY MGR. RECOMMENDED ACTION: Adopt Resolution No. 1501 approving Professional Services Agreement with Infrastructure Engineering Corporation for the Recycled Water Phase III Pipeline Expansion Segments lA and 7 located within the Palomar Airport Area and the Calavera Hills Area, Project No. 5208. ITEM EXPLANATION: The project is located in two areas. The first area, referred to as Expansion Segment No. lA, is in the Palomar Airport Business Park, which is located north and south of Camino Vida Roble. The second area, referred to as Expansion Segment No. 7, is in the Calavera Hills area along Carlsbad Village Drive from' Glasgow Drive to Tamarack Avenue and along Tamarack Avenue north to Cheshire Avenue. The project is part of the Phase III Recycled Water Project. The pipeline Includes the construction of approximately 4,100 linear feet of 8-inch diameter, 7,200 linear feet of 6-inch diameter, and 3,200 linear feet of 4-inch diameter polyvinyl chloride (PVC) pipeline and 67 recycled water services. Recycled water in these pipeline segments will serve a demand of approximately 200 acre foot per year (afy) for landscape irrigation. On November 6, 2012, by Resolution No. 1450, the Board approved the 2012 Recycled Water Master Plan (RWMP) and separately, by Resolution No. 2012-245, a Program Environmental Impact Report. The 2012 RWMP is the comprehensive program for the phased and orderly development of improvements to accommodate the future recycled water distribution system needs of the CMWD. Based on information contained in the 2012 RWMP, a Feasibility Study for a Phase III Recycled Water Project was completed showing the recommended facilities to supply an additional estimated average annual demand of 3,135 acre-feet per year increasing the total demand from approximately 4,100 afy to 7,235 afy, a 76 percent increase in demand. DEPARTMENT CONTACT: David Ahles at 760-602-2748 or email davidahles@carlsbadca.gov FOR SECRETARY USE. BOARD ACTION: APPROVED • CONTINUED TO DATE SPECIFIC • DENIED • CONTINUED TO DATE UNKNOWN • CONTINUED • RETURNED TO STAFF • WITHDRAWN • OTHER - SEE IVIINUTES • AlViENDED • REPORT RECEIVED • On June 17, 2014, staff issued a Request for Proposal to four qualified engineering firms with experience in the design of recycled water pipelines. The scope of work included preparing a preliminary design report, plans and specifications, providing bidding assistance and construction support services. The qualifications of each firm were reviewed by a selection committee comprised of staff members from the Utility Department. The committee ultimately selected the firm of Infrastructure Engineering Corporation as the most qualified. Infrastructure Engineering Corporation was selected as the most qualified firm based on qualifications of staff and subconsultants, project approach, quality of proposal and pricing. Negotiations were completed on August 28, 2014 and the terms of the agreement have been established as a not to exceed price of $225,800. The professional Services agreement with Infrastructure Engineering Corporation represents less than 10 percent ofthe total estimated costs. The selection committee, in accordance with the procedures listed in Carlsbad Municipal Code Section 3.28.060, is recommending that the Board of Directors approve a professional services agreement with Infrastructure Engineering Corporation, as the consultant providing the professional qualifications necessary for the satisfactory performance, on demonstrated competence, and on fair and reasonable price consistent with Government Code Section 4526. FISCAL IMPACT: The Pipeline Expansion Segments lA and 7 are part of the Recycled Water Phase III project and is included under Project No. 5208 with an estimated total project cost of $2,546,800. As shown in Table 1 the current project appropriation is $5,100,000 from the Recycled Water Fund. Infrastructure Engineering Corporation scope of work included preparing a preliminary design report, plans and specifications for a total not to exceed cost of $225,800. Based on the project appropriation, there are sufficient funds available forthe professional services agreement. TABLE 1 - PROJECT COST ESTIMATE Recycled Water Phase III Pipeline Expansion Segment 18, Project No. 5208 ESTIMATED COSTS Design Contract (IEC) $225,800 Construction Contract (CIP Estimate) $2,121,000 Construction Management, Inspection, and Material Testing $200,000 TOTAL ESTIMATED PROJECT COSTS (Segment lA & 7) $2,546,800 Current Appropriation-Phase III Pipelines, CIP No. 5208 $5,100,000 Current Expenditures/Encumbrances-Phase III Pipelines, CIP No. 5208 $650,000 TOTAL AVAILABLE PHASE III PIPELINE PROGRAM, CIP NO. 5208 $4,450,000 ADDITIONAL APPROPRIATION ANTICIPATED FOR CONSTRUCTION None Sufficient funds have been appropriated from the Recycled Water Fund to fund this project. ENVIRONMENTAL IMPACT: Pursuant to Public Resources Code Section 21065, approving a professional services agreement does not qualify as a "project" within the meaning ofthe California Environmental Quality Act (CEQA) in that it has no potential to cause either a direct physical change in the environment, or a reasonably foreseeable indirect physical change in the environment, and therefore does not require environmental review. EXHIBITS: 1. Resolution No. 1501 approving a Professional Engineering Services Agreement with Infrastructure Engineering Corporation for Recycled Water Phase III Pipeline Expansion Segments lA and 7 located within the Palomar Airport Area and the Calavera Hills Area, Project No. 5208. 