Loading...
HomeMy WebLinkAbout000505 Original Contract #000505 AMENDMENT NO.2 TO THE AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF PORT ANGELES AND HDR ENGINEERING,INC. PSA 2012-08 THIS AMENDMENT NO. 2 is made and entered into this `1(/ day of 2013, by and between the City of Port Angeles, a non-charter code ci of th State of Washington, (hereinafter called the "CITY") and HDR Engineering, Inc., a Nebraska Corporation authorized to do business in the State of Washington (hereinafter called the "CONSULTANT"). NOW, THEREFORE, in consideration of the representations and the terms, conditions, covenants and agreements set forth in the original AGREEMENT, AMENDMENT 1, and this AMENDMENT,the parties hereto agree as follows: SECTION 1 The CITY entered into the existing AGREEMENT with the CONSULTANT on August 7, 2012, (the AGREEMENT). The CITY and CONSULTANT amended the AGREEMENT on November 20, 2012. SECTION 2 The CONSULTANT may begin work upon written direction to proceed from the CITY. Tasks may be awarded to this Agreement through July 31, 2014. The work for each task shall be • completed within a period as specified in the Scope of Services for tasks as set forth in Exhibit A2. SECTION 3 I MAXIMUM COMPENSATION Section VI of the Agreement is amended in its entirety to read: The CONSULTANT'S compensation and reimbursement under this Agreement, for each project, work, study or undertaking authorized by this Agreement including labor, direct non-salary reimbursable costs and outside services, shall be specifically set forth in each Task Order. Compensation and budgets for each task are set forth in Exhibit B2. Budgets for task(s) may be modified by mutual agreement between the two parties, but in any event, the total payment to CONSULTANT shall not exceed$135,255. • PSA 2012-08 Amendment I,Page 1 July 16,2013 II REVISED EXHIBITS Section XVII is amended to add additional EXHIBITS. The following exhibits are hereby made a part of this AGREEMENT. Exhibit A2—Scope of Services Exhibit B2—Budget Exhibit E2—Revised Schedule SECTION 3 RATIFICATION Except as modified herein,the original AGREEMENT is confirmed and ratified. In WITNESS WHEREOF, the parties hereto have executed this Amendment No. 2 to the Agreement as of the date and year first written above. CITY OF PORT ANGELES HDR ENGINEERING,INC. • By: n "J By; City Manager /,1_,,n� Sam; i A Tide: Jr� kii4 Kee gr char ATTEST: n Jan spa Hurd, City Clerk APPROVED AS TO FORM: , 1 ✓ 4 / r/ William E. Bloor, City Attorney • PSA 2012-08 Amendment 1,Page 2 July 16,2013 • Exhibit A2 SCOPE OF SERVICES City of Port Angeles E Street Reservoir Cover Rehabilitation • Introduction The City of Port Angeles E Street reservoir was built in the 1918. In 1987 the reservoir was retrofitted with a steel truss-supported steel cover. In 1990 the liner was replaced with a 35 mil Hypalon liner, and cracks in the concrete structure were sealed with grout. The inflow line between the altitude control valve and the reservoir was rebuilt at the same time. The reservoir currently has a rated capacity of 1 million gallons. The initial objective of Project PSA 2012-08 was to obtain an evaluation of the reservoir's cover and cover support systems, with an overall objective to recoat the steel roof structural support system. The consulting services were to provide a visible inspection of the cover support system for corrosion, remaining steel thickness, to document the inspection findings, and to prepare a specification for the City to solicit a contractor to blast and recoat the reservoir structural support system. On the basis of a draft report submitted to the City on October 26, 2012 titled "Cover Structural Inspection TM -Draft-10-26-12.pdf the design scope was expanded to address the corrosion and structural repairs that were identified. Amendment 1 added funds to Task 5 and added a new Task 6 - Structural Design of Roof Retrofitting, which included evaluation of the roof system with respect to the current IBC 2009 code and ASCE 7-2005, design calculations, drawings, cost estimates, and specifications for the roof retrofit, Subsequent structural analysis revealed that the roof trusses did not meet current code requirements and that in addition to repair of corroded members, the trusses would require additional structural modifications in order to provide the required structural stability factor of safety. Additionally, after the projected repairs (estimated to cost approximately $600,000), the overall condition of the trusses would limit the service life of the repaired roof to 6-10 years. A new liner is required, because it would not be practical to protect the existing liner during roof construction. In any case, the liner has exceeded its 20-year service life. As an alternative, the potential of a floating cover was investigated. The initial cost estimate of a new floating roof cover and a new liner for the reservoir bottom was approximately $200,000 for a product with a 30 year design life. With demolition, a new liner, cover installation, and contingency, the total project construction cost was estimated at approximately $450,000. An amendment to the design contract was negotiated but not finalized. Further discussion and analysis by the City and HDR revealed other alternatives, including pre- engineered steel roof assemblies would cost $65,000 to $75,000 (for materials only). Total project cost with a rigid pre-engineered roof is estimated to be $450,000 to $530,000. This planning level estimate used City-obtained metal roof prices and assumed relatively simple foundation modifications/additions to support a new roof structure. These assumptions are yet Exhibit A2—Scope of Services July 23,2013 E Street Reservoir Cover and Repainting Project Page 1 • to be verified pending a geotechnical investigation. The City has decided to pursue the metal roof alternative. Amendment 2 revises the project scope to provide contract documents, including technical specifications and drawings for the following: 1. Demolition and removal from the site of the existing reservoir roof and membrane liner (the existing concrete lining slab and walls will be left in place). 