HomeMy WebLinkAboutContracts & Agreements_2-2007_CCv0001.pdf AGREEMENT TO FURNISH ENGINEERING CONSULTING SERVICES TO PROVIDE
STORM DRAIN ANALYSES AND DESIGN SERVICES IN CHURCH STREET FROM
SOLANO WAY TO PENNSYLVANIA AVENUE
This Agreement for consulting services to perform engineering review services on
development plans and maps("Agreement")is made and entered into this 2nd day of January,2007
by and between the City of Redlands,a municipal corporation("City"),and AEI-CASC Engineering,
Inc. hereinafter ("Consultant") who are sometimes individually referred to herein as a "Party"and
together, as the "Parties."
In consideration of the mutual promises,covenants and conditions hereinafter set forth,City
and Consultant agree as follows:
ARTICLE I - ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant to provide storm drain analyses and design services in
Church Street from Solano Way to Pennsylvania Avenue (the "Services"),
1.2 The Services shall be performed by Consultant in a professional manner, and Consultant
represents that it has the skill and the professional expertise necessary to provide the Services
to City at a level of competency presently maintained by other practicing professional
consultants in the industry providing like and similar types of services.
ARTICLE 2 - SERVICES OF CONSULTANT
2.1 The Services which Consultant shall perform are more particularly described in Exhibit"A,"
entitled "Scope of Services," which is attached hereto and incorporated herein by this
reference.
2.2 Consultant shall comply with all applicable Federal, State and local laws and regulations in
the performance of this Agreement including, but not limited to, all applicable Labor Code
and prevailing wage laws commencing at California Labor Code section 1770 et. seq., and
non-discrimination laws including the American's with Disabilities Act and the Fair
Employment and Housing Act.
2.3 Consultant further understands that if it violates the provisions of the California Labor Code
relating to prevailing wage,that City may enforce the California Labor Code by notice of the
withholding of contract payments to Consultant pursuant to Labor Code sections 1726, 1727
and 1771.6.
2.4 Consultant agrees that if it executes an agreement with a subcontractor to work on this
Project, that Consultant shall comply with California Labor Code section 1775 and 1777.7
including providing the subcontractor with copies of the provisions of Sections 1771, 1775,
1776, 1777.5, 1813 and 1815 of the Labor Code, Consultant acknowledges that the statutory
provisions for penalties for failure to comply with state wage and hour laws and to pay
prevailing wages may be enforced by the City pursuant to Labor Code sections 1775 and
1813.
1)"j l21 1 T I I)t A 1"1
ARTICLE 3 - RESPONSIBILITIES OF CITY
3.1 City shall make available to Consultant information in its possession that is pertinent to the
performance of Services.
3.2 City will make provision for Consultant to enter upon City-owned property, as required by
Consultant, to perform the Services.
3.3 City designates Tom T. Fujiwara to act as its representative with respect to the Services to
be performed under this Agreement.
ARTICLE 4 - PERIOD OF SERVICE
4.1 Consultant shall perform the Services in a prompt and diligent manner and in accordance
with the schedule set forth in Attachment "B," entitled "Project Schedule."
ARTICLE 5 - PAYMENTS TO THE CONSULTANT
5.1 The total compensation for Consultant's performance of the Services shall not exceed the
amount ofNinety One Thousand Four Hundred Sixty Three Dollars($91,463.00). City shall
pay Consultant on a time and materials basis up to the not to exceed amount, in accordance
with Exhibit "C," entitled "Service Fee," and based upon the hourly rates shown in Exhibit
"D," entitled "Rate Schedule."
5.2 Consultant shall bill City within ten days following the close of each month by submitting
an invoice indicating the portion of the Services performed,who performed the Services and
the detailed cost of all Services, including backup documentation. Payments by City to
Consultant shall be made within thirty (30) days after receipt and approval of Consultant's
invoice, by warrant payable to Consultant.
5.3 All notices shall be made in writing and may be given by personal delivery or by mail.
Notices, sent by mail shall be addressed as follows:
city Consultant
Tom T. Fujiwara, P.E. Ceazar Aguilar, P.E.
