Loading...
HomeMy WebLinkAboutC-2704 - Professional Services for Design of Water a Meter Water Interconnection Between the Santa Ana Heights Water Company and the City of Newport BeachGONTftAG7 216+ Q" rLEAXOWbWAL _. AGREEMENT PROFESSIONAL SERVICES FOR DESIGN OF A METERED WATER INTERCONNECTION BETWEEN THE SANTA ANA HEIGHTS WATER COMPANY AND THE CITY OF NEWPORT BEACH THIS AGREEMENT is made and entered into this 1-1-r*A day of June 1988, by and between the City of Newport Beach, a municipal Corporation, hereinafter referred to as "CITY ", and The Keith Companies, a California Corporation, hereinafter referred to as "CONSULTANT ". WITNESSETH: WHEREAS, the "Santa Ana Heights Water Company ", hereinafter known as "COMPANY ", requires supplemental water supply capacity for emergency flow and fire protection purposes, and; WHEREAS, the "COMPANY" has requested the "CITY" to participate in a joint project to design and construct a metered emergency water interconnection of a certain capacity, hereinafter referred to as "PROJECT ", and; WHEREAS, "CITY" desires to participate in such a mutually beneficial project, and; WHEREAS, "CITY'S" local water facilities are sufficiently sized for providing such emergency flow capacities, and; WHEREAS, a cooperative agreement between "COMPANY" and "CITY" has been executed, and; WHEREAS, "CITY" has requested a proposal for preparation of a design for said 'PROJECT ", and; WHEREAS, "CONSULTANT" has submitted a proposal for costs and services as outlined herein below; and WHEREAS, "CITY" desires to accept said proposal; 1 • 6 NOW THERFORE, in consideration of the foregoing, it is mutually agreed and understood that: I. GENERAL A. "CITY" engages "CONSULTANT" to perform the described services for the consideration hereinafter stated. B. "CONSULTANT" agrees to perform the described services in accordance with the terms and conditions hereinafter set forth. C. "CONSULTANT" agrees that all services required hereunder shall be performed under his direct supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under State and local law to perform such services. "CONSULTANT" shall not sublet, transfer or assign any work except as otherwise provided for herein or as authorized in advance by the "CITY ". II. SERVICES TO BE PERFORMED BY CONSULTANT "CONSULTANT" shall provide the following listed professional services to "CITY ". A detailed explanation for said services is contained and enumerated in the "CONSULTANT's" proposal dated April 28, 1988, and the supplement to same dated May 18, 1988, which is attached hereto as Exhibit "A" and incorporated herein bt this reference. A. The consultant shall provide design services for said "PROJECT ". The design services shall include the preparation of detailed plans, specifications, bid documents, fabrication drawings, material take -offs, quantity estimates and an overall cost estimate and project schedule. B. "CONSULTANT" shall provide drawings and design specifications in accord with the requirements of the City of Newport Beach Standard Specifications and Standard Drawings, which incorporate the "green book" specifications titled, "Standard Specifications for Public Works Construction ", latest revision. All specifications and drawings shall be subject to final review and acceptance by the Newport Beach Utilities Department Project Manager. These documents shall be in a bound, protective cover. C. "CONSULTANT" shall also be responsible for preparation of all structural, civil, grading, electrical, mechanical and operational plans (prepared with ink on City format, "D- sized" mylar sheets) and specifications. 2 • D. "CONSULTANT' shall prepare accurate "as- built' drawings once the 'PROJECT' construction has been completed. If, during the course of construction, changes or modifications to the plans and /or specifications are necessary, the "CONSULTANT' shall modify the 'PROJECT' plans and /or prepare addenda to the specifications, if such changes or addenda are deemed necessary by "CITY ". E. "CONSULTANT' shall be responsible for the inclusion of appropriate appurtenant project activities into the design tasks, drawings and specifications. City of Newport Beach standards call for certain specific items to be included in the 'PROJECT'. The following "Design Checklist' is intended as a guide in the accurate preparation of the design. "CONSULTANT" shall provide the items as follows: 1. All 'PROJECT' surveying, field layout and staking. 