2. Location Map 3. Professional Engineering Services Agreement with Infrastructure Engineering Corporation for Recycled Water Phase III Pipeline Expansion Segments lA and 7 located within the Palomar Airport Area and the Calavera Hills Area, Project No. 5208. 5 6 7 8 9 10 15 16 17 18 22 23 24 27 28 RESOLUTION NO. 1501 2 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD 3 MUNICIPAL WATER DISTRICT (CMWD), APPROVING A PROFESSIONAL SERVICES AGREEMENT WITH INFRASTRUCTURE 4 ENGINEERING CORPORATION FOR THE RECYCLED WATER PHASE III PIPELINE EXPANSION SEGMENT lA AND 7, LOCATED IN THE PALOMAR AIRPORT AREA AND CALAVERA HILLS AREA, PROJECT NO. 5208 WHEREAS, the Board of Directors of the Carlsbad Municipal Water District, California has determined it necessary, desirable, and in the public interest to install approximately 4,100 linear feet of 8-inch diameter, 7,200 linear feet of 6-inch diameter, and 3,200 linear feet of 4- j J inch diameter polyvinyl chloride (PVC) pipeline and 67 recycled water services.; and 12 WHEREAS, staff completed a Feasibility Study describing the recommended facilities for 13 the Recycled Water Phase III Program which includes Recycled Water Pipeline Expansion 14 Segments lA and 7; and WHEREAS, to obtain professional engineering services for Preliminary Design, preparation of plans and specifications, bidding assistance, and construction support services for the Recycled Pipeline Expansion Segments lA and 7, staff solicited proposals from four 19 qualified engineering firms consistent with Carlsbad Municipal Code Section 3.28.060; and WHEREAS, subsequent to a review of the proposals, staff recommends Infrastructure 21 " Engineering Corporation as the consultant providing the best value forthe project; and WHEREAS, the Board has determined it is necessary and in the public interest to enter into an agreement with Infrastructure Engineering Corporation to provide preliminary and final 25 design, and construction support services for the Recycled Water Phase III Pipeline Expansion 26 Segments lA and 7, Project No. 5208; and 4 9 10 11 12 16 17 18 19 20 21 26 27 28 WHEREAS, staff and Infrastructure Engineering Corporation have negotiated fees in the sum of $225,800 to provide design services as described in this professional engineering services agreement; and WHEREAS, the appropriation from the Recycled Water Fund, are sufficient for the 1 2 3 4 5 g professional engineering services agreement. 7 NOW, THEREFORE, BE IT RESOLVED by the Carlsbad Municipal Water District Board of 8 Directors of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct and incorporated herein. 2. That the President of the Board is hereby authorized and directed to execute the Professional Services Agreement with Infrastructure Engineering Corporation to provide j3 professional engineering services for the Recycled Water Phase III Pipeline Expansion Segments 14 lA and 7, Project No. 5208 15 // // // // // // 22 // 23 // 24 // 25 // // 5 1 2 3 4 5 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 PASSED, APPROVED AND ADOPTED at a Special Meeting ofthe Board of Directors ofthe Carlsbad Municipal Water District of the City of Carlsbad on the 23'"^ day of September, 2014, by the following vote to wit: AYES: Board Members Hall, Packard, Wood, Schumacher, Blackburn. NOES: None. ABSENT: None. MATT HALL, President ATTEST: BARBARA ENGLESONfSecretary LOCATION MAP LEGEND SEGMENT 1A SEGMENT! PROJECTAREA SEGMENT 1A PROJECT NAME PROPOSITION 84 IRWM, ROUND 3 GRANT PHASE III RECYCLED WATER - SEGMENTS 1A&7 PROJECT NUMBER 5208 EXHIBIT PLOTTED BY: SCOTT EVANS PLOT DATE:5/27/U PATH:D: \U7IUVES DEPARTUENT\LOCATION MAPS\5208JiECYCLED WATER.DVtG UTIL1125 AGREEMENT FOR PROFESSIONAL ENGINEERING DESIGN SERVICES FOR PHASE III RECYCLED WATER PIPELINE EXPANSION INFRASTRUCTURE ENGINEERING CORPORATION ^ THIS AGREEMENT is made and entered into as of the day of vlle .pl^r>^bgxr • 2014, 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, ("CMWD"), and INFRASTRUCTURE ENGINEERING CORPORATION, a California corporation, ("Contractor"). RECITALS A. CMWD requires the professional services of a professional engineer that is experienced in recycled water pipeline design. B. Contractor has the necessary experience in providing professional services and advice related to recycled water pipeline design. 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 one (1) year from the date first above written. The Executive Manager may amend the Agreement to extend it for one (1) additional year. 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 not to exceed payable for the Services to be performed during the initial Agreement term will be two hundred twenty five thousand eight hundred dollars ($225,800). 