City of Redlands AEI-CASC Engineering, Inc.
Public Works Department 937 S. Via Lata, Suite 500
PO Box 3005 Colton CA 92324
Redlands, CA 92373
When so addressed, such notices shall be deemed given upon deposit in the United States Mail.
Changes may be made in the names and addresses of the person to who notices and payments are
to be given by giving notice pursuant to this section.
JJITI"'A�uree \_kfreelnelit "J';I
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
6.1 All insurance required by this Agreement shall be maintained by Consultant for the duration
of this Agreement and shall be primary with respect to City and non-contributing to any
insurance or self-insurance maintained by City. Consultant shall not perform any Services
pursuant to this Agreement unless and until all required insurance listed below is obtained
by Consultant. Consultant shall provide City with Certificates of Insurance and
endorsements evidencing such insurance prior to commencement of Services. All insurance
policies shall include a provision prohibiting cancellation of the policy except upon thirty
(30) days prior written notice to City.
6.2 A. Consultant shall secure and maintain Workers' Compensation and Employer's
Liability insurance throughout the duration of this Agreement in amounts which meet
statutory requirements with an insurance carrier acceptable to City.
B. Consultant expressly waives all rights to subrogation against City, its elected
officials, employees and volunteers for losses arising from work performed by Consultant
for City by expressly waiving Consultant's immunity for injuries to Consultant's employees
and agrees that the obligation to indemnify, defend and hold harmless provided for in this
Agreement extends to any claim brought by or on behalf of any employee of Consultant.
This waiver is mutually negotiated by the Parties. This waiver shall not apply to any damage
resulting from the negligence of City, its agents and employees. To the extent any of the
damages referenced herein were caused by or resulted from the concurrent negligence of
City,its agents or employees,the obligations provided herein to indemnify,defend and hold
harmless is valid and enforceable only to the extent of the negligence of Consultant, its
officers, agents and employees.
6.3 Consultant shall secure and maintain in force throughout the duration of this Agreement
comprehensive general liability insurance with carriers acceptable to City. Minimum
coverage of one million dollars ($1,000,000) per occurrence and two million dollars
($2.000,000)aggregate for public liability,property damage and personal injury is required.
Consultant shall obtain an endorsement that City shall be named as an additional insured.
6.4 Consultant,shall secure and maintain professional liability insurance throughout the duration
of this Agreement in the amount of one million dollars($1,000,000)per occurrence and two
million dollars ($2,000,000) annual aggregate.
6.5 Consultant shall have business auto liability coverage,with minimum limits of one million
dollars ($1,000,000) per occurrence, combined single limit for bodily injury liability and
property damage liability. This coverage shall include all Consultant-ovvned vehicles used
in connection with the Services,hired and non-owned vehicles,and employee non-ownership
vehicles. Consultant shall obtain an endorsement that City shall be named as an additional
insured.
3
6.6 Consultant is expressly prohibited from assigning any of the Services covered by this
Agreement without the express prior written consent of City. In the event of mutual
agreement between Parties to assign a portion of the Services, Consultant shall add the
assignee as an additional insured and provide City with the insurance endorsements prior to
any Services being performed by the assignee. Assignment does not include printing or other
customary reimbursable expenses that may be provided in this Agreement.
6.7 Consultant shall defend, indemnify and hold harmless City, its elected officials, officers,
employees and agents, from and against any and all actions, claims, demands, lawsuits,
losses and liability for damages to persons or property,including costs and attorney fees,that
may be asserted or claimed by any person,firm,entity,corporation,political subdivision or
other organization arising out of or in connection with Consultant's negligent and/or
intentionally wrongful acts or omissions under this Agreement:but excluding such actions,
claims, demands, lawsuits and liability for damages to persons or property arising from the
negligence or intentionally wrongful acts of City, its officials, employees or agents.
ARTICLE 7 - GENERAL CONSIDERATIONS
7.1 In the event any action is commenced to enforce or interpret any of the terms or conditions
of this Agreement the prevailing Party shall, in addition to any costs and other relief, be
entitled to the recovery of its reasonable attorneys' fees, including fees for in-house counsel
of the Parties at rates prevailing in San Bernardino County, California..
