Loading...
HomeMy WebLinkAboutC-3004(Q) - Preparation of Plans & Specifications for Reach Nos. 3A & 3B, 24-Inch Water Pipeline, Groundwater• • BY THE G1Y COUH RT BEA FEB 1 2!f- 0 February 12, 1996 CITY COUNCIL AGENDA ITEM NO.: 15 TO: MAYOR & MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: PROFESSIONAL SERVICES AGREEMENT WITH ASL CONSULTING ENGINEERS FOR PREPARATION OF DETAILED PLANS & SPECIFICATIONS FOR REACH NOS. 3A & 313: 24 -INCH WATER TRANSMISSION PIPELINE (C- 3004 -9) AS PART OF THE GROUNDWATER DEVELOPMENT PROJECT RECOMMENDATION: If desired, authorize the Mayor and City Clerk to execute a Professional Services Agreement, on behalf of the City, with ASL Consulting Engineers to prepare Plans and Specifications for construction of a 4,700 foot long reach of 24 -inch diameter water pipeline for a fee not to exceed $97,300. BACKGROUND: The Groundwater Development Project is comprised of a series of capital projects that will provide for extraction and delivery of groundwater from water wells in Fountain Valley through pipelines between the well sites and Newport Beach. To convey the groundwater pumped from the wells to Newport Beach, the project requires construction of approximately six (6) miles of large diameter pipeline. The overall project plan calls for the transmission pipeline to be designed and constructed in segments. This portion of the overall project will provide for the preparation of construction plans and specifications for approximately 4,700 linear feet of 24 -inch diameter pipeline at the northerly end of the transmission pipeline. This segment will provide the tie -in to the two (2) well sites. This project segment is referred to as Reach Nos. 3A & 3B. The limits of Reach No. 3A will begin from the connection point to the existing 36 -inch water main at Slater Avenue and the Talbert Channel. The waterline will then proceed westerly in Slater Avenue to Magnolia Avenue, then north in Magnolia Avenue for approximately 500 feet, then westerly into the parking lot of the First Baptist Church where the waterline terminates at the Tamura well site. The limits of Reach No. 3B will begin from the connection point of the existing 36 -inch water main at Slater Avenue and the Talbert Channel, then proceed easterly in Slater Avenue to Dolphin Avenue, then south on Dolphin Avenue, following the curve on Dolphin which proceeds east within Dolphin Avenue and terminates at the Dolphin Avenue well site. ' . ..... �:.'' ....�.... .S • Page 2 Groundwater Development Project R}ach Nos. 3A & 3B Pipeline Design Contract ii 1 February 12, 1996 DISCUSSION: City staff solicited "statements of qualifications" from a number of • professional design firms. Based on these "statements of qualifications" proposals were solicited from three (3) of the most qualified firms. This was done by written "requests for proposals" or RFP's. The three (3) firms that were invited to propose were selected based on their previously submitted statements of qualifications and experience. All three (3) firms submitted responses to the request for proposals. The firms were: AKM Consulting Engineers, ASL Consulting Engineers and Daniel Boyle Engineering Inc. The written proposals were reviewed by the Public Works Selection Committee. The committee was comprised of the (Acting) Utilities Manager, a principal from an independent private civil engineering firm (a firm not proposing on this project) who is a registered professional engineer, and two Utilities staff members who are familiar with the project and the City's requirements. On the basis of a detailed ranking of the various firms, the selection committee chose ASL Consulting Engineers as the most qualified firm to perform the required professional services to complete the project design. The numerical ranking of the selection committee and criteria is attached as Exhibit "A ". • A summary discussion of the detailed criteria used to evaluate the qualifications of the three (3) engineering firms is also provided as an attachment to this report. Refer to Exhibit "B ". The key areas of review were: 1. Proposal Content 2. Related Project Experience 3. Project Staff Assigned 4. Grasp of Project Requirements 5. Project Schedule 6. Labor Costs The most qualified firm for this project was selected based on the listed criteria and their abilities demonstrated on other similar projects in the past. A key factor was their very satisfactory performance on the design of the Reach Nos. 2 & 3 pipeline project segments. The firm of ASL Consulting Engineers has a team of qualified, technical professionals and designers who have extensive experience with similar water pipeline and utility construction projects in Southern California. The selection committee and staff believe that the consultant's team will be able to best provide a high - quality, cost - effective, • timely, professional design product and coordinate efficiently with the City and other consultants working on the interrelated phases of the Groundwater Development Project. 7 M 0 Page 3 Groundwater Development Project Reach Nos. 3A & 3B Pipeline Design Contract February 12, 1996 THE CONSULTANT'S SERVICES • The proposed Professional Services Agreement with ASL Consulting Engineers provides for: preparation of construction plans; preparation of specifications; written special provisions for project construction; preparation of an engineer's cost estimate and compilation of documents suitable for bidding and awarding a contract for construction. In addition, ASL will provide construction support services, as required, during all phases of testing of the overall pipeline system from Fountain Valley to the Big Canyon Reservoir. The negotiated not -to- exceed fee for the work proposed is $97,300, with charges to be based on the wage rates provided in their..proposal. STAFF RECOMMENDATION & FUNDING: If approved, the final design effort can commence almost immediately. The critical -path schedule for completion of the overall project requires the consultant's plans for this phase of the project be completed by late June 1996. This phase of the Groundwater Development Project must be carefully coordinated with the other pipeline design components. Construction of the Reach Nos. 3A & 3B pipelines is proposed to begin late summer 1996, to integrate properly with the construction of the well sites. The Professional is Services Agreement requires completion of the design plans and specifications by June, 1996. Funds are available for this design contract in the Water Fund under Capital Projects Account No. 7504- C5500094. Staff recommends approval. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By: • M' hael J. Sinacori, P.E. (Acting) Utilities Manager M)Saam Attachments: CITY OF N PORT BEACH PR OSED TAMURA SCHOOL WELL SITE EXIST. OCWD SEAWATER MAIN WITHIN TALBERT CHANNEL 0 -PROPOSED 24" WATER TRANSMISSION MAIN Reach Nos. 3A & 3B �r SCALE: 1" = 2000' CITY OF NEWPORT BEACH PROPOSED DOLPHIN STREET WELL SITE . EXISTING 36" WATER TRANSMISSION MAIN WITHIN TALBERT CHANNEL FOUNTAIN VALLEY CHANNEL CITY OF NEWPORT BEACH GROUNDWATER DEVELOPMENT PROJECT � I #I 0 0 Groundwater Development Project • Professional Engineering Services 36 -inch Water Transmission Main - Reach Nos. 3A & 3B Evaluation Criteria Selection Matrix Discussion Summary: Proposals were received from three (3) firms that were requested to submit proposals for the subject project. These firms were selected based on previously submitted "Statement of Qualifications. The three (3) firms which submitted proposals are listed below: 1. AKM Consulting Engineers (AKM) 2. ASL Consulting Engineers, Inc. (ASL) • 3. Daniel Boyle Engineering, Inc. (DBE) The proposals were reviewed by the Public Works Selection Committee and ranked based on the content of their proposals with respect to the following items: related project experience, project staff assigned, grasp of project requirements, approach to project management, proposed project schedule and their labor breakdown. Based on a complete analysis of the written proposals, all three (3) proposing firms, AKM, ASL and DBE, were deemed capable of performing the work required for this project. After careful review, the selection committee recommends that ASL be awarded the design contract. This recommendation is based on the quality of ASL's proposal with respect to their project approach, ASL's familiarity with the local conditions, coordination with local agencies, and previous experience with the Groundwater Development Project relative to Reach Nos. 2 and 3. ASL was the design consultant for the Reach No. 2 and Reach No. 3 projects and is familiar with City of Newport Beach and Fountain Valley staff and the City of Newport Beach's requirement for design details. • A ranking matrix is attached. The following paragraphs describe the rationale behind the ranking in each category. • • Page 2 Groundwater Development Project 36 -inch Water Transmission Main (Reach Nos. 3a and 3b) Consultant Matrix Criteria Related Project Experience The proposing firms were ranked on recent project experience relative to installation of a large diameter water transmission main. Local experience with similar projects was a large element in determining the ability of the consultant. More weight was given to firms who had Orange County experience, with greater emphasis on Newport Beach, Huntington Beach and Fountain Valley. Familiarity with standard construction procedures, local conditions and permit processing was highly desirable. All three (3) of the proposing firms have had significant previous experience with similar projects within proximity of the proposed project. Project Staff Assigned The project staff and their respective qualifications are a key qualification requisite for this project. The work experience of the individual professional staff members is vital to the success and efficiency of the project. Given the complex nature of this project, the experience and capability of the project team affects other key areas of the project, such as the ability of the consultant to meet and complete the required tasks and provide efficient project coordination with the City. All three (3) firms had key team members that have had previous design experience with the City. ASL recently completed the design of the 36 -inch Water Transmission Main - Reach No. 2 and Reach No. 3 as part of the Groundwater Dvelopment Project, and the same design team will be assigned to this project. Grasp of Project Requirements It is imperative that the full scope and extent of the project is clearly identified and understood by the consultant in their written proposal. During the proposal process, a City representative met with all three (3) firms to provide additional information regarding the project. Each firm demonstrated a reasonable understanding of the project scope. However, each of the firms emphasized different aspects of the project. Issues that arose were design of the pipeline, the alignment and the constructability of the project. All three (3) consultants had a good understanding of the necessary scope of work required for the project. The scope of work will be a major factor in consultant's ability to effectively manage and organize the required preliminary and fmal design tasks and the required construction services. • • • • 0 Page 3 Groundwater Development Project 36 -inch Water Transmission Main (Reach Nos. 3a and 3b) Consultant Matrix Criteria Approach to Project Management • The importance associated with the coordination and management that is required for the various aspects of this project are vital for the project's success. It is mandatory that the successful firm provide a knowledgeable and competent project manager. All three (3) firms have proven project managers with direct applicable and successful project management experience with design efforts on similar projects. Proposed Project Schedule The project schedule is crucial to insure the overall Groundwater Development Project is not affected by this proposed work effort. Because the schedule for this critical element of the Groundwater Development Project was set by the City, every firm had proposed to meet the required schedule. • Proposed Labor Breakdown An analysis of the total hours allotted for each project task was performed. This was done to get an idea of the completeness and level of effort each consultant proposed to place on the various project task components. The review looked at both the number of hours, assigned personnel and hourly rates for various team members. The indicator in the evaluation matrix looked at the average weighted hourly labor cost. This indicator is based on actual hours from the consultant and does not take into account any of the subconsultants costs proposed by each of the firms. In this analysis ASL provided the most thorough engineering services value based on number of hours versus the overall design fee. 0 Ei Groundwater Development Project Professional Engineering Services 24 -Inch Water Transmission Main Reach Nos. 3A and 3B C Rankings: 1 - Fair 2 - Average 3 - Good 4 - Very Good 5 - Excellent E AKM ASL DBE Weights PROPOSAL CONTENT Related Project Experience 4 4 3.75 20.00% Project Staff Assigned 3.75 4 3.75 25.00% Grasp of the Project Requirements 4 4 4 25.00% Approach to Project Management 4 3.75 3.75 10.00 Proposed Project Schedule 4 4 4 10. Proposed Labor Breakdown 3.5 4 3.75 10.00% Total Weighted Score 3.89 3.98 3.84 Rankings: 1 - Fair 2 - Average 3 - Good 4 - Very Good 5 - Excellent E 0 • AGREEMENT PROFESSIONAL SERVICES FOR DESIGN OF THE REACH NOS. 3A AND 3B L. �y Q ' 6 C(# FYI 36 -INCH WATER TRANSMISSION MAIN PROJECT THIS AGREEMENT, effective as of February 12, 1996, is entered into by and between the City of Newport Beach, a municipal Corporation, hereinafter referred to as "City ", and ASL Consulting Engineers, a California Corporation, hereinafter referred to as "Consultant ", with regard to the following: RECITALS: A. City desires to secure an alternate source of reliable water for its municipal water system by implementing