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 5/3/13 UTIL1125 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. 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 CMWD and the City of Carlsbad, their officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney's fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct ofthe 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 CMWD or the City of Carlsbad incurs or makes to or on behalf of an injured employee under the their 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 ofthis 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-iVII", OR with a surplus General Counsel Approved Version 5/3/13 UTIL1125 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 Coveraaes 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 earned 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. Ifthe 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. M orttractoi I I If box is checked. Professional Liability CMWD's Initials Corttractor'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 5/3/13 UTIL1125 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. 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 Name Title David Ahles, P.E. Sr. Engineer Address Carlsbad Municipal Water District 1635 Faraday Ave. Carisbad, CA 92008 For Contractor Name Andres Egense, P.E. Title Address Sr. Project Manager 14271 Danielson St. Poway, CA 92064 Phone 760-602-2748 Phone E-mail 858-413-2400 aegense@iecorporation.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 5/3/13 UTIL1125 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 othenwise 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 fonvarded 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. Ifthe 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 ofthe 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 ofthe percentage of wori< 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 General Counsel Approved Version 5/3/13 UTIL1125 payable underthis 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 wan-anty, CMWD will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or othenrt/ise recover, the full amount ofthe 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 ofthe 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 persori knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance ofthe false information or in reckless disregard ofthe 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 5/3/13 UTIL1125 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 INFRASTRUCTURE ENGINEERING CORPOF?ATION, a California corporation By: (sign here) (print name/title)^! 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 of Carisbad By: President ATTEST: BARBARA ENGLESON Secretary 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: CELIA A. BREWEI^, General Cpunsel By: General Counsel Approved Version 5/3/13 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 State of California Gounty of SAU h\^C.f) Qn 'SEPT. l(o ^C/V beforeme. Date personally appeared /^AA/cy/y. g/^/fz/.C/.r n/omKy fi/^J/r. ' Here Insert Name ana Title of the Officer Name(s) of Signer(s) Commiision # 20702S5 Notary Public - CaMomia 1 1 x^^^ County ^ 4 My Comm. Expires Jun 2. 2018J Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ace subscribed to the within instrument and acknowledged to me that he/cho/thoy executed the same in his/hor/thcir authorized capacity(ies), and that by his/her/thejr signature(s) on the instrument the person(^, or the entity upon behalf of which the person(s)^ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m^ hand and official seal. Signature: OPTIONAL mv nana ana otticial seal. ^ ^ S'igfm.ure of Notary Public Though this section is optional, completing this information can deter alteration of the documgwror fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Other Than Named Abo Documei Capacity(ies) Claimed by Signer(s) Signer's Name: • Corporate Officer — Title(s) • Partner — • Limited • General • Individual • Attorney in • Trustee • Guard\^iy6r Conservator • Other: • Corporate Officer — Title(s): • Partner — • Umited • General • Individual • Attorney in Fact • Trustee • Guardian or Conservator • Other: 013 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 State of California County of before me. Daie personally appeared -} 'Here Insert Name and Title of the Offlcer Name(s) of Signer(s) NANCY M.CAraJSLE Comminion # 20702^ Nolary PubNc-CaWornia San Oiego County g Mjr Comm Expires Jun 2 2018 C Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s)- whose name(s) is/af=e subscribed to the within instrument and acknowledged to me that +te/she/tb«y executed the same in l^46/her/#»etr authorized capacity(i©e), and that by Ws/her/th©ir signature(^ on the instrument the person(s), or the entity upon behalf of which the person(4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m^and and official seal. Signature: OPTIONAL ll seal. Signore of Notary