2. The requisition and installation of a new pre-manufactured metal reservoir roof with necessary structural concrete foundation, independent of the reservoir walls, provisions for the new roof, and minor appurtenances for access, ventilation, and access door area lighting. 3. Adjacent altitude control valve vault modifications to eliminate a permit required confined space entry condition and to replace the altitude control valve—which is beyond its service life. Replace Task 5 in Consultant Agreement PSA 2012-08 Exhibit A with the following: Task 5 — Services during Bidding and Construction Objective Provide services during bidding and construction. Consultant Services 1. Answer Contractor's questions during the bidding process. 2. Review the apparent selected Contractor's metal roof system and roof support final foundation design for conformance to the drawings and specifications requirements. 3. Attend pre-construction meeting with selected Contractor. 4. Review the Contractor technical submittals and Requests for Information. 5. Respond to questions as they occur during construction. 6. Provide two site visits in addition to the pre-construction meeting. City Responsibilities 1. Prepare, advertise, and issue bid documents, and addenda. 2. Evaluate bids and award the construction contract. On-site inspection and construction management. 3. On-site inspection and construction management. 4. Accept and process Contractor submittals during construction. Exhibit A2—Scope of Services July 23,2013 E Street Reservoir Cover and Repainting Project Page 2 • • 5. Keep HDR informed of schedule and City communications with Contractor. Assumptions 1. The City will advertise and award the contract. 2. The City is responsible for administering the contract and will be the liaison between the Contractor and HDR. 3. HDR hours under this task are limited to those included in the fee estimate. Deliverables 1. Reponses to the City and/or Contractor's questions during construction. Add the following additional task to Consultant Agreement PSA 2012-08 Exhibit A: Task 6 — Design Reservoir Roof and Liner Objective Prepare contract drawings and technical specifications for the demolition of the existing roof and liner, drawings and performance specifications for the installation of a new metal roof and flexible membrane reservoir liner. The roof will provide passive ventilation and access (with local access area lighting) to the reservoir, The performance specifications for the roof and liner will be accompanied with a civil site plan provided by the City and section drawings of the existing concrete structure and the proposed foundation modifications to enable contractors to prepare bids to provide and install the roof and liner. The City will provide a project manual template. HDR will provide technical specifications, drawings, project description, and bid item descriptions. HDR Services 1. Participate in one field inspection of the reservoir site with City staff to verify the basic geometry and details required for the new roof. Survey of existing reservoir site or structure is not included. 2. Prepare performance-based specifications and basic drawings for the pre-manufactured roof and reservoir flexible liner replacement. 3. Based upon the City-provided geotechnical report, prepare a preliminary foundation design concept to support a typical pre-manufactured metal roof system. This preliminary foundation design will help to define the criteria (spans, approximate number and locations of roof suppor •footings) that the selected construction contractor will use to prepare the final foundation design for their specific proposed pre-manufactured roof system. 4. Prepare the following draft and final technical specifications in CSI format 1. 01600 Product Delivery, Storage, and Handling 2. 01710 Cleaning Exhibit A2-Scope of Services July 23,2013 E Street Reservoir Cover and Repainting Project Page 3 ' City of Port Angeles ATTACHMENT "A" Operations Office WORK BY CONTRACTOR Public Works and Utilities Department 360-417-4541 The contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project described below. Unless otherwise provided for in the Statement of Work, the Contractor will be responsible for obtaining and paying for any and all permits required for this work. General Scope: Repair broken 15-inch concrete wastewater line immediately adjacent to manhole at east end of 3`d 4`h Street Alley. Location: East end of 3`d 4`h Street Alley east of Pine Street, Port Angeles, Washington Project Engineer: Michael Szatlocky, PE, at 360-417-4808 or mszatloc @cityofpa.us. Work Hours and Schedule: The contractor will be allowed to work between the hours of 7 AM to 3:30 PM, Monday through Friday, excluding all legal holidays and weekends. Work outside of these hours and days may be requested from and is at the discretion of the Project Engineer. Permits: The Contractor shall be responsible for obtaining and paying for any permits required in completing the work requirements below. Work Requirements: 1. The work described below is using trenchless installation method to repair a 15-inch concrete wastewater line. 2. The Contractor shall install approximately 9-feet of 12-inch HDPE "Snap Lock" liner or approved equal and pressure grout between the HDPE liner and the existing concrete pipe. 3. The access point is Manhole PH003 located at the east end of the 3`d-4th Street Alley. 4. The City will provide a bypass sewer to isolate the construction zone. 5. The Contractor shall provide access for residences fronting the Alley during construction. 6. The Contractor shall pressure test the repaired sewer line and provide the City of Port Angeles a written report including photographs of before and after construction. 