Loading...
HomeMy WebLinkAboutContracts & Agreements_67-2005_CCv0001.pdf AGREEMENT TO FURNISH ENGINEERING SERVICES FOR HYDRAULIC EVALUATION OF THE HENRY TATE WATER TREATMENT PLANT EFFLUENT PIPELINE This Agreement is made and entered into this 19th day of April, 2005,by and between the City of Redlands, a municipal corporation (hereinafter "City"l and Black and Veatch, hereinafter ("Consultant'). In consideration of the mutual promises, covenants and conditions hereinafter set forth, City and Consultant hereby agree as follows: ARTICLE 1 - ENGAGEMENT OF CONSULTANT 1.1 City hereby engages Consultant,and Consultant hereby accepts the engagement,to perform professional consulting services ("Services') for Hydraulic Evaluation of the Henry Tate Water Treatment Plant Effluent Pipeline("Project"). 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 high quality Services for the Project at the level of competency presently maintained by other practicing professional engineers in the industry providing like and similar types of services. ARTICLE 2 - SERVICES OF CONSULTANT 2.1 The specific Services which Consultant shall perform are more particularly described in Attachment "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 rules, laws and regulations in the performance of this Agreement including,but not limited to,all applicable Labor Code and prevailing wage laws. ARTICLE 3 -RESPONSIBILITIES OF CITY 3.1 City shall make available to Consultant information in its possession that is pertinent to the performance of Consultant's Services. 3.2 City will provide access to and make provisions for Consultant to enter upon City-owned property or right-of-way as required by Consultant to perform the Services. 3.3 City designates Greg Gage,Project Manager,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 AND NOTICE 5.1 The total compensation for Consultant's performance of the Services shall not exceed the amount of$37,600. City shall pay Consultant on a time and materials basis up to the not to exceed amount, in accordance with Attachment"C", entitled"Project Costs"based on the hourly rates shown in Attachment"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 Services performed,who performed the Services,indirect costs,and the detailed cost of all Services including backup documentation. Payments by City to Consultant shall be made within 30 days after receipt and approval of Consultant's invoice, by warrant payable to Consultant. 5.3 All contractual notices, bills and payments shall be made in writing and may be given by personal delivery or by mail. Notices,bills and payments sent by mail shall be addressed as follows: Ci!Y Consultant Greg Gage Steven Foellmi Municipal Utilities Dept. Black and Veatch 35 Cajon Street 6 Venture, Suite 315 P. O. Box 3005 Irvine, CA 92618 Redlands, CA 92373 When so addressed, such notices shall be deemed given upon deposit in the United States Mail. In all other instances,notices,bill and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices,bilis,and payments are to be given by giving notice pursuant to this paragraph. ARTICLE 6 - INSURANCE AND INDEMNIFICATION 6.1 Consultant's Insurance to be Primary All insurance required by this Agreement is to be maintained by Consultant for the duration of this Project and shall be primary with respect to City and non-contributing to any insurance or self-insurance maintained by the 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 provided City with Certificates of Insurance and endorsements evidencing such insurance prior to commencement of work. All insurance policies shall include a provision prohibiting cancellation of the policy except upon thirty (30)days prior written notice to City. 6.2 Workers' Compensation and Employer's Liability A. Consultant shall secure and maintain Worker Compensation and Employer's Liability insurance throughout the duration of this Agreement in amounts which meet statutory requirements with an insurance carrier acceptable to the City. B. Consultant expressly waives all rights to subrogation against the City, its officers, 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 shall not apply to any damage resulting from the sole 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 Comprehensive General Liability Insurance. Consultant shall secure and maintain in force throughout the duration of the 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. 