2. Detail design of turnout piping, metering and appurtenant fittings as outlined by "CITY" in the preliminary design layout. 3. Detail design of the reinforced concrete vault structure including: a. Detailed structural design and construction drawing preparation showing steel reinforcement, fabrication drawings, etc. b. Electrical and mechanical equipment design, including power, circuit breakers, vault lighting, ventilation ducting, blower equipment, sump pump and discharge piping. C. Vault access design, including hatches, manways, doors, ladders and railings with detailed fabrication drawings. d. Design considerations for landscaping and site aesthetics. F. "CONSULTANT' shall monitor the construction progress once it is underway, and shall provide guidance and direction to "CITY ", "COMPANY" or their contractor, with respect to the contractor's general conformance to the plans and specifications. (This does not mean the consultant will be responsible for project construction inspection, but will instead be expected to provide some monitoring and where appropriate, make field recommendations.) 3 III. DUTIES OF THE CITY In order to assist the "CONSULTANT" in the execution of his responsibilities under this Agreement, "CITY" agrees to provide the following: A. Any background information, reports, "as- built" drawings and /or improvement and utility plans as may be available or are in existence, which may be germane to the proper preparation and completion of the plans and specifications for the 'PROJECT ". B. Assist as liaison between "COMPANY" and "CONSULTANT" for any matters as are appurtenant to the "Cooperative Agreement" by and between "CITY" and "COMPANY ", or as a consequence of any of the actions of "CONSULTANT" to accomplish the requirements of this "Professional Services Agreement ". C. "CITY" shall prepare a preliminary piping, fitting and site layout for the "CONSULTANT" to use in the preparation of the detailed plans and specifications. D. "CITY" shall perform all of the necessary hydraulic design calculations for sizing and connection operation. E. "CITY" shall be responsible to apply for and obtain any required permits from other governing agencies requiring same for completion of the 'PROJECT ". IV. TIME OF COMPLETION "CITY" acknowledges that "CONSULTANT" commenced work on a written authority under a 'Notice to Proceed" as of June 2, 1988. Work as required herein shall be completed within ninety (90) calendar days from that date of notice. V. OWNERSHIP OF DOCUMENTS Original drawings, reports, notes, maps and other documents relating to the plans shall become the exclusive property of "CITY" and may be reproduced as deemed necessary by "CITY" or its duly authorized representative. No report, drawing, map, document or other data given to or prepared or assembled by "CONSULTANT" pursuant to this Agreement shall be made available to any individual or organization by "CONSULTANT' without prior written approval by "CITY ". 4 VI. RIGHT OF TERMINATION A. "CITY" reserves the right to terminate this Agreement at any time by giving "CONSULTANT" three (3) days' prior written notice. Notice shall be deemed served when delivered personally or upon deposit in the United States mail, postage prepaid, addressed to the "CONSULTANT's" business office at 200 Baker Street, Costa Mesa, California 92626. B. In the event of termination due to errors, omissions, or negligence of "CONSULTANT ", "CITY" shall be relieved of any obligation to compensate "CONSULTANT" for that portion of work affected by such errors, omissions, or negligence of "CONSULTANT ". If this Agreement is terminated for any other reason, "CITY" agrees to compensate "CONSULTANT" for the actual services performed up to the effective date of the "Notice of Termination ", on the basis of the fee schedule contained herein. VII. SUBCONTRACTORS AND ASSIGNMENT A. None