7.2 All documents, records, drawings, designs, cost estimates, electronic data files, databases,
and other documents developed by Consultant pursuant to this Agreement,and any copyright
interest in such documents,shall become the property of City and shall be delivered to City
upon completion of the Services,or upon the request of City. Any reuse of such documents
and any use of incomplete documents will be at City's sole risk.
7.3 Consultant is for all purposes an independent contractor. Consultant shall supply all tools
and instrumentalities required to perform the Services described in this Agreement. All
personnel employed by Consultant are for its account only,and in no event shall Consultant
or any personnel retained by it be deemed to have been employed by City or engaged by City
for the account of, or on behalf of City.
7.4 Unless earlier terminated, as provided for below, this Agreement shall terminate upon
completion and acceptance of the Services by City.
7.5 This Agreement may be terminated by the City,without cause,by providing five(5)business
days prior written notice to the Consultant (delivered by certified mail, return receipt
requested) of intent to terminate.
Djrn At�re( ',A�Srcefliellt Al,�l Renew
7.6 If this Agreement is terminated by City, an adjustment to Consultant's compensation shall
be made,but(1)no amount shall be allowed for anticipated profit or unperformed services,
and(2)any payment due Consultant at the time of termination may be adjusted to the extent
of any additional costs to City occasioned by any default by Consultant.
7.7 Upon receipt of a termination notice, Consultant shall (1) immediately discontinue all
services affected, and(2)within five(5)days of the date of said termination notice,deliver
or otherwise make available to City, copies (in both hard copy and electronic form, where
applicable) of any data, design calculations, drawings, specifications, reports, estimates,
summaries and such other information and materials as may have been accumulated by
Consultant in performing the Services required by this Agreement. Consultant shall be
compensated on a pro-rata basis for work completed up until notice of termination.
7.8 Consultant shall maintain books and accounts of all payroll costs and expenses related to the
Services. Such books shall be available at all reasonable times for examination by City at
the office of Consultant.
7.9 This Agreement, including the Exhibits incorporated herein by reference, represents the
entire agreement and understanding between the Parties as to the matters contained herein,
and any prior negotiations,written proposals or oral agreements relating to such matters are
superseded by this Agreement. Any amendment to this Agreement shall be in writing,
approved by City and signed by City and Consultant.
7.10 This Agreement shall be governed by and construed in accordance with the laws of the State
of California.
IN WITNESS WHEREOF,duly authorized representatives of the City and Consultant have
signed in confirmation of this Agreement.
City of Redlands AEI-CASC Engineering, Inc.
By: Yt. By:
Ceazar ui P.E.
Jon Harrison Principa
Mayor
Attest:
C , Clerk, 0, of edlands
5
el I
EXHIBIT"A"
SCOPE OF SERVICES
Dim AVI 'Hellew
SCOPE OF WORK
This scope of services has been prepared based upon our understanding of the project needs through
field review, discussions with the City of Redlands staff, and review of the City's letter dated November
15. 2006 and the accompanying drainage plans, (1669-SD and 1026-SD-7,8), and our experience on
previous similar projects. Should the City desire to change this work program, any such modifications
may be discussed and negotiated. The work program is based upon the design for underground storm
drains with an approximate length of 3,280 LF The proposed storm drain is located in Church Street
extending from the existing 63-inch storm drain up to Pennsylvania Avenue in the City of Redlands.
The project will include storm drain laterals in Pioneer Avenue, San Bernardino Avenue, and
Pennsylvania Avenue with approximate lengths of 340 LF,400 LF and 140 LF,respectively.
Phase 1 -Data Collection and Review
Task Ll: Research and Data Inventory
AEl-CASC's project team will gather and perform a thorough review of available drainage and street
plans, drainage studies, design topographic maps, and utility plans, and other plans relevant to the design
of the project.
AEI-CASC will conduct field investigations to familiarize the project team with the drainage conditions,
flow patterns,existing design constraints, and existing improvements in the project area. A photo album
and video inventory will be prepared to document field conditions within the project site.