7. The Contractor is responsible for securing the work area from potential safety hazards. Contractor shall follow all the State and Federal regulations regarding the work described. 8. The Contractor is responsible for cleaning and disposing of debris generated from the work conducted. Project WW01-11 Page 7 Rev. 8/30/2011 City of Port Angeles ATTACHMENT "B" Operations Office Public Works and Utilities Department INSURANCE 360-417-4541 INSURANCE & INDEMNITY REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Includes construction and remodeling,janitorial service, tree maintenance, road maintenance, painting, electrical work, plumbing, movers, and on site maintenance agreements. Indemnification / Hold Harmless The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. No Limitation Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products- completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be Project WW01-11 Page 8 Rev. 8/30/2011 endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 1 185 or an equivalent endorsement. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit. Other Insurance Provision The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. G. Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. Project WW0l-I1 Page 9 Rev. 8/30/2011 H. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. Project WW01-1I Page 10 Rev. 8/30/2011 • , City of Port Angeles ATTACHMENT "C" Operations Office Public Works and Utilities Department PREVAILING WAGE RATES 360-417-4541 See attached listing: 1. Washington State Prevailing Wage Rates For Public Works Contracts—Journey Level and Apprentices, Clallam County, effective 11/29/2012. 2. To access applicable prevailing rate(s)of wages rates for the describe work by trade, use the following Labor and Industries website link: http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp 3. A copy of the applicable prevailing wage rates can be obtain by contacting Lucy Hanley at 360-417-4541 or by email, lhanley @cityofpa.us. A hard copy is available for viewing in person at 1703 South B Street, Port Angeles, WA. 98363. Project WW01-11 Page 11 Rev. 8/30/2011 • * . City of Port Angeles ATTACHMENT "D" Operations Office Public Works and Utilities Department BID FORM 360-417-4541 Attached Bid Form: 2 Grade LLC Project WW01-11 Page 12 Rev.8/30/2011 { ;.-h BID FORM Project Title: Repair Concrete Wastewater Line Project Number: W W01-11 yThe bidder hereby bids the following amounts for all work (including labor, equipment,time and materials) required to perform the work in the Statement of Work and this package. 1. Lump Sum $ Ct S44 • dd Sales Tax (8.4%) $ ( 2-Ste • i Total Bid $ I 1 Z. 0 • `rt _ 2. The bidder hereby acknowledges that it has received Addenda No(s). A- ,{Enter "N/A" if none were issued) to this Request for Quotation package. 3. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent; are listed below. Any written notices required by the terms of an awarded contract shall be served or mailed to the following address: Contractor Information: � 1. Company Name: - a -s-I`-` "'J�(� LL—C— 2. Address: tS?.D 3. City,State, Zip Code: CS ( CAA— gZ 4. Phone Number: (9 0 4- -;c1$3' _ 5. Contractor Registration Number: G- 6r _ r Q 6. UBI Number: 3 2—e 12 i 1 5 7. WA State Industrial Insurance Account Number: ,S{ O (09 -7 ~O 8. WA State Employment Security Dept Number: 4 \ 44-9 S — 60 -o _ 9. State Excise Tax Registration Number: 9 0O 3 s s S© The bidder represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set fort in this Contract. Signed by e o\INel M Title `� Printed Name: �C.D.p t . 1\)c7 Date S D`L C 2-D t 2— Project: W W 0 I-11 Page 3 Rev 8/30/2011 SECTION 1 PSA 2012 08 AMENDMENT NO. 1 TO THE AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF PORT ANGELES AND HDR ENGINEERING, INC. PSA 2012 -08 RECORD 000505 THIS AMENDMENT NO. 1 is made and entered into this 217 day of Ainet0eiZ, 2012, by and between the City of Port Angeles, a non charter code city of the State of Washington, (hereinafter called the "CITY and HDR Engineering, Inc., a Nebraska Corporation authorized to do business in the State of Washington (hereinafter called the "CONSULTANT NOW, THEREFORE, in consideration of the representations and the terms, conditions, covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the parties hereto agree as follows: The CITY entered into the existing AGREEMENT with the CONSULTANT on August 7, 2012, (the AGREEMENT). SECTION 2 I MAXIMUM COMPENSATION Section VI of the Agreement is amended in its entirety to read: The CONSULTANT'S compensation and reimbursement under this Agreement, for each project, work, study or undertaking authorized by this Agreement including labor, direct non -salary reimbursable costs and outside services, shall be specifically, set forth in each Task Order. Compensation and budgets for each task are set forth in Exhibit B 1. Budgets for task(s) may be modified by mutual agreement between the two parties, but in any event, the total payment to CONSULTANT shall not exceed $97,792. II REVISED EXHIBITS Section XVII is amended to add additional EXHIBITS. The following exhibits are hereby made a part of this AGREEMENT. Exhibit Al Scope of Services Exhibit B I Budget Exhibit El Revised Schedule Amendment 1, Page 1 November 20, 2012 SECTION 3 RATIFICATION Except as modified herein, the original AGREEMENT is confirmed and ratified. In WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 to the Agreement as of the date and year first written above. CITY OF PORT ANGELES By: ATTEST: City Manager 1.0 dszta rA-d' Jana Hurd, City Clerk APPROVED AS TO FORM: PSA 2012 08 William E. Bloor, City Attorney HDR ENGINEERING, INC. By: Title: 5evcr Y 1/'u Re&5;C Amendment 1, Page 2 November 20, 2012 Objective HDR Services Exhibit Al Scope of Services Amendment No. 1 November 20, 2012 Add the following additional tasks to Consultant Agreement PSA 2012 -08 Exhibit A Task 5 Services during Bidding and Construction Consultant Services 5. Provide a total of five (5) site visits to occur at the following construction phases: After sand blasting Inspect structural repair of the truss system Half way through the recoating process Inspect structural repair of the anchoring systesm At substantial completion Task 6 Structural Design of Roof Retrofitting Evaluate structural integrity of the roof systems against applicable IBC 2009 loading and provide structural design for the proposed retrofitting of failing elements. 