a Groundwater Development Project which requires the City to construct water wells and facilities for the delivery of potable water to its customers, and; B. City, as part of this project, seeks to collect well water for pumping, and must construct a series of transmission mains to bring water to a storage reservoir at it's 16th Street facility, and; C. City desires to prepare plans and specifications for the construction of a portion of new water transmission main, known as Reach Nos. 3A & 3B, within the City of Fountain Valley, hereinafter referred to as "Project ", and; D. City implementation of the Project requires the services of a qualified engineering design consultant, and; E. City has solicited and received a proposal from Consultant for Project services, as well as to provide certain other essential professional services, as outlined herein below, and; F. City has reviewed the previous experience and evaluated the expertise of Consultant and accepts their proposal for the work associated with the Reaches design, and; 0 9 Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12, 1996 NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and understood that: 1. GENERAL A. City engages Consultant to perform the described services for considerations hereinafter stated. B. Consultant agrees to perform the described services in accord with the terms and conditions set forth in this Agreement. C. Consultant agrees that all services required hereunder shall be performed under his direct supervision, and all personnel engaged in the work are to be fully qualified and authorized or permitted under State and local law to perform such services. 2. SERVICES TO BE PERFORMED BY CONSULTANT Consultant shall provide the following listed professional services to City. A. Coordination and Meetings with City staff. (1.) Consultant shall keep City's Project Manager apprised of the progress being made on the Consultant's design activities. Such appraisal shall be made by telephone, in writing as appropriate and at the meetings mentioned herein below. (2.) Consultant shall meet with City staff for an orientation meeting, a 50% design review, a 90% design review, a 100% design review and final design meeting for the Reaches. Other meetings are to be held on an as- needed basis. (3.) Consultant shall meet with the City of Fountain Valley's staff for coordination and approval of plans and specifications. B. Review Background Data (1.) Consultant, in an effort to relay relevant information to their staff, shall review the pertinent background data obtained at the meetings with City staff and /or as provided by the City during the course of the Reaches design. (2.) Consultant shall rely on materials provided by or through the City without independent evaluation by Consultant. (3.) Consultant shall perform a utility research of the proposed alignment including, contacting Underground Service Alert, the City of Fountain Valley and other utility agencies. 0 0 Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12, 1996 C. Survey and Mapping (1.) Consultant shall perform a field survey and aerial topography of the proposed alignment in a digital format. (2.) Consultant shall provide survey control using the latest County of Orange GPS coordinate system. D. Plan Preparation (1.) Consultant shall complete the required drawings and plans for the Reaches design. A listing of those drawings included in this phase shall include at least the following: a. "Title Sheet" with the City's Groundwater Development Project Title Sheet. In addition, prepare a "Second Sheet" with the legend, notes, benchmark, basis of bearings and vicinity map associated with the Reaches. b. "Detail Sheets" as required to fully illustrate and show all fittings, connections, jacking and boring locations, bridge crossings, water valve vault, cathodic protection and appurtenances associated with the Reaches. E. Specification Preparation (1.) Consultant shall complete the preparation of detailed written specifications, bid proposal, standard special provisions, special provisions, and City standard contract forms. (2.) Consultant shall include within the special provisions; the method of providing for protection of existing facilities such as houses, retaining walls and access gates during construction and the method of pressure testing the water transmission mains. (3.) Consultant shall utilize City Standard Specifications and prepare them in the standard format. a. Construction documents are intended to be publicly bid as a complete package which shall meet the requirements of City and all applicable State and Local laws. F. Cost Estimate & Schedule (1.) Consultant shall prepare a detailed written cost estimate and construction schedule for the Reaches design. The estimate shall be transmitted to the City with a written memorandum of transmittal and explanation. 3 Professional Services Agreement for the Design of Reach Nos. 3A & 3B AST, Consulting Engineers, February 12, 1996 a. Any opinion of construction cost prepared by Consultant represents his judgment as a design professional and is supplied for the general guidance of the City. Since Consultant has no control over the cost of the labor and material, or over competitive bidding or market conditions, Consultant need not guarantee the accuracy of such opinion as compared to Contractor bids or actual cost to the City. G. Construction Phase Services (1.) Consultant shall perform the following during the construction phase: a. Visit the site at scheduled intervals or as otherwise agreed by the City and Consultant, to become generally familiar with the progress and quality of the work and to provide assistance to the City to verify work is being performed substantially in accord with the contract documents. b. Consultant shall not be required to make exhaustive or continuous on -site inspections to assess the quality or quantity of work and shall not be responsible for the contractor's failure to carry out the work in accord with contract documents. C. Prepare change order work and review shop drawings as requested by City, including all drawings or specifications necessary to describe and detail the work to be added, deleted or modified. Should said work require a substantial addition to the plan set, then additional compensation to Consultant would be authorized. d. Prepare "record" drawings based upon change orders and addenda to the extent approved by City and incorporated into the construction of Reaches. It shall require the contractor to submit "as- built" drawings of actual construction installations to Consultant for use in preparing "record" drawings. e. Consultant shall provide one set of construction stakes for the water transmission main alignment in an existing easement in the Talbert Channel, jacking and boring locations and the water valve vault for the City Contractor. Any additional staking, restaking or costs thereof will be the responsibility of the contractor. H. Supplemental Services (1.) Consultant shall provide a geotechnical report with recommendations as a supplement to the design of Reaches. This report shall include, but not be limited to: a. Evaluation of on -site geotechnical conditions and their effect on the proposed pipeline alignment and constructability. 