6.5 Business Auto Liability Insurance. Consultant shall have business auto liability coverage, with minimum limits of one million($1,000,000)per occurrence,combined single limit for bodily injury liability and property damage liability. This coverage shall include all consultant owned vehicles used on the project,hired and non-owned vehicles,and employee non-ownership vehicles. Consultant shall obtain an endorsement that the City shall be named as an additional insured. 6.6 Assignment and Insurance Rgguirements. Consultant is expressly prohibited from subletting or assigning any of the services covered by this Agreement without the express written consent of City. In the event of mutual agreement between parties to sublet a portion of the Services,the Consultant will add the subcontractor as an additional insured and provide the City with the insurance endorsements prior to any work being performed by the subcontractor. Assignment does not include printing or other customary reimbursable expenses that may be provided in this Agreement. 6.7 HoldHarmlessand Indemnification. Consultant shall defend,indemnify,and hold harmless City and its elected officials, 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 sole negligence or intentionally wrongful acts of City,its officers, 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. 7.2 Consultant shall not assign any of the Services required by this Agreement,except with the prior written approval of City and in strict compliance with the terms, provisions and conditions of this Agreement. 7.3 Consultant's key personnel for the Project are: Project Manager: Richard Mori,Project Engineer Consultant agrees that the key personnel shall be made available and assigned to the Project, and that they shall not be replaced without concurrence from City. 7.4 All documents, records, drawings, designs, costs estimates, electronic data files and databases and other documents developed by the Consultant pursuant to this Agreement and any copyright interest in said above described 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. 7.5 Consultant is for all purposes an independent contractor. 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. 7.6 Unless earlier terminated, as provided for below, this Agreement shall terminate upon completion and acceptance by City of the Services. 7.7 This Agreement may be terminated by the City, without cause, by providing ten (10) days prior written notice to the Consultant(delivered by certified mail,return receipt requested)of intent to terminate. 7.8 Upon receipt of termination notice,Consultant shall(1)promptly discontinue all services, and(2)deliver or otherwise make available to City,copies 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. 7.9 This Agreement,including the attachments incorporated herein by reference,represents the entire agreement and understanding between the parties and any prior negotiations,proposals or oral agreements are superseded by this written Agreement. Any amendment to this Agreement,to be effective,shall be in writing and approved by the City Council of 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 Black and Veatch ("City") ("Consultant") By: y. YOR ` -fit oellmi Principal ATTEST: Toy: I Y CT 1JERRgr City Clerk, City of Redlands AGREEMENT TO FURNISH ENGINEERING SERVICES FOR THE HENRY TATE WATER TREATEMENT PLANT EFFLUENT PIPELINE ATTACHMENT A SCOPE OF SERVICES Task 1 —Identification and Collection of Background Data Data relevant to the engineering work to be performed will be identified,collected and assembled. The primary purpose will be to identify data associated with the City facilities and hydraulic requirements downstream to the Ward Way Reservoir(the preliminary work to date has focused on the areas between the Tate WTP and the Ward Way Reservoir).Information shall include,but not be limited to, existing maps, aerial photography, reports, system schematics, hydraulic profiles, and other data that are readily available in either hardcopy or electronic format. Task 2—Hydraulics Evaluation The City has indicated that it has a fully-calibrated and balanced hydraulic model of the distribution system. B&V will develop up to three operational scenarios (model run criteria), which will be forwarded to City staff for incorporation into the hydraulic model.City staffwill then provide B&V with the model results for review and interpretation. Operating scenarios will be developed to (1) identify potential causes of the suspected depressurization of the effluent pipeline, (2) identify hydraulic requirements and constraints downstream of Ward Way Reservoir, and (3) ensure that system