1 Finalize load calculations including gravity loads, wind loads, snow loads, and seismic loads applied to the Reservoir's cover system per normal and extreme loading conditions based on the requirements of IBC 2009, ASCE 7 -05. 2. Finalize structural analysis of the cover support system under applicable load combinations. 3. Provide design calculations, drawings and specifications for the proposed retrofits of the failing members of the truss system as outlined in the draft report submitted to the City titled "Cover Structural Inspection TM Draft 10 26 12.pdf 4. Prepare for, and participate in a conference call with the City regarding proposed retrofitting and repair work. 5. Provide cost estimate of the proposed structural repair work. Exhibit Al Scope of Services Amendment 1 November 20, 2012 E Street Reservoir Cover and Repainting Project Page 1 6. Review Contractor's submittals. City Responsibilities 1. Provide related data and information needed by HDR to perform the analysis. 2. Participate in conference call with HDR to discuss the deficiencies found and options to correcting them. Assumptions 1. The structural analysis will be prepared to evaluate the current roof system only. Supporting concrete walls, footings and slabs are not included. 2. Structural design of repair and retrofitting is limited to the failing members of the truss and anchoring system as outlined in the Cover Structural Inspection TM- Draft- 10 -26 -12 report. If final analysis of the roof system reveals that other members are failing, additional budget may be needed. 3. The work includes design of the upgrades for the system that anchors the cover to the existing concrete walls and column pedestals. Analysis of the columns, footings and slabs to withstand lateral and uplift pressures is not included. 4. The concrete walls or columns support systems are assumed to be in good condition and adequate to withstand the applied loads. 5. HDR is not evaluating the integrity of the reservoir for stability, leakage or any other aspects of the operation. 6. Geotechnical information such as Site Class will be assumed based on County maps unless a recent geotechnical report is available. Deliverables 1. E -mail describing the seismic evaluation, findings, deficiencies found, and options to correct them. 2. Four structural design drawings are required: Two Standard notes and details and two drawings that depict the retrofitting. 3. Steel and concrete, CSI format specifications covering the retrofitting work. Exhibit Al Scope of Services Amendment 1 November 20, 2012 E Street Reservoir Cover and Repainting Project Page 2 Task No. Task Description Original Task Budget Amendment 1 Task Budget Total Task Budget 1 Project Management and QA /QC $5,439 $0 $5,439 2.1 Data Collection and Cover Support Structure Inspection $7,110 $0 $7,110 2.2 Findings and Evaluation Tech Memo $9,049 $0 $9,049 3 Prepare Cover Support Recoating Specification $10,030 $0 $10,030 4 Seismic Evaluation of Reservoir Cover System $8,116 $0 $8,113 5 Services During Bidding and Construction $15,257 4,956 $20,213 6 Design of Roof Retrofitting $37,836 $37,836 TOTAL $55,000 $42,792 $97,792 Exhibit B1 Budget Amendment 1 E Street Reservoir Cover and Repainting Project Exhibit B1 Budget Amendment No. 1 November 20, 2012 November 20, 2012 Page 1 Schedule Exhibit El Schedule Amendment No. 1 November 20, 2012 Assuming a Notice -to- Proceed on November 30, 2012, the scope can be completed as follows: Task 5: Task 6: TBD (Before August 31 2013). February 22, 2013 Exhibit El Scope of Services Amendment 1 November 20, 2012 E Street Reservoir Cover and Repainting Project Page 1 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND HDR Engineering, Inc. 2012 Water Utility Professional Services Agreement City of Port Angeles Record #000505 nr RELATING TO: RESERVOIR COVER REHABILITATION /n�ll�/ THIS AGREEMENT is made and entered into this day of t�t� 2012, by and between THE CITY OF PORT ANGELES, a non charter codV city of the State of Washington, (hereinafter called the "CITY and HDR Engineering, Inc., a Nebraska Corporation authorized to do business in the state of Washington (hereinafter called the "CONSULTANT WHEREAS, the CITY desires engineering and consulting assistance related to rehabilitation of the "E" Street reservoir cover; and WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform the Scope of Services as detailed in Exhibit A, and WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the State of Washington for professional registration and /or other applicable requirements, and WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work in accordance with the standards of the profession, and WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to accomplish the work; NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants, and agreements set forth below, the parties hereto agree as follows: I SCOPE OF SERVICES General Scope. This agreement will provide professional engineering services for the City of Port Angeles Water Utility. The scope of professional services tasks to be performed and the results to be achieved by the CONSULTANT shall be as detailed in the attached Exhibit A and shall include all services and material necessary to accomplish the work. The scope includes five (5) tasks, two (2) of which may performed at the sole option of