AEI-CASC will contact the appropriate utility companies whose facilities may be impacted by the
project. Discussions will include investigation into location of existing facilities, estimated costs of
relocating facilities, and potential conflicts with the proposed drainage improvements.
L_
Task 1.2: Design Criteria Development and Evaluation
The project team will establish the necessary design criteria and standards at the approval of the City and
the utility companies, which will govern the hydrologic,hydraulic,and structural design of the proposed
drainage facilities. We will also prepare a detailed list of work items needed to complete the project.
Phase 2-Hydrology Study
Task 2.1: Review of Existing Hydrology Studies
AEl-CASC will review existing hydrology studies relevant to the project area. A field investigation will
be performed by the project team to verify the points of storm flow concentration, drainage boundaries,
and development types. The existing City master drainage plan (MDP) hydrology calculations and
hydrology map will be used for reference.
Task 2.2: Mainline and Catch Basin Hydrology Study
AEI-CASC will prepare a 10 and 100-year mainline and catch basin hydrology study based upon the
Rational Tabling, method as described in the San Bernardino County Hydrology Manual. The Civil
Design computer software will be used for the analysis. The study scope will encompass the drainage
areas tributary to the Church Street storm drain based upon the ultimate development and MDP drainage
boundaries. The existing MDP hydrology studies will be used to the maximum extent practical. Any
discrepancy between the MDP watershed boundaries and the existing drainage boundaries will be
brought to the City's attention immediately for conflict resolution.
AEI-CASC will complete and submit the report described under this scope at the 75 percent submittal
milestone.
Phase 3- Facilities Design/Hydraulic Analysis/Final Plans Preparation
Task 3.1: Design Topographic Mapping/Field Survey/Base Plan Preparation
AEI-CASC's sub-consultant, LIW Photogrammetric Mapping, Inc., will prepare 1-foot aerial
topographic mapping based upon a scale of I"=40'. AEI-CASC will also provide the necessary
horizontal and vertical control points for the aerial mapping as well as topographic check. As described
in the RFP, the City will be responsible for potholing existing utilities. However,this proposal assumes
that AEI-CASC will be responsible for providing field shots (vertical and horizontal location) for
potholed utilities, With the City's concurrence, AEI-CASC will provide the following field and office
surveying services:
• Field survey and office calculations as needed to establish aerial control points used for the
aerial mapping and street centerline control/existing street right-of-way.
• Field survey and office calculations to determine horizontal and vertical information for
points of interest that are relevant to the design.
• Cross Sections of the existing streets including curb and gutter and cur return improvements
at the location of the proposed catch basins.
The topographic design map will show the necessary topographic cultures including the location of all
existing utilities such as sewer lines and sewer manholes, water lines and water valves, fire hydrants,
blow-offs, gas lines, fiber optic and telephone lines (if any), electric lines, TV and cable lines, traffic
loops, and other dry utility lines.
Base plans will be prepared at a scale of I"=40' using the topographic map/field survey and utility
information.
Task 3.2: Horizontal and Vertical Alignment Design
AEI- ASC will review thee drainage plans (1669-SD and 1026-SD-7, 8)and utility plans relevant to the
project area. The location of the storm drain line and utility lines shown on the 1669-SD plans will be
verified for accuracy. Horizontal centerline alignment and invert slope for the storm drain line will be
designed based upon the existing design constrains of existing utilities and elevations shown on the
design topographic maps.
I
Task 3.3: Facility Sizing/Hydraulic Analyses
Based upon the mainline design flow rates, catch basin flow rates, and preliminary alignment derived
under Tasks 2.1, 2.2 and Task 3.2, respectively, preliminary facility sizing analysis for the proposed
facilities will be performed using the WSPG computer program. The sizing analysis will include
evaluation of the preliminary size and type of the underground storm drain required to convey the
ultimate 100-year storm flows. At this stage, the location of the catch basins will be identified. Catch
basin sizing will be performed based upon the computed catch basin flow rates derived under Task 2.2.