Public Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Other Than Named Above: Document D Capacity(ies) Claimed by Signer(s) Signer's Name: • Corporate Officer — Title(s): • Partner — • Limited • General • Individual • Attorney in F • Trustee • Guardiarverf^Conservator • Other: Signer Is Repr^enting • Corporate Officer — Title(s): • Partner — • Limited • General • Individual • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: © 2013 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CARLSBAD <^»^ CITY OF Utilities Department www.carlsbadca.gov EXHiUT''A" SCOPE OF SERVICES The professional engineering services will consist of the following scope of services for design of the Phase III Recycled Water Project - Pipeline Expansion Segments lA & 7, Project No. 5208. Pipeline Expansion Segment lA Pipeline Expansion Segment lA consists of approximately 2,400 LF of 8-inch, 4,700 LF of 6-Inch and 2,500 LF of 4-Inch PVC C-900 pipelines and 56 service laterals to service the 384 HGL Recycled Water Zone. Pipeline Expansion Segment 7 Pipeline Expansion Segment 7 consists of approximately 1,700 LF of 8-inch, 2,500 LF of 6-inch and 700 LF of 4-Inch PVC C-900 pipelines and 11 sen/lce laterals to service the 580 HGL Recycled Water Zone. Services Provided bv CQNSULTAi^ CONSULTANTS services shall include preparation of plans, reports, estimates, and technical specifications necessary to complete engineering design ofthe Project as defined herein. CONSULTANT shall prepare final plans, technical specifications, and estimates, (PS&E) fbr construction of the Project. All deliverables shall be in English units. The plans, designs, specifications, estimates, calculations, reports, and other documents fumished under this Scope of Services shall be a product of neat appearance, well organized, technically and grammatically correct, checked, and having the maker and checker identified. The minimum standard of appearance, organization, and content of the plans, estimates, calculations, reports, and other documents shall conform to applicable CMWD and City ofCarlsbad standards and manuals, except where noted herein. Ciy^WD shall approve all changes to the Scope of Services. Changes to the Scope of Services will not be made without prior written approval from CMWD. CONSULTANT will not be compensated for services provided prior to approval of a change to the Scope of Services. The CMWD will not reimburse any services provided by CONSULTANT that are not covered by the Scope of Services. The following is an itemized breakdown of the professional and technical engineering services required for preparation ofthe plans, specifications, and estimates for the Project. Task 1 - Praject Management 1.1 CONSULTANT will manage this project with responsibility for the execution of the overall work effort. CONSULTANT will provide project management and administration including attending meetings, quality control/quality assurance, utility and subconsulting coordination, scheduling, budgeting, progress reporting, and invoicing. 1.2 CONSULTANTS Project Manager will monitor and direct woric activities on this project in accordance with the contracted work scope and schedule. Regular project team meetings will be held in at least monthly intervals to review work in progress. SCOPE OF SERVICES-PHASE III RECYCLED WATER PROJECT - PIPELINE EXPANSION SEGMENTS lA & 7, Page 2 1.3 Meetings - The Project "Kick-OfT Meeting will be held within a week of Notice to Proceed. This meeting should include representatives from, but not be limited to. City of Carisbad Utilities Department, CONSULTANT, and subconsultants. The primary objective is to establish project protocol, finalize the project schedule, and identify key technical issues. Attend progress meetings following each submittal to discuss review comments (included under Tasks 5 and 6 below). CONSULTANT shall provide agenda and meeting minutes. 1.4 CONSULTANT shall maintain close contact between the Project Manager, Utilities Department - Engineering Division, and subconsultant personnel. All team members will be involved in development of the project schedule in order to assure proper coordination of all the required tasks. 1.5 CONSULTANT shall prepare monthly billing, update project schedule and progress reports, which shall be submitted to the Utilities Department. The progress reports will discuss the progress schedule status and key technical issues. They will also include a discusston of issues requiring actions or decisions, which may impact, project deliverables. 1.6 Regular communications will be facilitated through the Project Manager. CONSULTANT'S staff and other team members will be available to meet with Utilities Department personnel to discuss technical or administrative issues to keep the project on track. 1.7 Project management will include a Quality Control/Quality Assurance Program to review the final preparation of the plans, specifications, and estimate. Task 2 - Field Reconnaissance, Data Collection, and Utility Search 2.1 CONSULTANT shall perform a reconnaissance survey to become familiar with the alignment corridor, develop a photographic inventory, and identify difficult construction areas. CONSULTANT shall obtain and review all available reports, right-of-way maps, drawings, and standard specifications from CMWD, the City of Carisbad, and from other local agencies. 