the CITY. Additional work may be included as provided elsewhere in this agreement. The CITY may review the CONSULTANT'S services, and if they do not meet the Professional Standard of Care the CONSULTANT shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section XII of this Agreement Any changes made necessary due to causes outside the CONSULTANT'S reasonable control shall be provided as an extra work herein. Page 1 of 8 The CONSULTANT agrees that all services performed under this Agreement shall be in accordance with the standards of the engineering profession for similar services on similar projects of like size and nature and in compliance with applicable federal, state and local laws. The Scope of Services may be amended upon written approval of both parties. II OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work with the exception of those standard details and specifications regularly used by the CONSULTANT in its normal course of business shall upon payment of all amounts rightfully owed by the CITY to the CONSULTANT herein become the property of the CITY for use without restriction and without representation as to suitability for reuse by any other party unless specifically verified or adapted by the CONSULTANT. However, any alteration of the documents, by the CITY or by others acting through or on behalf of the CITY, will be at the CITY's sole risk. III DESIGNATION OF REPRESENTATIVES Each party shall designate its representatives in writing. The CONSULTANT'S representative shall be subject to the approval of the CITY. IV TIME OF PERFORMANCE The CONSULTANT may begin work upon written direction to proceed from the CITY. Tasks may be awarded to this Agreement through December 31, 2012. The work for each task shall be completed within a period as specified in the Scope of Service for tasks as set forth in Exhibit A. V PAYMENT The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such payment shall be full compensation for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and profit plus CONSULTANT'S direct non -salary reimbursable costs as set forth in the attached Exhibit C. 1. Labor costs shall be based on the rates and factors shown in Exhibit C and hourly wages shown in Exhibit D. Hourly rates shall be based upon an individual's hourly wage, times the total number of hours worked, times a multiplier of 3.20. The multiplier shall include overhead, CADD, computer and profit. General clerical time shall be considered an overhead item, except where specific work items are involved that require one hour or more continued effort, in which case time will be charged on the basis of hours worked. 2. The direct non -salary reimbursable costs are those directly incurred in fulfilling the terms Page 2 of 8 of this Agreement, including, but not limited to, travel, subsistence, telephone, reproduction and printing, supplies and fees of outside services and consultants. No overhead and profit may be added to direct non -salary reimbursable costs. B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours, employee name, and hourly rate; shall itemize with receipts and invoices the non -salary direct costs; shall indicate the specific task or activity in the Scope of Service to which the costs are related; and shall indicate the cumulative total for each task. C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less the amounts previously paid. D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. E. Final payment for the balance due to the CONSULTANT will be made after the completion of the work and acceptance by the CITY. F. Payment for "Extra Work" performed under Section XII of this Agreement shall be as agreed to by the parties in writing. VI MAXIMUM COMPENSATION Unless otherwise agreed to in writing by both parties, the CONSULTANT'S total compensation and reimbursement under this Agreement, including labor, direct non -salary reimbursable costs and outside services, shall not exceed the maximum sum of $55,000. as set forth in the attached Exhibit B. Budgets for task(s) may be modified upon mutual agreement between the two parties, but in any event, the total payment to CONSULTANT shall not exceed $55,000. VII INDEPENDENT CONTRACTOR STATUS The relation created by this Agreement is that of owner independent contractor. The CONSULTANT is not an employee of the CITY and is not entitled to the benefits provided by the CITY to its employees. The CONSULTANT, as an independent contractor, has the authority to control and direct the performance of within the Scope of Service. The CONSULTANT shall assume full responsibility for payment of all Federal, State, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, Social Security, and income tax. VIII EMPLOYMENT Employees of the CONSULTANT, while engaged in the performance of any work or services under this Agreement, shall be considered employees of the CONSULTANT only and not of the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the CONSULTANT'S employees while so engaged, on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. Page 3 of 8 In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the CITY's written consent. IX NONDISCRIMINATION The CONSULTANT shall conduct its business in a manner, which assures fair, equal and non discriminatory treatment of all persons, without respect to race, creed or national origin, or other legally protected classification and, in particular: A. The CONSULTANT shall maintain open hiring and employment practices and will welcome applications for employment in all positions, from qualified individuals who are members of minorities protected by federal equal opportunity /affirmative action requirements; and, B. The CONSULTANT shall comply with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of non discriminatory requirements in hiring and employment practices and assuring the service of all persons without discrimination as to any person's race, color, religion, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin. X SUBCONTRACTS A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the written consent of the CITY. B. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT for work to be performed pursuant to a subcontract, including procurement of materials and equipment, each potential sub consultant or supplier shall be notified by the CONSULTANT of CONSULTANT's obligations under this Agreement, including the nondiscrimination requirements. XI CHANGES IN WORK Other than changes directed by the CITY as set forth in Section I above, either party may request changes in the Scope of Services. Such changes shall not become part of this Agreement unless and until mutually agreed upon and incorporated herein by written amendments to this Agreement executed by both parties. XII EXTRA WORK The CITY may desire to have the CONSULTANT perform work or render services in connection with this Agreement, in addition to the Scope of Services set forth in Exhibit A and minor revisions to satisfactorily completed work. Such work shall be considered as "Extra Work" and shall be addressed in a written supplement to this Agreement. The CITY shall not be responsible for paying for such extra work unless and until the written supplement is executed by both parties. Page 4 of 8 XIII TERMINATION OF AGREEMENT A. The CITY may terminate this Agreement at any time upon not Tess than ten (10) days written notice to the CONSULTANT. Written notice will be by certified mail sent to the CONSULTANT's designated representative at the address provided by the CONSULTANT. As a condition precedent to termination for cause the CONSULTANT shall be given the notice period to cure such cause and shall have failed to so cure. B. In the event this Agreement is terminated prior to the completion of the work, a final payment shall be made to the CONSULTANT, which, when added to any payments previously made, shall compensate the CONSULTANT for the work completed. C. In the event this Agreement is terminated prior to completion of the work, documents that are the property of the CITY pursuant to Section II above, shall be delivered to and received by the CITY prior to transmittal of final payment to the CONSULTANT. XIV INDEMNIFICATION /HOLD HARMLESS CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the negligent acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries and damages caused by the sole negligence of the CITY. The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and costs, including, but not limited to, reasonable attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the CITY, CITY's employees, or agents in connection with the work performed under this Agreement. If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the Toss, cost, or expense shall be shared between the CONSULTANT and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity shall apply for such proportion. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT, the CITY, and the officers, officials, employees, and volunteers of either, the CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a third person set forth in RCW 51.24.035. Page 5 of 8 XV INSURANCE The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, employees or subcontractors. No Limitation. CONSULTANT'S maintenance of insurance as required by the agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the CITY'S recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance CONSULTANT shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage; and, 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury. The CITY shall be named as an insured under the CONSULTANT's Commercial General Liability insurance policy with respect to the work performed for the CITY; and, 3. Workers' Compensation coverage as required by the Industrial Insurances laws of the State of Washington; and 4. Professional Liability insurance appropriate to the CONSULTANT's profession. B. Minimum Amounts of Insurance CONSULTANT shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability and Commercial General Liability insurance: Page 6of8 1. The CONSULTANT's insurance coverage shall be primary insurance as respect the CITY. Any insurance, self- insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANT's insurance and shall not contribute with it. 2. The CONSULTANT shall provide CITY and all Additional Insureds with written notice of any policy cancellation within two (2) business days of their receipt of such notice. 3. Any payment of deductible or self- insured retention shall be the sole responsibility of the CONSULTANT. 4. The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not Tess than A:VII. E. Verification of Coverage CONSULTANT shall furnish the CITY with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the CONSULTANT before commencement of the work. XVI APPLICABLE LAW This Agreement shall be construed and interpreted in accordance with the laws of the State of Washington, and in the event of dispute the venue of any litigation brought hereunder shall be Clallam County. XVII EXHIBITS AND SIGNATURES This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following exhibits are hereby made a part of this Agreement: Exhibit A Scope of Services for Tasks Exhibit B Budget for Each Task Exhibit C CONSULTANT Labor Costs and Direct Non -salary Reimbursable Costs Exhibit D Hourly Wage Rates Page 7 of 8 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first written above. CITY OF PORT ANGELES DAN McKEEN, CITY MANAGER CONSULTANT HDR ENGINEERING, INC. TITLE: Sr. Vice President APPROVED AS TO FORM: WILLIAM E. BLOOR, CITY ATTORNEY ATTEST: JM E/SSA HURD, CITY CLERK Page 8 of 8 City of Port Angeles E Street Reservoir Cover Evaluation and Repainting Project Exhibit A Scope of Services 8/30/2012 HDR Engineering 500 108th Avenue NE Suite 1200 Bellevue, WA 98004 -5549 (425) 450 -6200 Introduction 1 Task 1 Project Management and QA/QC 1 Objective 1 HDR Services 1 City Responsibilities 1 Deliverables 1 Task 2 Data Collection and Cover Support Structure Inspection 2 HDR Services 2 City Responsibilities 2 Assumptions 2 Deliverables 2 Task 3 Prepare Cover Support Recoating Specification 3 Objective 3 HDR Services 3 City Responsibilities 3 Assumptions 3 Deliverables 3 Task 4- Seismic Evaluation of Reservoir Cover System 3 Objective 3 HDR Services 4 City Responsibilities 4 Assumptions. 