0 Professional Services Agreement for the Design of Reach Nos. 3A & 313 ASL Consulting Engineers, February 12, 1996 b. Subsurface investigation including drilling six (6) to eight (8) borings, laboratory testing and analysis of the collected data. C. Provide a conclusion and develop recommendations for the proposed pipeline, including geotechnical parameters for temporary stability of excavation and shoring design, adequacy of excavated on -site material for use as backfill, bearing capacity and lateral earth pressure, criteria for temporary excavation, potential for pipeline settlement bedding and backfill recommendations and groundwater control, corrosion and protection recommendations. (2.) Consultant shall provide a corrosivity evaluation with recommendations as a supplemental to this project. This report shall include, but limited to: a. Review preliminary estimate of corrosive potential from geotechnical investigation. b. Conduct a Wenner 4 -pin soil resistivity survey. C. Review records for locations of potential stray current interference sources. d. Prepare a soil corrosivity report addressing the usage of ductile iron pipe with polyethylene encasement. 3. DUTIES OF THE CITY In order to assist the Consultant in the execution of his responsibilities under this Agreement, the City agreed to provide the following: A. Furnish plans and drawings as are available and appurtenant to this project. B. Furnish survey records and information as is available and appurtenant to this project. C. Furnish design criteria, hydraulic data and other technical information, as are available and appurtenant to this project. D. The City is responsible for completing applications to obtain any required permits from the City or other governing agencies. E. Fulfill all environmental requirements. Provide blueprinting, CARD plotting, photocopying and other services through the City's reproduction company for each of the required design efforts, submittals and for bidding purposes. G. Prepare, distribute and mail all bid documents and addendum. H. Payment of all fees for permits and applications. 0 4. OWNERSHIP OF DOCUMENTS 11 Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12, 1996 A. Original drawings, reports and other deliverable documents to be provided by Consultant under this Agreement shall become the exclusive property of City and may be reproduced as deemed necessary by City or its duly authorized representative. However, any use of completed deliverables or documents for purposes other than for this abandonment project, or any use of incomplete documents, shall be at City's sole risk, and City shall indemnify Consultant for any damages incurred as a result of such use. No report, drawing, map, document or other data given to, 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, unless required by subpoena. B. Consultant may reserve the right to publish materials or reports related to the work performed or data collected under the provisions of this Agreement. The right to publish shall be at the sole discretion of the City and written permission must be obtained by Consultant from City on a case by case basis. Blanket publishing approval shall not be granted. C. Consultant is granted permission to show prospective clients reports and data which have been accepted by City as prepared under this Agreement. 5. RIGHT OF TERMINATION A. City reserves the right to terminate this Agreement without cause at any time by giving Consultant five (5) business 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 One Jenner Street, Suite 200, Irvine, California 92718. B. Consultant may terminate this Agreement after ten (10) days' written notice from Consultant to City notifying City of it's substantial failure to perform in accord with the terms of this Agreement, if the City has not corrected it's non- performance within that time. C. 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 directly 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. 0 6. SUBCONSULTANT AND ASSIGNMENT 0 Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12, 1996 A. None of the services included in this Agreement shall be assigned, transferred, contracted or subcontracted without prior written approval of City. B. Neither Consultant nor City shall assign or transfer any interest in this Agreement, whether by assignment or novation, without the prior written consent of the other party; 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. PAYMENT & FEE SCHEDULE A. In consideration for the specified services, City hereby agrees to compensate Consultant on an hourly basis as set forth below in the 'Payment & Fee Schedule ". In no event shall said amount be greater than ninety -seven thousand three hundred dollars ($97,300.00), except as otherwise provided for herein below. B. PAYMENT & FEE SCHEDULE personnel hourly rates Principal........................................................... ............................... $135.00 Sr. Project Manager /Sr. Managing Engineer ............................ 125.00 Project Manager/ Managing Engineer ........ ............................... 115.00 Project Engineer /Senior Project Coordinator ........................... 98.00 Senior Engineer/ Project Coordinator ......... ............................... 88.00 Engineer II and III .......................................... ............................... 80.00 Designer /CAD Operator/ Engineer I .......... ............................... 75.00 Designer/ Draftsperson ................................ ............................... 65.00 Draftsperson.................................................... ............................... 60.00 Technician....................................................... ............................... 48.00 Senior Construction Inspector ...................... ............................... 62.00 Construction Inspector .................................. ............................... 56.00 Word Processor /Administrative Support.. ............................... 45.00 Mapping Coordinator .................................... ............................... 78.00 Planner............................................................. ............................... 88.00 Chiefof Surveys ............................................. ............................... 95.00 Two -Man Survey Party ................................. ............................... 150.00 Three -Man Survey Party ............................... ............................... 200.00 C. The contract amount shall be paid to Consultant in monthly partial payments based on the amount of hours worked and expenses incurred during each monthly pay period. Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12,1996 D. In addition to the fixed, not -to- exceed fee, City agrees to reimburse Consultant for the actual cost (plus 10 %) for all outside expenses, including those for: reproduction for copies of plans, reports and related documents, material costs authorized in advance by the Utilities Manager for City, and other reasonable expenses, where such costs have been advanced by Consultant and approved in advance by City. (1.) Consultant shall provide written records (originals) of all expenses incurred, and shall report all hours expended in the performance of his duties and tasks on a monthly basis. City agrees to pay Consultant within thirty (30) calendar days receipt of said records and hourly summary. (2.) Consultant shall not be compensated for use of Consultant's equipment, hardware, software materials, in -house reproduction and mileage. Said costs are non - compensable. Time expended by Consultant's personnel on such equipment shall be paid on the basis of the Fee Schedule herein above. 8. ADDITIONAL SERVICES No change in character, extent, or duration of 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 City in the Fee Schedule except that an increase in total compensation exceeding five thousand dollars ($5,000) shall require that an amended Agreement for such additional services be executed by the Consultant and City. 9. 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 accord 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 upon reasonable notice to Consultant to such books and records, and gives City the right to examine and audit same, and to make transcripts therefrom as deemed necessary at City's cost, and to allow inspection of all work, data, documents, proceedings and activities related to this Agreement. 9 0 Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12,1996 10. INSURANCE A. On or before the date of execution of this Agreement, Consultant shall furnish City with completed certificates showing the type, amount, class of operations covered, effective dates and dates of expiration of insurance policies. Consultant shall use the City's Insurance Certificate form for endorsement of all policies of insurance. The certificates do not limit Consultant's indemnification, and also contain substantially the following statement: "The insurance covered by this certificate may not be canceled, non - renewed, except after thirty (30) days' written notice has been received by City. Coverage may not be reduced or otherwise materially altered without the same advance notice to City of such alteration. B. Consultant shall maintain in force at all times during the performance of this Agreement, policies of insurance required by this Agreement; said policies of insurance shall be secured from an insurance company assigned Policyholders' Rating of "A" (or higher) and Financial Size Category "VII" (or larger) in accord with an industry -wide standard and shall be licensed to do business in the State of California. However, the minimum rating for the Consultant's Errors & Omissions carrier shall be "B + ", "VIII" or better. (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 Amount Bodily Injury $ 1,000,000 each occurrence $ 1,000,000 aggregate Property Damage $ 1,000,000 each occurrence $ 1,000,000 aggregate Aggregate Limits A combined single limit policy with aggregate limits in the amount of one million dollars ($1,000,000) will be considered equivalent to the required minimum limits. Errors & Omissions Insurance Errors & Omissions coverage shall be provided in the amount of one million dollars ($1,000,000). L� D. Subrogation Waiver 0 Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12, 1996 In the event of loss or claim of loss due to any of the perils for which it has agreed to provide general liability insurance, Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City on behalf of any general liability 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. Additional Insured City, its City Council, boards and commissions, officers, servants and employees shall be named as an additional insured under all insurance policies required under this Agreement, except Errors & Omissions Insurance. 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; 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. 11. WAIVER A waiver by City or Consultant 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. 12. 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 cost of litigation. 13. 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. 10 14. HOLD HARMLESS 0 Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12,1996 Consultant shall indemnify and hold harmless, City, its City Council, boards and commissions, officers, and employees from and against any and all loss, damages, liability, claims, suits, costs and expenses, whatsoever, including reasonable costs of litigation, arising from Consultant's negligent acts, errors or omissions, in the performance of services hereunder. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the first date above written: APPROVED AS TO FORM: City of Newport Beach, a municipal corporation 1 Robin Clausen Assistant City Attorney ATTEST: QJ City Cler Address and Telephone: City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92658 -8915 (714) 644 -3011 (714) 646 -5204 FAX John Hedges, Mayor .,City., ASL Consulting Engineers, a California Corporation / / %'v `_— Steve T esco, Principal "Consultant" ASL Consulting Engineers One Jenner Street, Suite 200 Irvine, California 92718 (714) 727.7099 (714) 727 -7097 FAX 11 • • r,. AGREEMENT PROFESSIONAL SERVICES FOR DESIGN OF THE REACH NOS. 3A AND 3B 36 -INCH WATER TRANSMISSION MAIN PROJECT THIS AGREEMENT, effective as of February 12, 1996, is entered into by and between the City of Newport Beach, a municipal Corporation, hereinafter referred to as "City", and ASL Consulting Engineers, a California Corporation, hereinafter referred to as "Consultant ", with regard to the following: RECITALS: A. City desires to secure an alternate source of reliable water for its municipal water system by implementing a Groundwater Development Project which requires the City to construct water wells and facilities for the delivery of potable water to its customers, and; B. City, as part of this project, seeks to collect well water for pumping, and must construct a series of transmission mains to bring water to a storage reservoir at it's 16th Street facility, and; C. City desires to prepare plans and specifications for the construction of a portion of new water transmission main, known as Reach Nos. 3A & 3B, within the City of Fountain Valley, hereinafter referred to as "Project ", and; D. City implementation of the Project requires the services of a qualified engineering design consultant, and; E. City has solicited and received a proposal from Consultant for Project services, as well as to provide certain other essential professional services, as outlined herein below, and; F. City has reviewed the previous experience and evaluated the expertise of Consultant and accepts their proposal for the work associated with the Reaches design, and; 0 0 Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12, 1996 NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and understood that: 1. GENERAL A. City engages Consultant to perform the described services for considerations hereinafter stated. B. Consultant agrees to perform the described services in accord with the terms and conditions set forth in this Agreement. C. Consultant agrees that all services required hereunder shall be performed under his direct supervision, and all personnel engaged in the work are to be fully qualified and authorized or permitted under State and local law to perform such services. 