of the services included in this Agreement shall be contracted or subcontracted without prior written approval of "CITY ". B. "CONSULTANT" shall not assign or transfer any interest in this Agreement, whether by assignment or novation, without the prior written consent of "CITY "; provided, however, that claims for money due or to become due "CONSULTANT" from "CITY" under this Agreement may be assigned to a bank, trust company or other financial institution, or to a trustee in bankruptcy, without such approval. Notice of any such assignment or transfer shall be promptly furnished to "CITY ". VIII. PAYMENT AND FEE SCHEDULE A. In consideration for the performance of the specified services, "CITY" hereby agrees to compensate "CONSULTANT" on an hourly basis as set forth herein below in the "FEE SCHEDULE ". In no event shall said amount be greater than the amount of twelve thousand dollars ($12,000.00) except as otherwise provided for herein. B. PAYMENT AND FEE SCHEDULE personnel hourly rates Project Manager ......................................... ............................... 71.00 Project Designer ............... ............................... .......................... 64.00 Draftsman................................................... ............................... 47.00 Clerical......................................................... ............................... 30.00 i C. The contract amount shall be paid to "CONSULTANT" in monthly partial payments based on the amount earned each month based on the actual hours of labor expended as determined by the Project Engineer for "CITY ". The sum of the monthly partial payments shall not exceed ninety percent (90 %) of the maximum fee as set forth in paragraph "A" herein above. The balance of the total amount earned shall be paid upon completion of the work specified herein. D. In addition "CITY" agrees to reimburse "CONSULTANT" for the actual cost of reproduction of copies of said plans and related documents, as well as filing fees, checking fees, and material costs authorized in advance by the Project Engineer for the "CITY" or his duly authorized representative where such costs have been advanced by "CONSULTANT ". IX. ADDITIONAL SERVICES No change in character, extent, or duration of the work to be performed by "CONSULTANT" shall be made without prior written approval from "CITY ". In consideration for performance of additional services authorized by "CITY" in writing, "CITY" hereby agrees to compensate "CONSULTANT" an amount based upon the hourly rate as submitted to the "CITY" in a FEE SCHEDULE, except that an increase in the total compensation exceeding one thousand two hundred dollars ($1,200.00) shall require that an amended Agreement for such additional services be executed by the "CONSULTANT" and "CITY ". X. RECORDS "CONSULTANT" shall maintain complete and accurate records with respect to costs, expenses, receipts and other such information required by "CITY" that relate to the performance of the services specified under this Agreement. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. "CONSULTANT" shall provide free access to the representatives of "CITY" or its designees at all proper times to such books and records, and gives "CITY" the right to examine and audit same, and to make transcripts therefrom as deemed necessary, and to allow inspection of all work, data, documents, proceedings and activities related to this Agreement. C: 0 9 M. INSURANCE A. On or before the date of execution of this Agreement, "CONSULTANT" shall furnish "CITY" with certificates showing the type, amount, class of operations covered, effective dates and dates of expiration of insurance policies. Such certificates which do not limit "CONSULTANT's" indemnification, shall also contain substantially the following statement: "The insurance covered by this certificate may not be cancelled or materially altered, except after ten (10) days' written notice has been received by "CITY 'M B. "CONSULTANT" shall maintain in force at all times during the performance of this Agreement, policies of insurance required by this Agreement; and said policies of insurance shall be secured from an insurance company assigned Policyholders' Rating of "B" (or higher) and Financial Size Category XV (or larger) in accordance with an industry -wide standard and shall be licensed to do business in the State of California. 