4 Deliverables 4 Task 5 Services during Bidding and Construction 4 Objective. 4 Consultant Services 5 City Responsibilities 5 Assumptions 5 Deliverables 5 Schedule 5 Exhibit A Scope of Services E Street Reservoir Cover and Repainting Project Table of Contents August 2, 2012 Page i Exhibit A Scope of Services E Street Reservoir Cover and Repainting Project Exhibit A SCOPE OF SERVICES Introduction The City of Port Angeles would like an inspection and evaluation of the E Street reservoir's cover. The reservoir was built in the 1918 and retrofitted with a steel- supported aluminum cover in 1987. The reservoir currently has a rated capacity of 1 million gallons. The project's objective is to obtain an evaluation of the reservoir's cover and cover support systems above the water level at the time of inspection, with an overall objective to recoat the steel roof structural support system. The reservoir is to remain in service during the inspection The consulting services are to provide a visible inspection of the cover support system for corrosion, remaining steel thickness, to document the inspection findings, and to prepare a specification for the City to solicit a contractor to blast and recoat the reservoir structural support system. At the City's request, two optional scope tasks are also defined: Task 4 Seismic Evaluation of the roof system against the current IBC 2009 code and ASCE 7 -2005 and Task 5 Services During Construction for the roof's recoating project. Task 1 Project Management and QA/QC Objective Provide coordination and management of the HDR Services. HDR Services 1. Management and coordination of HDR services described in the Scope of Services. 2. Preparation of monthly project status and budget tracking reports and invoices. 3. Provide and monitor the QA/QC process. City Responsibilities 1. Participate in project review meetings and conference calls. 2. Provide review comments and feedback as requested by the project design team. It is assumed that the City will return review comments within ten working days from submittal Deliverables 1 Monthly project status, budget tracking reports, and invoices. August 2, 2012 Page 1 Task 2 Data Collection and Cover Support Structure Inspection Objective Collect available data and inspect and evaluate the reservoir's cover structural support system. HDR Services 1 Review available design information and documents such as as -built drawings, original design calculations of the roof, geotechnical reports and any other related materials. 2. Perform structural and corrosion inspection of the reservoir cover structural support system and its attachments to the reservoir substructure 3. Prepare a brief two page technical memorandum (TM) (plus photos) recording the inspection findings and providing an evaluation of the condition of the structural support system above the water level and its attachments to the substructure. City Responsibilities 1. Provide available data such as past geotechnical studies, reservoir as -built drawings (PDF file), original design calculations of the current cover, photographs, and any other related documents. 2. Provide access to the exterior and interior of the reservoir. 3 Provide someone to be available on -site while the reservoir is being inspected. Assumptions 1. Original design drawings of the reservoir are available. Preparation of as -built drawings by HDR is not required. 2. HDR will not inspect or evaluate any other structural support systems below the roof elevation. 3. Design for repair or replacement of deficient structural elements are not provided under this task. Deliverables 1. E -mail PDF of the brief TM summarizing findings and conditions of the roof system, highlighting potential system deficiencies. Exhibit A Scope of Services E Street Reservoir Cover and Repainting Project August 2, 2012 Page 2 Task 3 Prepare Cover Support Recoating Specification Objective Prepare recoating specification and estimate. HDR Services 1. Prepare draft reservoir support structure recoating specification. 2. Provide AACE "Class 1" reservoir support structure coating cost estimate 3. Incorporate the City's draft specification comments. 4. Prepare final technical specification for recoating the reservoir cover support structure. City Responsibilities 1. Review and provide comments on the Draft Recoating Specification. 2. Perform a building code review and prepare and issue building permits as required. 3 Apply and obtain required permits Assumptions 1. Structural analysis or evaluation of the cover support system is not included under this task. 2. City provided PDFs of the reservoir cover support structure as -built drawings will be referenced in the coating specification No new drawings will be prepared for the coatings specification. 3. This scope does not include an analysis of the existing support system or the design of retrofitting or replacement for deficient roof structural elements. 4. Draft comments to be received by HDR within ten working days of submittal to the City. 5. The City will prepare the support structure recoating bid package. Deliverables 1. E- mailed PDF and Word file of draft support structure recoating specification and estimate. 