AEI-CASC will also identify impacts of the proposed storm drain to existing utilities and improvements,
and determine existing utilities that will need to be potholed and relocated.
Task 3.4: Drainage Improvement Plans Preparation
With the City's approval, AEI-CASC will prepare plan and profile construction drawings at a scale of V
=40' horizontal and 1" =4' vertical for the proposed drainage improvements using the City's title block.
The proposed improvements will extend from the existing 63-inch RCP up to Pennsylvania Avenue, for
an approximate length of 3,280 LF. The improvements will also include laterals in Pioneer Avenue, San
Bernardino Avenue, and Pennsylvania Avenue, with approximate lengths of 340 LF, 400 LF and 140
LF, respectively. The plan set will consist of I title sheet, 6.5 plan and profile sheets, and 2
connector pipe profile sheets and I drainage detail sheet. The drainage plan and profile sheets will
show the proposed storm drain and catch basins. The connector pipe profile sheets will show the lateral
pipes and catch basin/inlet connector pipes profiles at a scale of I"=4' (horizontal and vertical). The
drainage detail sheets will show the horizontal layouts for the transition structures, manholes with
laterals, and junction structures. This sheet will also show details for any special catch basin/inlets and
miscellaneous details as required at an appropriate scale.
This scope assumes that relocation of exiting utilities will not be required. if utility relocation plans are
required, then AEI-CASC will prepare a contract addendum to cover costs associated with preparing
those plans. The plans will be prepared based upon the design requirements of the affected utility
companies
The drawings will be prepared in AutoCAD based upon the City's drafting standards. The latest WSPG
computer program will be used to perform the hydraulic calculations for the system. The proposed catch
basin will be sized based upon the City of Los Angeles' catch basin capacity nomographs. The City of
Redlands, San Bernardino County,APWA, and Caltrans standards structures will be used in the design.
AEI•CASC will complete and submit the plans described under this scope at the 75 percent submittal
milestone.
Task 3.5: Traffic Control/Striping Plans Preparation
AEI-CASC will prepare a doubled tiered, 1''40' scale traffic control or traffic handling plans based
upon the number of lanes required to be open at specific times as designated by the City of Redlands.
The plans will consist of 21 layout sheets. The AWPA's Work Area Traffic Control Handbook
(WATCH) will be used to prepare the plans. This scope assumes that all traffic control or traffic
handling will be preformed within the street right of way and no traffic detours will be required.
AEI-CASC will prepare doubled tiered, 1"=40' scale traffic delineation(striping)detail sheets.
AEI-CASC will complete and submit the plans described under this scope at the 95 percent submittal
milestone.
Task 3.6: Drainage Technical Report
AEI-CASC will prepare a drainage technical report in support of the final design plans. This report will
include a technical narrative outlining the assumptions and results of the study,hydrology calculations.
AEI-CASC will complete and submit this report described under the scope at the 75 Percent submittal
milestone.
Task 3.7: Special Provisions Preparation
AEI-CASC will prepare special provisions for inclusion in the construction contract documents at the 95
percent submittal milestone. The document will be provided to the City in Microsoft Word.
Phase 4- Agency Approval
Tasks 4.1,4.2,4.3: Plans and Drainage Report Processing
AEI-CASC will submit the plans and drainage report at the 75% (Task 4.1), 95% (Task 4.2), and 100%
(Task 4.3) submittal milestones. We will perform the necessary design and drafting revisions needed to
obtain plan and report approval from the City of Redlands, and affected utility companies.
AEI-CASC will prepare and submit a final opinion of probable quantities for the various construction
items shown on the plans at the 95%submittal milestone.
Project Meetings and Coordination
AEI-CASC project team will provide the necessary time to meet and coordinate with the City and
affected utility companies in support of the project.
Kick-off Meeting
A kick-off or scoping meeting with the City will be arranged. At this meeting, AEI-CASC will present
the project schedule, discuss potential areas of concern, define project scope and objectives, and
establish appropriate courses of action.
Project Meetings
AEI-CASC will meet with City staff to review, discuss and resolve design issues. A maximum of two
(22)project review meetings is provided in this proposal.