2.2 CONSULTANT shall collect and review utility maps and easement information regarding abandoned, existing, and proposed utilities corresponding to the proposed pipeline alignment. It is anticipated that the pipeline alignment will be in paved roadways of public streets and in existing 30-foot wide easement through private property and private streets. Utility maps shall be reviewed to determine potential conflicts with the proposed pipeline. A utility search and conflict resolutions shall be coordinated with the following agencies including, but not limited to: a. San Diego Gas & Electric b. Pacific Bell c. Cable television companies d. Other local utilities CMWD will pay any charges by the utility agencies and entity associated with provided utility maps for the purpose of locating utilities for design ofthe Project. 2.3 CONSULTANT shall arrange with utility owners mark-outs and potholing of existing utilities at up to ten (10) locations in areas of proposed pipeline alignment confiict. CONSULTANT shall locate facilities to determine their physical size (if possible), horizontal location and alignment (if possible) and vertical elevation at the pothole locations. Vacuum extraction technology will be utilized for the verification of existing utilities, and these services will include trafflc control and pavement replacement using Perma-Patch. SCOPE OF SERVICES-PHASE III RECYCLED WATER PROJECT - PIPELINE EXPANSION SEGMENTS lA & 7, Pages 2.4 Following mari(Outs and potholing of the existing utilities, CONSULTANT will field survey PKs set by the potholer, reference points to pothole locations, and provide coordinate and elevation data for each. This information will be presented on the construction drawings. CONSULTANT will advise Utilities Department if additional potholing beyond the allowance is recommended. Based on the utility information provided by the respective agencies and the potholing information, CONSULTANT shall identify and plot on all pertinent drawings the locations of all above and below ground utilities and facilities that are along the pipeline alignment and provide recommendations to remedy confiicts. Task 3 - Surveying, and Mapping 3.1 CONSULTANT shall field verify existing survey control points and benchmarks within and adjacent to the project limits, and set an adequate number of control points for construction staking control. CONSULTANT will research County of San Diego and City of Carlsbad control data survey control points and benchmarks within and adjacent to the project. CONSULTANT will set aerial panels as needed to produce mapping to National Map Accuracy standards and will tie them to the project control. 3.2 CONSULTANT shall develop topographic survey by photogrammetric methods for the pipeline alignment. The mapping will include 1-foot contour intervals at 1-inch = 40-feet scale and labeled Califomia Coordinate System grid ticks. The survey will be provided in digital format with 3- dimensional elevation contours for AutoCAD software format. Mapping will extend 10 feet beyond right-of-way line on each side of streets within the pipeline corridor. Photo coverage will be a minimum of 10 feet beyond right-of-way line on each side of streets within the pipeline corridor. CONSULTANT shall field check aerial survey data and shall survey invert elevations of culverts and drain pipes and elevation of top of water valve operating nuts within the mapped area. 3.3 CONSULTANT shall review City, County, and SDG&E right-of-way maps, records, to verify existing rights-of-way along the pipeline corridor. Determine additional permanent and temporary right- of-way requirements for proper construction, operation, and maintenance of the pipeline and appurtenances. CMWD will provide GIS files with parcel lines (in mxd format, for reference information only) to be shown on the plans and billing address data to be shown in Recycled Water Services data tables. CONSULTANT will superimpose the existing parcel lines along the pipeline corridors on the topographic mapping. Existing rights-of-way will be mapped from street improvement plans and mapped locations of right-of-way centeriine monuments. No survey ties or right-of-way analysis are included in this task. Task 4 - Geotechnical investigation 4.1 CONSULTANT shall prepare a separate geotechnical investigation to assist in the design and construction of the proposed pipeline and appurtenant facilities. The investigation shall include review of available information (consisting of available geotechnical reports, geological maps, and stereoscopic aerial photographs), geotechnical field reconnaissance, site visit to mark boring locations and meet with Underground Service Alert for utility clearance, acquisition of permits necessary for the boring work, traffic control for soils borings, soils borings, laboratory