1. An appropriate industry -wide insurance rating standard shall be deemed "BEST'S KEY RATING GUIDE ", latest edition. C. "CONSULTANT" shall maintain the following minimum coverages: Liability Insurance General liability coverage shall be provided in the following minimum limits: Category Bodily Injury Property Damage Amount $ 100,000 each person $ 100,000 each occurrence $ 250,000 aggregate $ 250,000 each occurrence $ 500,000 aggregate A combined single limit policy with aggregate limits in the amount of $1,000,000 will be considered equivalent to the required minimum limits. 7 i 0 D. Subrogation Waiver In the event of loss or claim of loss due to any of the perils for which it has agreed to provide insurance, "CONSULTANT' shall look solely to its insurance for recovery. "CONSULTANT' hereby grants to "CITY", on behalf of any insurer providing insurance to either "CONSULTANT" or "CITY" with respect to the services of "CONSULTANT', a waiver of any right of subrogation which any such insurer of said "CONSULTANT" may acquire against "CITY" by virtue of the payment of any loss under such insurance. E. Failure to Secure If "CONSULTANT" at any time during the term of this Agreement, should fail to secure or maintain the foregoing insurance, "CITY' shall be permitted to obtain such insurance in the "CONSULTANT'S" name or as an agent of "CONSULTANT' and shall be compensated by "CONSULTANT" for the costs of the insurance premiums at the maximum rate permitted by law computed from the date written notice is received that the premiums have been paid. F. Additional Insured "CITY ", its City Council, boards and commissions, officers, agents, servants and employees shall be named as an additional insured under all insurance policies required under this Agreement. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under this policy if not named as such additional insured; and an additional insured named herein shall not be liable for any premium or expense of any nature on this policy or any extension thereof. Any other insurance held by an additional insured shall not be required to contribute anything toward any loss or expense covered by the insurance provided by this policy. Proceeds from any such policy or policies shall be payable to "CITY" primarily, and to "CONSULTANT' secondarily, if necessary. XII. WAIVER A waiver by "CITY" of any breach of any term, covenant, or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained herein whether of the same or different character. N 0 XIII. COST OF LITIGATION If any legal action is necessary to enforce any provision hereof or for damages by reason of an alleged breach of any provisions of this Agreement, the prevailing party shall be entitled to receive from the losing party all costs and expenses in such amount as the court may adjudge to be reasonable costs of litigation. XIV. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereof. Any modification of this Agreement will be effective only by written execution signed by both "CITY" and "CONSULTANT ". XV. HOLD HARMLESS "CONSULTANT" shall indemnify and hold harmless, "CITY ", its City Council, boards and commissions, officers, agents, servants, and employees from and against any and all loss, damages, liability, claims, suits, costs and expenses, whatsoever, including reasonable costs of litigation, regardless of the merit or outcome of any such claim or suit, arising from or in any manner connected to "CONSULTANT's er- rersrnegligent acts, LYrort oe p"� H' omissions, or work conducted pursuant to this Agreement /P-t y , eennerted to persons, firms or- earpoFatiens furnishing or hil 9 i 0 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the first date above written: APPROVED AS TO FORM: cftj� j Carol I orac e Assistant City Attorney Address and Telephone: CITY OF NEWPORT BEACH, a municipal corporation Robert L. Wynn City Manager The Keith Companies, Inc. a California corporation /� Arum Keith President "CONSULTANT" City of Newport Beach The Keith Companies, Inc. 3300 Newport Boulevard 200 Baker Street Post Office Box 1768 Santa Ana, California 92705 -5542 Newport Beach, California 92658 -8915 (714) 540 -0800 (714) 644 -3011 10 T H E K E I T H C O M P A N I E S Planning • Civil Engineering • Arcbitecture • Landscape Ambitecture • Land Sunvying • Constntction Management May 18, 1988 Mr. Jeff Staneart Deputy Utilities Director & Project Manager City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92658 -8915 Re: Santa Ana Heights Water Interconnection Supplement to Proposal Dear Mr. Staneart: In response to our meeting of May 12th, we have re- evaluated the proposed scope of work detailed in our Proposal to the City, dated April 28, 1988. As we now understand the nature of the project, the following are the proposed revisions to those tasks detailed in the original Proposal: 1. We will perform the services stated in the April 28th Proposal. 2. We will perform 28th Proposal telemetry design do not anticip; required since a considered. We package. the services stated in the April except that no electrical and details will be provided. Also we ite any structural design being pre -cast vault structure is being anticipate a four sheet plan set 3. We will perform the services stated in the April 28th Proposal. 4. We will perform the services stated in the April 28th Proposal. 5. We will perform the services stated in the April 28th Proposal. 6. We will perform the services stated in the April 28th Proposal. 200 Baker Street, Costa Mesa, California 92626 (714) 540.0800 Affiliated offices: Los Angeles County (805) 273 -9444 Riverside County (714) 653 -0234 San Diego County (619) 5350080 • nl • Mr. Jeff Staneart May 18, 1988 Page -2- 7. We will perform the services stated in the April 28th Proposal. 8. We will perform the services stated in the April 28th Proposal. 9. Reproduction services included will be limited to providing two sets of draft contract documents and specifications for City review. Diazo and photo on mylar work necessary to complete the project will be ordered through Orange County Blueprint and charged directly to the City. 10. We will perform the services stated in the April 28th Proposal. We have budgeted five hours each for the Project Manager and Project Designer to periodically view the progress of construction of the project. Also from our meeting, we understand the City intends to furnish to The Keith Companies the following information associated with the project: 1. All available improvement and utility plans related to the project. 2. Piping schematic drawings showing the necessary equipment needed within the vault and equipment sizes. 3. All necessary hydraulic design calculations associated with the interconnection's sizing and function. 4. Liaison for The Keith Companies to all other affected public agencies and utilities for permit applications and processing, if any. We propose to perform these revised tasks for an amount not to exceed $ 11,554 to be invoiced to the City on a time and materials basis monthly. We have included with this Proposal a revised printout of the breakdown of hours spent Mr. Jeff Staneart May 18, 1988 Page -3- on each task by each employee category. We hope this revised Proposal will allow the City to better evaluate our anticipated work effort on this project. We are looking forward to being of service to the City of Newport Beach and hope you will find this Proposal satisfactory. Yours very truly, THE KE H COMPANIES nn G. Harris D rector, Public Works Engineering KH /SDM Attachments 0 TASK COST REPORT THE KEITH COMPANIES 200 BAKER STREET COSTA MESA, CA 92626 E SANTA ANA HEIGHTS INTERCONNECT PA88 -111 Project Mgr:STEPHEN MAYVILLE run time > >14:13:11 as 05 -19 -1988 page 1 ACTIVITY / TASK D A T E START FINISH PERSONNEL -HOURS A B C D TOTAL HOURS COST LABOR IN DOLLARS OTHER DIRECT TOTALS Research Existing Site Data 06/01/88 06/08/88 2 3 0 0 5 334 0 334 Prepare Plan Package 06/01/88 06122188 9 37 80 5 131 6917 0 6917 Project Meetings w/ City 06/01/88 07/20188 6 2 0 0 8 554 0 554 Prepare Contract Docs. & Specs. 