2. E- mailed PDF and Word file of final support structure recoating specification and estimate. Task 4- Seismic Evaluation of Reservoir Cover System Objective Evaluate the existing cover structural system using the current IBC 2009 seismic event. Exhibit A Scope of Services E Street Reservoir Cover and Repainting Project August 2, 2012 Page 3 HDR Services 1. Calculate gravity loads, wind Toads, seismic loads and other loads applied to the Reservoir's cover system per normal and extreme loading conditions based on the requirements of IBC 2009, ASCE 7 -05. 2. Perform structural analysis of the cover support system, highlight structural deficiencies and provide recommendations for repair/ replacement. Evaluate the following: o Calculate wind, seismic and snow loads. o Provide a summary of roof analysis criteria. o Construct a Finite Element Model (FEM) of the roof system as needed. o Apply loads to the FEM model and run the analyses. o Calculate capacities and natural frequencies of the roof system. o Perform necessary evaluation and analyses on the roof structural members and connections. o Determine deficiencies of the existing system and recommend modifications, replacements, or improvements as needed. o Document findings, evaluation and recommendations in an e-mail to the City. 3. Prepare for, and participate in a conference call with the City regarding the seismic evaluation and discuss alternatives for retrofitting if deficiencies are found. City Responsibilities 1. Provide related data and information needed by HDR to perform the analysis 2. Participate in conference call with HDR to discuss the deficiencies found and options to correcting them. Assumptions 1. Limited and preliminary structural analysis will be prepared to evaluate the current roof system against IBC 2009 seismic event. 2. Design of retrofitting or repair of structural deficiencies is not included under this task. 3 Geotechnical information such as Site Class will be assumed based on County maps unless a recent geotechnical report is available. Deliverables 1. E -mail describing the seismic evaluation, findings, deficiencies found, and options to correct them. Task 5 Services during Bidding and Construction Objective Exhibit A Scope of Services E Street Reservoir Cover and Repainting Project August 2, 2012 Page 4 Provide services during construction for the roof recoating project. Consultant Services 1 Answer Contractor's questions during the bidding process. 2. Attend kick -off meeting with selected Contractor. 3. Review the Contractor coating submittal. 4. Respond to questions as they occur during construction. 5. Provide three additional site visits* o After sand blasting o Half way through the recoating process o At substantial completion City Responsibilities 1. Keep HDR informed of schedule and City communications with Contractor. Assumptions 1. The City will advertise and award the recoating contract. 2. The City is responsible for administering the recoating contract and will be the liaison between the Contractor and HDR. 3. HDR hours under this task are limited to those included in the fee estimate. Deliverables 1. Reponses to the City and /or Contractor's questions during construction. Schedule Assuming a Notice to Proceed on September 14, 2012, the scope can be completed as follows: Tasks 1 through 3: November 15, 2012 Task 4: December 17, 2012 Task 5: TBD (Before August 31 2013). Exhibit A Scope of Services E Street Reservoir Cover and Repainting Project August 2, 2012 Page 5 EXHIBIT B Task Budgets E Street Reservoir Cover Evaluation and Repainting Project TASK NO. TASK DESCRIPTION HOURS TASK BUDGET 1 1 Project Management and QA /QC 31 1 $5,439 2.1 Data Collection and Cover Support Structure Inspection 31 $7,110 2.2 1 Findings and Evaluation Tech Memo 44 1 $9,049 3 1 Prepare Cover Support Recoating Specification 58 $10,030 4 1 Seismic Evaluation of Reservoir Cover System 62 $$8,116 5 1 Services During Bidding and Construction 60 1 $15,257 TOTAL TASK ESTIMATED COSTS 286 1 $55,000 EXHIBIT C City of Port Angeles -E Street Reservoir Cover Evaluation and Repainting Project 15- Aug -12 PROJECT HOURS AND BUDGET ESTIMATE HOURS FOR EACH TASK 2.1 Data 2.2 1 -Proj Collection Findings 3 Plans 4 Roof 5 Follow Total HDR Labor Mgt and Specs Seismic Cost QA/QC and Eval Docs' Eval up Hours Inspection TM QA/QC (Peterson) 0 1 2 1 1 0 5 $1,284 Project Manager (Hijazi) 19 14 11 17 16 22 99 $19,974 Structural Engineer (Prindle) 0 0 0 0 9 0 9 $1,091 Structural Engineer (Shrestha) 0 2 3 0 30 0 35 $3,371 CADD (Beckett) 0 0 0 8 0 0 8 $693 Roof Specialist/Architect (Hogan) 0 0 0 0 0 0 0 $0 Corrosion Specialist (Reber) 0 12 7 12 0 36 67 $18,481 Project Assistant (Wyemura) 0 2 5 16 4 0 27 $2,272 Estimator (Glassen) 0 0 16 4 0 0 20 $4,469 Protect Controller (Kivela /Pfeiffer) 12 0 0 0 2 2 16 $2,107 Total Task Hours 31 1 31 1 44 1 58 1 62 1 60 1 286 $53,743 1 Total HDR Labor Cost $5,414 1 $6,752 1 $8,949 1 $9,930 1 $8,066 1 $14,632 $53,743 1 Prod 2:1 Data 2.2 3 Plans 4 Roof Collection Findings 5 Follow HDR' HDR Expenses Mgt and Specs Seismic -and Eval` up Expenses QA/QC Inspection TM Does' Eval Mileage $0 $332 $0 $0 $0 $600 $932 Copvinq /Pnntinq $25 $25 $100 $100 $50 $25 $325 Total HDR Expenses $25 $357 $100 $100 $50 $625 $1,257 TOTAL HDR LABOR AND EXP $5,439 1 $7,110 1 $9,049 1 $10,030 _1, $8,116 1' $15,257 $55,000 Subtotal Cost by Task $5,439 1 $7,11 $9,049 1 $10,030 1 $8,116 1 $15,257 $55,000 1 Proj w Collec n Find ?ngs 3 Plans 4 Roo 5 Follow y Mgt a n d Specs, Seismi Total a ndEval up QA/QC Docs E TOTAL ESTIMATED .fi. Inspection, TM, COST AND FEE $5,439` 1 $7;110 1 $9,049' 1' $70,030 1 $8,116 1 $15,257 $55,000 Staff Member Jim Peterson Mark Hijazi Doug Prindle Nisha Shrestha John Beckett Donn Hogan Steve Reiber Al Wyemura Rich Glassen Jamie Kivela Gail Pfeiffer EXHIBIT D 2012 Hourly Rate Schedule E Street Reservoir Cover Evaluation and Repainting Project Title QA/QC Project Manager Structural Engineer Structural Engineer CADD Roof Specialist Architect Corrosion Specialist Project Assistant Estimator Project Controller Sr. Project Controller 1 2012 Hourly Billing Rate $256.80 $201.76 $121.22 $96.32 $86.59 $202.88 $275.84 $84.16 $223.46 $92.80 $131.68