testing, and preparation of a geotechnical report. The report shall bear a State of California Certified Engineering Geologist or Registered Professional Engineer seal with the signature, license number, and registration certiflcate expiration date of the geologist or engineer responsible for the preparation of the report presenting the results of the investigation. SCOPE OF SERVICES-PHASE III RECYCLED WAHER PROJECT - PIPEUNE EXPANSION SEGMENTS lA & 7, Page 4 4.2 CONSULTANT shall conduct soil borings, perform laboratory tests, and analyze test data. The field exploration program will consist of drilling, logging, and sampling exploratory test borings with a truck mounted drill rig along the proposed pipeline alignment. Proposed boring locations will be reviewed with Utilities Department prior to drilling. Borings shall be drilled to a depth of 15 feet below the existing ground surface (or refusal) at a total of ten (10) locations along the pipeline alignments. At two of the locations, the depth of the boring shall be extended to approximately 20 feet below ground (or refusal). The borings will be patched using Perma-Patch. Bulk and in- place samples of the encountered soils will be collected and transported to the laboratory for testing. Geotechnical laboratory testing shall be performed on selected samples and will consist of in-situ moisture content and dry density, grain size analyses, Atterberg limits, shear strength, and corrosivity. In the event the existence of hydrocarbons is discovered by CONSULTANT during drilling; CONSULTANT shall immediately notify the Utilities Department and seal the hole. Environmental sampling and testing of the subsurface soils is not part of this work. 4.3 The geotechnical report will address geotechnical aspects of the alignment as related to pipeline design. Design recommendations for bearing capacity, soil modulus "E"', pipe fiexibillty, backfill and compaction requirements, pipe bedding, thrust blocks, pavement replacement will be made and included in the geotechnical report. Site conditions, earth materials, soil properties, slope stability, trenching, shoring, groundwater, excavation difficulty, liquefaction potential, anticipated corrosion potential of on-site soils, and seismology will be described and discussed. 4.4 CONSULTANT shall obtain all required permits and perform required traffic control for the purposes of geotechnical investigation drilling on the basis that the costs for permits and traffic control will not exceed $1,000. The CONSULTANT may assume that the alignment is accessible for its personnel and truck mounted drilling equipment and that site access will be granted. Task 5 - Preliminary Design Submittal 5.1 CONSULTANT shall prepare a preliminary design report forthe Project. The report shall include: a cost estimate; the basis of pipeline design - pressure, surge, external loading; recommendations for pipe selection; corrosion control; a discussion of the pipeline horizontal alignment; and basis for other key design features. The report will include a conceptual-level description of traffic control requirements with identification of areas where pipeline construction may severely restrict access and how many traffic lanes can be kept open for the proposed horizontal pipeline alignment within a street. The report shall discuss jurisdiction of relevant govemment agencies and permits that will be required for the project. The CMWD will provide to the CONSULTANT the required pipeline diameters and system pressure requirements (operating and surge). No system hydraulic modeling or surge analyses are included in the scope of services. The design of any onsite retrofit work is not included in this scope of service. As part of the Preliminary Design Submittal, 50% drawings that include the proposed horizontal alignment for the pipelines, existing utilities, topography, and proposed easements, and right-of- way demarcation shall be submitted. The preliminary design report will be issued only once, with comments generated by Utilities Department being incorporated into the subsequent design submittals. Five (5) copies ofthe Preliminary Design Submittal, including preliminary design report and half-size 50 percent drawings, will be submitted to Utilities Department. Two (2) sets of full size drawings will also be submitted. 