06 /29/88 07/13/88 2 16 0 0 18 1166 0 1166 Prepare Engineer's Estimate 07/06/88 07/20/88 1 4 0 0 5 327 0 327 Assistance During Bidding 07/20/88 08/10/88 2 4 0 0 6 398 0 398 Shop Drawing Review 07/20/88 08/10/88 1 4 0 0 5 327 0 327 Prepare "As-Built' Drawings 10/03/88 10/14/88 4 6 4 0 14 856 0 856 Construction Review 08 /24/88 09/30/88 5 5 0 0 10 675 0 675 * **# TOTALS +a*r 32 81 84 5 202 11554 0 11554 Resource code Average Rate A = PROJECT MANAGER 71.00 B = PROJECT DESIGNffR 64.00 C = DRAFTSMAN 47.00 D = CLERICAL 30.00 0 T H E K E I T H 0 C O M P A N I E S Planning • Civil Engineering • Architecture • LandscapeArcintecture • Land Surveying • Construction Alamgement April 28, 1988 Mr. Jeff Staneart Deputy Utilities Director & Project Manager City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92658 -8915 Re: Proposal - Santa Ana Heights Water Interconnection Dear Mr. Staneart: The Keith Companies is pleased to respond to your Request for Proposal for professional engineering services for the referenced project. The anticipated Scope of Services will consist of the following tasks: 1. Obtain related development, existing street, proposed utility, and grading plans and topography from the developer, Burnett - Ehline Company. 2. Prepare one set of plans required for construction of a pre -cast vault structure to house the proposed interconnection metering and flow regulation equipment, tentatively sized as an eight inch main line, installation of the necessary interconnection equipment and connecting piping, and miscellaneous piping required between the City's distribution main and the development's proposed distribution system. The plans will be prepared in the City's required format on "D- sized" mylar in ink, and will include the necessary structural, civil, mechanical, electrical, and telemetry details for the project. The drawings will include a plan and profile for the pipelines connecting to the vault structure with horizontal alignment data, the position of all known or proposed underground utilities and appropriate quantities. PA88111 200 Baker Street, Costa Mesa, California 92626 (714) 540.0800 Affiliated offices: Los Angeles Counry (805) 273 -9444 Rivmide County (714) 653 -0134 San Diego County (619) 5350080 0 5i-AA l 0 Mr. Jeff Staneart April 28, 1988 Page Two 3. Attend project coordination meetings, as requested, with the City staff. For purposes of the Proposal four meetings have been budgeted. 4. Prepare a set of contract documents and specifications for bidding and construction purposes. Boiler plate documents will be furnished by the City. The consultant will create suitable special provisions, special conditions and bid schedules. Specifications will be based on The Green Book Standard Specifications. Consultant will provide suitable originals to City for duplication of bid packages. 5. Prepare an engineer's cost estimate prior to the City's authorization to bid the plan and specification documents. 6. Provide assistance to the City during the bid advertisement period by providing requested design and plan clarifications. 7. Provide the City with assistance in reviewing and approving shop drawings, as requested. 8. Prepare "As- Built" drawings at the completion of the project based on information supplied by the City. Provide the City with these original drawings after their completion. 9. Reproduction services will include all blue printing required for the normal production of the design and City staff checking process. 10. Provide engineering services, as required, during construction to periodically monitor construction and provide guidance to the City as to the contractor's conformance to the plans and specifications. These services do not include normal construction inspection services. The consultant will budget a specified amount of compensation for this item, but will charge the City on a time and materials basis for the actual services rendered according to the labor rates stated in this Proposal. PA88111 L, Mr. Jeff Staneart April 28, 1988 Page Three 0 We intend to retain the services of Richard C. Alexander to provide the required electrical and telemetry design services. His proposal is attached for review. It is the consultant's understanding that the City of Newport Beach will provide the following services and materials to the consultant: 1. All available improvement and utility plans related to the project. Also, all available survey and street right of way records and maps. 2. Preliminary piping, fitting and site layout drawings for the interconnection. 