Project Coordination
Continuous coordination will be maintained through out the design phase of the project to insure the
proposed drainage improvements to be constructed are in conformance with the City's standards. A
maximum of 20 hours of project coordination time is provided in the proposal.
EXCL USLOM
The following work items are considered excluded from this proposal:
1. Geotechnical Study
2. Standard Specifications and Bid Documents Preparation
3. Structural Calculations
4. Environmental Permitting
5. Utility Relocation Plan Preparation
6. Street Improvement Plan Preparation for curb&gutter,paving and curb return improvements
7. Encroachment Permitting from other Agencies
EXHIBIT B"
Project Schedule:
Engineering Consulting Services to begin on January 3, 2007 and end on May 15, 2007.
rs
e I t
Mm \Ljr(
EXHIBIT"C"
Service Fee:
The service fee for the scope of service outlined in the attache Exhibit A shall be a not to exceed
amount of$91,463.00.
AIR-
EXHIBIT "D"
HOURLY FEE RATE SCHEDULE
AEI-CASC ENGINEERING
HOURLY FEE RATE SCHEDULE
January 1,2006
The following rates shall apply to services provided on a time-and-material basis. Rates reflected are hourly.
_General Construction Management $128.00
President/Principal $175.00 Resident Engineer $118.00
Clerical/Miscellaneous office Work $63.00 Assistant Resident Engineer
Senior Field Inspector $101.00
Field Inspector 1 $86.00
9E9 $145,00 Field Inspector 2 $95.00
Engineering Director
Senior Project Manager/Project Manager $137.00
Assistant Project Manager/Senior Project Engineer $118,00 Planninz $139.00
Senior Designer/Project Engineer/Calculator $1.1.0.00 Planning Director $126.00
Design Engineer/Designer $105.00 Project Manager $118,00
CADD Designer $96�00 Senior Planner
Senior CADD Drafter $89.00 Planner $105.00
CADD Drafter $68,00 Assistant Planner $90.00
Water Qualitt,Senices Survel,
Engineering Director $145.00 Three Person Survey/GPS Crew $255.00
n Survey/GPS Crew $230.00
$137.00 Two Person Senior Project Manager/Project Manager Survey/GPS Crew $200.00
Assistant Project Manager/Senior Project Engineer $118.00 One Person
$112.00 Senior Project Manager/Project Manager $137.00
Scientist $10L00 Survey Analyst $110,00
Senior Field Inspector
Environmental Analyst I $86.00
Environmental Analyst 11 $95.00 Other $352.00
Field Inspector 1 $86.00 Litigation Consultant,'Expert Witness $32.44
Field Inspector 11 $95.00 Computer Time
Two Person Sampling Crew $188.00
REIMBURSABLE EXPENSES
The following expenses will be billed at cost plus 15%:
Reproduction Services: Includes blueprinting,copying, printing and plotting. Inhouse plots will be billed at S6.00
jew set. The client is welcome to contract directly with at
per sheet for each client set and for a final inhouse rev
outside reprographic firm for those services not provided in-house.
Rent Equipment and Fees: Any equipment rental and any fees advanced by our firm including plan check an(
filing fees.
Commercial Delivery Services: Including Express Mail,Federal Express., LIPS and independent courier services.
In-House Pic ,_JJy and Delivery Services: provided by our firm will be reimbursed at $4.00 per
�s: These services
hour. In addition,mileage will be billed at$.55 per mile with no markup.
Travel Expenses:�enses: Mileage to and from the job site will be billed at a rate of$.55 per mile with no markup and trave
time for survey crews will be billed at$90.00 per hour,per man,oneway. Airfare will be billed at cost plus 159'x
Per Diem: Per them for overnight stays will be billed at$134 per day,per man.
If the client requires a Waiver ofStibrogation.for lVorkman's Compensation Insurance, the
Wa premium for this request. The approximate amount for th4
client will be required to pay the additional insurance
waiver is$250,00,
A70TE: Invoicing will be submitted on a monthly,progressive cycle.