2. SERVICES TO BE PERFORMED BY CONSULTANT Consultant shall provide the following listed professional services to City. A. Coordination and Meetings with City staff. (1.) Consultant shall keep City's Project Manager apprised of the progress being made on the Consultant's design activities. Such appraisal shall be made by telephone, in writing as appropriate and at the meetings mentioned herein below. (2.) Consultant shall meet with City staff for an orientation meeting, a 50% design review, a 90% design review, a 100% design review and final design meeting for the Reaches. Other meetings are to be held on an as- needed basis. (3.) Consultant shall meet with the City of Fountain Valley's staff for coordination and approval of plans and specifications. B. Review Background Data (1.) Consultant, in an effort to relay relevant information to their staff, shall review the pertinent background data obtained at the meetings with City staff and /or as provided by the City during the course of the Reaches design. (2.) Consultant shall rely on materials provided by or through the City without independent evaluation by Consultant. (3.) Consultant shall perform a utility research of the proposed alignment including, contacting Underground Service Alert, the City of Fountain Valley and other utility agencies. 0 C. Survey and Mapping 0 Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12, 1996 (1.) Consultant shall perform a field survey and aerial topography of the proposed alignment in a digital format. (2.) Consultant shall provide survey control using the latest County of Orange GPS coordinate system. D. Plan Preparation (1.) Consultant shall complete the required drawings and plans for the Reaches design. A listing of those drawings included in this phase shall include at least the following: a. "Title Sheet" with the City's Groundwater Development Project Title Sheet. In addition, prepare a "Second Sheet" with the legend, notes, benchmark, basis of bearings and vicinity map associated with the Reaches. b. "Detail Sheets" as required to fully illustrate and show all fittings, connections, jacking and boring locations, bridge crossings, water valve vault, cathodic protection and appurtenances associated with the Reaches. E. Specification Preparation (1.) Consultant shall complete the preparation of detailed written specifications, bid proposal, standard special provisions, special provisions, and City standard contract forms. (2.) Consultant shall include within the special provisions; the method of providing for protection of existing facilities such as houses, retaining walls and access gates during construction and the method of pressure testing the water transmission mains. (3.) Consultant shall utilize City Standard Specifications and prepare them in the standard format. a. Construction documents are intended to be publicly bid as a complete package which shall meet the requirements of City and all applicable State and Local laws. F. Cost Estimate & Schedule (1.) Consultant shall prepare a detailed written cost estimate and construction schedule for the Reaches design. The estimate shall be transmitted to the City with a written memorandum of transmittal and explanation. K Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12, 1996 a. Any opinion of construction cost prepared by Consultant represents his judgment as a design professional and is supplied for the general guidance of the City. Since Consultant has no control over the cost of the labor and material, or over competitive bidding or market conditions, Consultant need not guarantee the accuracy of such opinion as compared to Contractor bids or actual cost to the City. G. Construction Phase Services (1.) Consultant shall perform the following during the construction phase: a. Visit the site at scheduled intervals or as otherwise agreed by the City and Consultant, to become generally familiar with the progress and quality of the work and to provide assistance to the City to verify work is being performed substantially in accord with the contract documents. b. Consultant shall not be required to make exhaustive or continuous on -site inspections to assess the quality or quantity of work and shall not be responsible for the contractor's failure to carry out the work in accord with contract documents. C. Prepare change order work and review shop drawings as requested by City, including all drawings or specifications necessary to describe and detail the work to be added, deleted or modified. Should said work require a substantial addition to the plan set, then additional compensation to Consultant would be authorized. d. Prepare "record" drawings based upon change orders and addenda to the extent approved by City and incorporated into the construction of Reaches. It shall require the contractor to submit "as- built" drawings of actual construction installations to Consultant for use in preparing "record" drawings. e. Consultant shall provide one set of construction stakes for the water transmission main alignment in an existing easement in the Talbert Channel, jacking and boring locations and the water valve vault for the City Contractor. Any additional staking, restaking or costs thereof will be the responsibility of the contractor. H. Supplemental Services (1.) Consultant shall provide a geotechnical report with recommendations as a supplement to the design of Reaches. This report shall include, but not be limited to: a. Evaluation of on -site geotechnical conditions and their effect on the proposed pipeline alignment and constructability. Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12,1996 b. Subsurface investigation including drilling six (6) to eight (8) borings, laboratory testing and analysis of the collected data. C. Provide a conclusion and develop recommendations for the proposed pipeline, including geotechnical parameters for temporary stability of excavation and shoring design, adequacy of excavated on -site material for use as backfill, bearing capacity and lateral earth pressure, criteria for temporary excavation, potential for pipeline settlement bedding and backfill recommendations and groundwater control, corrosion and protection recommendations. (2.) Consultant shall provide a corrosivity evaluation with recommendations as a supplemental to this project. This report shall include, but limited to: a. Review preliminary estimate of corrosive potential from geotechnical investigation. b. Conduct a Wenner 4 -pin soil resistivity survey. C. Review records for locations of potential stray current interference sources. d. Prepare a soil corrosivity report addressing the usage of ductile iron pipe with polyethylene encasement. 