5.2 Following receipt of comments from the Utilities Department on the Preliminary Design Submittal and 50% drawings, a review workshop will be held with CMWD. Meeting attendees will include the CMWD reviewers and the CONSULTANT design team members. During the workshop, the CMWD comments will be reviewed and discussed with the goal of reaching concunrence on SCOPE OF SERVICES-PHASE III RECYCLED WATER PROJECT - PIPEUNE EXPANSION SEGMENTS lA & 7 Page 5 mutually agreeable items. For any items that require further research, CONSULTANT will provide a written response and recommendation within two weeks. Task 6 • Construction Drawings 6.1 CONSULTANT shall prepare and deliver to Utilities Department the Project construction drawings All cover sheets, sheet index, general notes, layout, profiles, construction details, and other related sheets shall be provided on CMWD standard "full size" sheets. CONSULTANT shall prepare plans at 1 inch = 40 feet horizontal scale and 1 inch = 4 feet vertical scale. California Coordinate System grid ticks shall be located on the plans and labeled. CONSULTANT shall provide a benchmark description and basis of bearing for the project control sun/ey, which will be shown on the construction drawings. CONSULTANT shall sign and stamp all construction drawings The construction drawings will be provided in digital fonnat for AutoCAD software with layers to follow CMWD standard layers format and City of Carlsbad GIS Standards. Pipeline plan and profile drawings will be prepared using AutoCAD with SoftDesk COGO, DTM, and Design Modules as needed for design. The overall project will be prepared as one bid package using a conventional design-bid-build delivery method with each Pipeline Segment defined by its own bid schedule The need for relocation of other utilities is unknown and therefore the agency coordination and design efforts are not included in this scope of services. If such services are required, these services can be added upon mutual written agreement. 6.2 CONSULTANT shall deliver submittal and review plan packages to the CMWD. The number of sets of each plan will be five (5) half size and two (2) full size. CMWD will review the plans after each submittal and transmit review comments to the CONSULTANT CONSULTANT shall deliver the following plan packages to the CMWD: a. 100% PS&E: Construction drawings will be submitted at the 100% complete level that incorporates comments fi-om the Preliminary Design Report and 50% Drawings Digital drawing format will be checked for compatibility with City of Carlsbad GIS Standards. • Submittal of 100% Design Submittal. b. Final PS&E: Construction drawings will be submitted at the final PS&E completion level that incorporates comments from the 100% Design Submittal. CONSULTANT shall fumish CMWD with approved drawings for advertising. Including one (1) full size set of plan sheets on mylar along with the CADD drawing files used to generate plots and electronic files (Microsoft Word) ofthe specifications. • Submittal of Final Design Submittal. The above submittals is based on two week review time by CMWD and continuation ofwork by CONSULTANT during review periods. 6.3 In addition to the plans and specifications, CONSULTANT shall include with the 100% design submittal a technical memorandum that will address any changes to the design since the subsequent submittal, will update the construction cost estimate as necessary, and will include calculations completed to date. The design submittal TM will bring to the attention of CMWD any specific issues requiring special attention. 6.4 Following receipt of comments from the Utilities Department on the 100% Design Submittal a review workshop will be held with CMWD. Meeting attendees will include the CMWD reviewers SCOPE OF SERVICES-PHASE III RECYCLED WATER PROJECT - PIPEUNE EXPANSION SEGMENTS lA & 7 Page 6 ' and the CONSULTANT design team members. During the workshop, the CMWD comments will be reviewed and discussed with the goal of reaching concurrence on mutually agreeable items For any items that require further research, CONSULTANT will provide a written response and recommendation within two weeks. 6.5 Construction drawings shall include adequate details for pipeline connections to existing pipelines, including valving as appropriate. 6.6 Construction drawings shall include the Mitigation Measures required by CMWD's adopted MND EIA 12-02 on the sheet which includes CMWD's Standard Construction Notes. The Mitigation Measures shall be provided to CONSULTANT by the CMWD. 6.7 The overall project is expected to require the preparation of a Tier 2 Construction Storm Water Pollution Prevention Plan (SWPPP) in accordance with the requirements of the City of Carisbad Engineering Design Standards, Volume 4, Chapter 3 (Construction SWPPP Requirements) CONSULTANT will prepare a Tier 2 SWPPP for submittal to the CMWD as part of the 100% and Final design milestones that Includes: • Storm water pollution plan drawings meeting the requirements of the Tier 2 Construction SWPPP Plan Checklist • Stomi Water Compliance Form • Construction SWPPP Site Assessment Form Task 7 - Trafflc Control and Signal Plans 7.1 The construction contractor will be required to prepare any required traffic control plans using the City of Carlsbad requirements. CONSULTANT shall verify basic requirements with City of Carisbad for inclusion in the project specifications. The basic standard used for traffic control design will be the latest edition of the Caltrans Manual of Traffic Controls In Construction and Maintenance Work Zones. For those areas not addressed by the Caltrans Manual, the following standards will be referenced: San Diego's Regional Standard Drawings, City of Carisbad Policies and the latest edition of the Manual on Uniform Traffic Control Devices. 