3. All necessary hydraulic design calculations for sizing the interconnection and its operation. 4. Liaison for the consultant to all other affected public utilities and permit application processing for electrical and telephone connections. The Keith Companies proposes to perform the tasks out -lined in this Scope of Services above on a time and materials basis, with a cost not to exceed $17.500, which includes an allowance of $1,200 for reproduction and printing. A breakdown of this fee request is presented in Exhibit 'A'. It represents each task's estimated time expenditure by employee category, along with the associated fee. The labor rates applicable to each employee category are also presented at the bottom of the page. Exhibit `B' represents the anticipated schedule for the project. We are well aware of the importance to the City and the adjacent development of an expeditious completion of the project, and feel we can meet those expectations. PA88111 0 rl�v� Mr. Jeff Staneart April 28, 1988 Page Four We at The Keith Companies, along with the Project Manager, Stephen D. Mayville, P.E., and Project Engineer, Richard Yale, look forward to providing the City with the services outlined in this Proposal. Resumes for Mr. Mayville and Mr. Yale are attached for your review and consideration. If you have any questions regarding this proposal, please call Mr. Mayville or me at your convenience. Sincerely, jKEITH CQ PANIES son ector, Public Works Engineering KH /SDM:tlp Attachments PA88111 PROJECT SCHEDULde City of Newoort Beach P.O. box 1768 Newoort beach. CA 92658 -5915 run time ;01:51:29 ** 04 -28 -1988 Pr000sed Facility Plan ±. Profile Title Sheet Index Sheet Construction Note Sheet Detail '_hoar,. #1. Detail Sheet #2 & # PLAN FE' - /ISIDNS nounc #1 n'ouno e2 Eroineers Estimate Eaecific3ticns Prmec; Meennos Assist with bidding Shoo Drawing Review Record urawinos & Constr. Monitorina 0 Santa Ana Heights Interchange PABB -111 Project Mor:Steve Mayville cage 1 --- - - - - -- --------------------------------- MM 5 J 5 6 6 7 7 8 8 9 9 10 10 10 11 11 12 12' DD 4 16 -0 13 27 11 25 9 22 5 19 3 17 -1 l4 28 12 26 YY 88 88 S6 88 88 88 98 88 88 98 86 89 88 88 88 88 88 88 I.j.i.j.I.I. j I I i oj. p3 I I I I I i I TASK COST REPORP City of Newoort Beach P.D. Box 1768 Newport Beach, CA 92658 -8915 run time ) :01:50:49 ** 04 -28 -1988 PLAN REVISIONS Round 41 DATE 07/08/86 ACTIVITY / TASK START FINISH Proposed Facility Plan & Profile O65109/88 05116188 Enoineers Estimate 05 /09/98 05/16/88 Title Sheet 05/09/89 06/10/88 Index Sheet 05 /09/88 06/10/88 Construction Note Sheet 05/49/98 06/10/88 Detail "sheet #1. 05 /09;88 06/10/88 Detail Ehe& #2 & #3 05/09/88 06/10/88 v< 05/09/88 06,'10/88 PLAN REVISIONS Round 41 06/27/88 07/08/86 Rouno #2 07/25/88 07/29/88 ° 06/27 88 07;29/88 Enoineers Estimate 05/30/88 06/03/88 Soecitications 05/34/88 06/03/88 Project Meetings 05 /09/88 07/29/98 Assist with Bidding 08 /01/88 09/15/88 Shoo Drawino Revieir 14/17/88 11/01/88 Record Drawinos & Constr. Mcnitorino 12/12/88 12/22/88 v< 05/09/98 12/221188 * * ** TOTALS * + ++ Resource code Averaoe Rate A = Project Manaoer 71.00 6 = Desioner 64.00 C = DrafF =_man 47.00 D = Clerical ;0.00 40 Santa Ana Heiohts Interchange PA88 -111 Project Mor:Steve Mayville PERSONNEL -HOURS TOTAL A B C D HOURS 4 12 20 2 z9 4 12 2O 2 38 oaoe 1 COST 1 4 0 5 0 ° 6 0 8 0 0 2052 0 2 4 24 40 0 68 6 52 6 4 52 4 79 v< 0 135 7784 4 8 0 14 774 364 0 364 6 4 6 10 ti 20 1 4 ) 614 0 2 0 24 8 34 6 2 0 ' 10 5082 4 0 8 1 4 0 7 10 10 8 30 22 24 32 16 94 oaoe 1 COST IN DOLLARS OTHER LABOR DIRECT TOTALS 2052 D 2052 2052 u 2052 252 0 252 410 0 410 94 0 94 3700 it 3700 3328 0 .3328 7784 0 7784 774 0 774 364 0 364 1138 0 1138 327 0 327 1510 0 1510 614 0 614 458 0 458 387 0 387 1786 0 1786 5082 r 5082 34 121 114 18 287 16056 0 16056