3. DUTIES OF THE CITY In order to assist the Consultant in the execution of his responsibilities under this Agreement, the City agreed to provide the following: A. Furnish plans and drawings as are available and appurtenant to this project. B. Furnish survey records and information as is available and appurtenant to this project. C. Furnish design criteria, hydraulic data and other technical information, as are available and appurtenant to this project. D. The City is responsible for completing applications to obtain any required permits from the City or other governing agencies. E. Fulfill all environmental requirements. Provide blueprinting, CADD plotting, photocopying and other services through the City's reproduction company for each of the required design efforts, submittals and for bidding purposes. G. Prepare, distribute and mail all bid documents and addendum. H. Payment of all fees for permits and applications. El 4. OWNERSHIP OF DOCUMENTS 0 Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12,1996 A. Original drawings, reports and other deliverable documents to be provided by Consultant under this Agreement shall become the exclusive property of City and may be reproduced as deemed necessary by City or its duly authorized representative. However, any use of completed deliverables or documents for purposes other than for this abandonment project, or any use of incomplete documents, shall be at City's sole risk, and City shall indemnify Consultant for any damages incurred as a result of such use. No report, drawing, map, document or other data given to, 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, unless required by subpoena. B. Consultant may reserve the right to publish materials or reports related to the work performed or data collected under the provisions of this Agreement. The right to publish shall be at the sole discretion of the City and written permission must be obtained by Consultant from City on a case by case basis. Blanket publishing approval shall not be granted. C. Consultant is granted permission to show prospective clients reports and data which have been accepted by City as prepared under this Agreement. 5. RIGHT OF TERMINATION A. City reserves the right to terminate this Agreement without cause at any time by giving Consultant five (5) business 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 One Jenner Street, Suite 200, Irvine, California 92718. B. Consultant may terminate this Agreement after ten (10) days' written notice from Consultant to City notifying City of it's substantial failure to perform in accord with the terms of this Agreement, if the City has not corrected it's non- performance within that time. C. 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 directly 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. 0 6. SUBCONSULTANT AND ASSIGNMENT Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12, 1996 A. None of the services included in this Agreement shall be assigned, transferred, contracted or subcontracted without prior written approval of City. B. Neither Consultant nor City shall assign or transfer any interest in this Agreement, whether by assignment or novation, without the prior written consent of the other party; 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. 7. PAYMENT & FEE SCHEDULE A. In consideration for the specified services, City hereby agrees to compensate Consultant on an hourly basis as set forth below in the 'Payment & Fee Schedule ". In no event shall said amount be greater than twenty-two thousand two hundred and seventy -four dollars ($22,274.00), except as otherwise provided for herein below. B. PAYMENT & FEE SCHEDULE personnel hourly rates Principal........................................................... ............................... $135.00 Sr. Project Manager /Sr. Managing Engineer ............................ 125.00 Project Manager /Managing Engineer ........ ............................... 115.00 Project Engineer /Senior Project Coordinator ........................... 60.00 Senior Engineer /Project Coordinator ......... ............................... 88.00 Engineer II and III .......................................... ............................... 80.00 Designer /CAD Operator/ Engineer I .......... ............................... 75.00 Designer/ Draftsperson ................................ ............................... 65.00 Draftsperson.................................................... ............................... 60.00 Technician....................................................... ............................... 4800 Senior Construction Inspector ...................... ............................... 62.00 Construction Inspector .................................. ............................... 56.00 Word Processor /Administrative Support .. ............................... 45.00 Mapping Coordinator .................................... ............................... 78.00 Planner............................................................. ............................... 88.00 Chief of Surveys ............................................. ............................... 95.00 Two -Man Survey Party ................................. ............................... 150.00 Three -Man Survey Party .............................. . ....................... I....... 200.00 C. The contract amount shall be paid to Consultant in monthly partial payments based on the amount of hours worked and expenses incurred during each monthly pay period. 0 0 Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12, 1996 D. In addition to the fixed, not -to- exceed fee, City agrees to reimburse Consultant for the actual cost (plus 10 %) for all outside expenses, including those for: reproduction for copies of plans, reports and related documents, material costs authorized in advance by the Utilities Manager for City, and other reasonable expenses, where such costs have been advanced by Consultant and approved in advance by City. (1.) Consultant shall provide written records (originals) of all expenses incurred, and shall report all hours expended in the performance of his duties and tasks on a monthly basis. City agrees to pay Consultant within thirty (30) calendar days receipt of said records and hourly summary. (2.) Consultant shall not be compensated for use of Consultant's equipment, hardware, software materials, in -house reproduction and mileage. Said costs are non - compensable. Time expended by Consultant's personnel on such equipment shall be paid on the basis of the Fee Schedule herein above. S. ADDITIONAL SERVICES No change in character, extent, or duration of 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 City in the Fee Schedule except that an increase in total compensation exceeding five thousand dollars ($5,000) shall require that an amended Agreement for such additional services be executed by the Consultant and City. 9. 