7.2 CONSULTANT shall coordinate with emergency services and will include a note on the plans that traffic control shall maintain reasonable access to private and commercial driveways and shall consider pedestrians and bicyclists, especially for routes to schools. Task 8 - Spedfications 8.1 CONSULTANT shall prepare contract technical specifications (Divisions 1 through 16) to supplement the CMWD Standard Specifications. The complete package will include Notice inviting Bids, bid proposal, contract agreement, insurance, bid schedules, the detailed technical specifications, bond fomis, CMWD's general provisions, special provisions, and reference to standard specifications. CMWD will provide CONSULTANT the front end documents and the general provisions for red-line markup. Four (4) sets of technical specifications shall be provided to CMWD for review at the 100% submittal. The CONSULTANT shall provide a description ofthe work for each bid item developed by the CONSULTANT in the bid sheet. The descriptions may be included in the General Provisions. 8.2 CONSULTANT shall include provisions in the Notice Inviting Bids and bid proposal to include State of California Water Resource Control Board Recycled Water Funding (SRF) Loan Boilerplate and minority outreach requirements. CMWD will provide to the CONSULTANT the specifications from SCOPE OF SERVICES-PHASE III RECYCLED WATER PROJECT - PIPEUNE EXPANSION SEGMENTS lA & 7 Page 7 ' the State of California Water Resources Control Board Recycled Water Funding Loan that are to be included in the construction documents. 8.3 CONSULTANT shall include provisions in the Notice Inviting Bids and bid proposal to include State of California Water Department Water Resources, Prop 84 requirements regarding labor compliance. CMWD will provide to the CONSULTANT the specifications from the State of California Department of Water Resources Proposition 84 that are to be included in the construction documents. 8.4 CONSULTANT shall include provisions in the specifications to provide erosion control per Task 7 7 above. Task 9 - Project Cost Estimate 9.1 CONSULTANT shall prepare a detailed construction cost estimate that represents the best estimate of the fair and reasonable price expected for each of the items of work to be performed as ofthe mid-point of construction. The preliminary design report construction cost estimate will be updated at each subsequent design submittal for design changes and advancements and will be included in the design submittal report. Proiect Schedule Assuming a notice to proceed is issued to the CONSULTANT on September 9,2014, delivery of final design submittal is estimated to be January 9, 2015. This schedule assumes no delays In obtaining permits and executing field work (e.g. due to weather or other circumstances beyond CONSULTANT'S control) assumes timely responses for infomiation and meeting coordination with CMWD, and allows for 2-week review periods by CMWD. A detailed schedule for intermediate submittals will be submitted to CMWD bv CONSULTANT at the kick-off meeting. S«flin»nt1A Feasibility Study Phase III Recycled Water Figure 4.2 June 2012 TIBURON Feasibility Study Phase III Recycled Water Figure 4.6 June 2012 CITYOFCARLSBAD HOURLY CHARGE RATE AND EXPENSE REIMBURSEMENT SCHEDULE For INFRASTRUaURE ENGINEERING CORPORATION Professional Engineering intern/Technician $ 75 CADD Designer I/Engineer I $ 115 Graphic Designer $iis CADD Designer ll/Engineer II $ 120 CADD Designer Ill/Engineer III $ 130 Designer/Project Engineer $ 140 Senior Project Engineer $165 Senior Project Engineer Planning & IS. $ 190 Project Manager $190 Senior Project Manager $200 Principal $205 Principal Planning & IS $ 215 Surveying Principal Surveyor $ 155 Project Surveyor $ 140 Field - 2 Man Crew $ 195 Office-Survey Drafting $ 130 Administrative Administrative Clerk $ 70 Word Processor/Admin Support $ 80 Environmental Intern/Technician $ 70 Env Specialist I/Project Coord I $ 100 Technical Editor $ 95 Lead Technical Editor $115 Graphic Artist $115 Env Specialist ll/Project Coord II $ 110 Env Specialist Ill/Project Coord III $ 120 Project Manager I $ 130 Project Manager II $ 140 Senior Technical Staff. $ 170 Senior Project Manager $ 195 Principal $200 Construction * Construction Inspector $ 115 Senior construction Inspector $ 130 Resident Engineer $ 145 Construction Manager $ 170 Sr. Construction Manager $ 185 CM Coordinator $ 100 Asst CM Coordinator $ 80 Sub-consultants will be billed at cost plus 10% unless specified othenwise in the agreement. Reimbursable Costs Reproduction, special photography, postage, delivery services, express mail, printing, travel, parking, and any other specialty services perfonmed by subcontractor will be billed at cost plus 15%. Mileage will be billed at the current IRS allowed rate. • Field personnel rates are inclusive of vehicle, mileage, phone, computer, etc. Inspection rates shown are for prevailing wage projects. Inspection rates for non-prevailing wage contracts are $15 dollars an hour less than the listed rate. Inspection rates for overtime are $30 dollars an hour more than the listed rate.