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 accord 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 upon reasonable notice to Consultant to such books and records, and gives City the right to examine and audit same, and to make transcripts therefrom as deemed necessary at City's cost, and to allow inspection of all work, data, documents, proceedings and activities related to this Agreement. Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12, 1996 10. INSURANCE A. On or before the date of execution of this Agreement, Consultant shall furnish City with completed certificates showing the type, amount, class of operations covered, effective dates and dates of expiration of insurance policies. Consultant shall use the City's Insurance Certificate form for endorsement of all policies of insurance. The certificates do not limit Consultant's indemnification, and also contain substantially the following statement: "The insurance covered by this certificate may not be canceled, non - renewed, except after thirty (30) days' written notice has been received by City. Coverage may not be reduced or otherwise materially altered without the same advance notice to City of such alteration. B. Consultant shall maintain in force at all times during the performance of this Agreement, policies of insurance required by this Agreement; said policies of insurance shall be secured from an insurance company assigned Policyholders' Rating of "A" (or higher) and Financial Size Category "VII" (or larger) in accord with an industry -wide standard and shall be licensed to do business in the State of California. However, the minimum rating for the Consultant's Errors & Omissions carrier shall be "B + ", "VIII" or better. (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 Aggregate Limits Amount $ 1,000,000 each occurrence $ 1,000,000 aggregate $ 1,000,000 each occurrence $ 1,000,000 aggregate A combined single limit policy with aggregate limits in the amount of one million dollars ($1,000,000) will be considered equivalent to the required minimum limits. Errors & Omissions Insurance Errors & Omissions coverage shall be provided in the amount of one million dollars ($1,000,000). Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12,1996 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 general liability insurance, Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City on behalf of any general liability 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. Additional Insured City, its City Council, boards and commissions, officers, servants and employees shall be named as an additional insured under all insurance policies required under this Agreement, except Errors & Omissions Insurance. 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; 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. 11. WAIVER A waiver by City or Consultant 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. 12. 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 cost of litigation. 13. 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. 10 i • Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12, 1996 14. HOLD HARMLESS Consultant shall indemnify and hold harmless, City, its City Council, boards and commissions, officers, and employees from and against any and all loss, damages, liability, claims, suits, costs and expenses, whatsoever, including reasonable costs of litigation, arising from Consultant's negligent acts, errors or omissions, in the performance of services hereunder. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the first date above written: APPROVED AS TO FORM: Robin Clauson Assistant City Attorney ATTEST: City Clerk Address and Telephone: City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92658 -8915 (714) 644 -3011 (714) 646 -5204 FAX City of Newport Beach, a municipal corporation \J,Aj John Hedges, Mayor „City.. ASL Consulting Engineers, a California Corporation Steve T desco, Principal "Consultant" ASL Consulting Engineers One Jenner Street, Suite 200 Irvine, California 92718 (714) 727 -7099 (714) 727 -7097 FAX 11 • 6. SUBCONSULTANT AND ASSIGNMENT Professional Services Agreement for the Design of Reach Nos. 3A & 3B ASL Consulting Engineers, February 12, 1996 A. None of the services included in this Agreement shall be assigned, transferred, contracted or subcontracted without prior written approval of City. B. Neither Consultant nor City shall assign or transfer any interest in this Agreement, whether by assignment or novation, without the prior written consent of the other party; 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. 7. PAYMENT & FEE SCHEDULE A. In consideration for the specified services, City hereby agrees to compensate Consultant on an hourly basis as set forth below in the 'Payment & Fee Schedule ". In no event shall said amount be greater than ninety -seven thousand three hundred dollars ($97,300.00), except as otherwise provided for herein below. B. PAYMENT & FEE SCHEDULE personnel hourly rates Principal........................................................... ............................... $135.00 Sr. Project Manager /Sr. Managing Engineer ............................ 125.00 Project Manager /Managing Engineer ........ ............................... 115.00 Project Engineer /Senior Project Coordinator ........................... 98.00 Senior Engineer/ Project Coordinator ......... ............................... 88.00 Engineer II and III .......................................... ............................... 80.00 Designer /CAD Operator/ Engineer I .......... ............................... 75.00 Designer/ Draftsperson ................................ ............................... 65.00 Draftsperson.................................................... ............................... 60.00 Technician....................................................... ............................... 48.00 Senior Construction Inspector ...................... ............................... 62.00 Construction Inspector .................................. ............................... 56.00 Word Processor /Administrative Support .. ............................... 45.00 Mapping Coordinator .................................... ............................... 78.00 Planner............................................................. ............................... 88.00 Chiefof Surveys ............................................. ............................... 95.00 Two -Man Survey Party ................................. ............................... 150.00 Three -Man Survey Party ............................... ............................... 200.00 C. The contract amount shall be paid to Consultant in monthly partial payments based on the amount of hours worked and expenses incurred during each monthly pay period.