hydraulics downstream of Ward Way Reservoir are not negatively impacted by recommended improvements. This evaluation will also identify the ultimate capacity requirements for the Tate Water Treatment Plant effluent pipeline.Based on the required capacity,an appropriate pipe size will be identified and recommended. Task 3—System Hydraulics Workshop Upon completion of Task 2,a workshop will be conducted.The purpose of the workshop will be to present our understanding of the hydraulic criteria and operational requirements associated with the effluent pipeline.This will be a critical meeting as the remainder of the project work will be based on the distribution system hydraulics established during Task 2. Task 4—Development of Alternative Pipeline Alignments Alternative pipeline alignments between the Henry Tate Water Treatment Plant and the Ward Way Reservoir will be identified and evaluated. The purpose of this task will be to define the preferred Agreement for Engineering Services,Attachment A—Scope of Services Page 2 pipeline alignment for the effluent pipeline. A maximum of three alternatives will be reviewed against the following evaluation criteria: length,capital cost,constructability,right-of-way/easement requirements,environmental concerns,and agency coordination requirements.Upon completion of the evaluation,a single alignment will be recommended for preliminary design. Task 5—Review Ward Way Reservoir Piping The Ward Way Reservoir is currently connected to the existing effluent pipeline as a branch outlet. As a result,consistent turnover of the water stored within the reservoir is not continually achieved resulting in a "dead-end" type of configuration, which can potentially impact water quality. The purpose of this task will be to review the existing piping configuration(into and out of the reservoir as well as the connection to the effluent pipeline)and to recommend modifications to improve the circulation through the reservoir. Task 6—Technical Memorandum A summary technical memorandum(TM)documenting the significant information, findings, and recommendations of the work completed above will be prepared and submitted to the City for review.Following review and resolution of comments,the final TM will be prepared and submitted. Task 7—Review Workshop A workshop will be conducted with the City to present, discuss, and review the findings and recommendations presented in the draft TM. The primary purpose of the workshop will be to summarize the work completed to date and to obtain comments from the City.Comments received at the workshop will be documented in meeting minutes and incorporated into the final TM. AGREEMENT TO FURNISH ENGINEERING SERVICES FOR THE HENRY TATE WATER TREATEMENT PLANT EFFLUENT PIPELINE ATTACHMENT B PROJECT SCHEDULE The proposed tasks will be completed within two(2)months of receipt of a written authorization to proceed from the City. Black and Veatch are available to begin the proposed work immediately. AGREEMENT TO FURNISH ENGINEERING SERVICES FOR THE HENRY TATE WATER TREATMENT PLANT EFFLUENT PIPELINE ATTACHMENT C PROJECT COSTS The work presented in the Scope of Services (Exhibit A) will be completed for the not to exceed amount of$37,600 based upon the table below,and in accordance with Exhibit D—"Rate Schedule". Description Hours Labor Expenses Total Task I -Identification and collection of 10 $1,200 $100 $1,300 Background data - Task 2-Hydraulics Evaluation 70 $8,800 $800 $9,600 Task 3—System Hydraulics Workshop 24 $3,000 $500 $3,500 Task 4—Development of Alternative 90 $9,600 $800 $10,400 Pipeline Alignments Task 5—Review Ward Way Reservoir Piping 20 $2,400 $300 $2,700 Task 6—Technical Memorandum 50 $6,000 $600 $6,600 Task 7—Review Workshop 26 $3,000 $500 $3,500 Total 290 $34,000 $3,600 $37,600 AGREEMENT TO FURNISH ENGINEERING SERVICES FOR THE HENRY TATE WATER TREATMENT PLANT EFFLUENT PIPELINE ATTACHMENT D -RATE SCHEDULE Engineering Services Black and Veatch—2005 Schedule of Fees family/level rate Principal-in-Charge 16/10- 16/30 180 Senior Project Manager 08/07 175 Project Manager - 08/06 170 Senior Staff Specialist 08/05 -08/06 160 Project Manager 08/05 155 Project Engi'neer 08/05 150 Project Engineer 08/04- 08/05 145 Project Engineer 08/04 140 Project Engineer 08/04 135 Senior En ,gineer 08/03 -08/04 130 Engineer 08/03 125 Engineer 08/03 120 Engineer 08/03 115 Engineer 08/02 - 08/03 110 Engineer 08/02 105 Engineer 08/02 100 Engineer 08/01 -08/02 95 Engineer 08/01 90 Architect 07/03 125 Architect 07/02 - 07/03 115 Architect 07/02 110 Architect 07/01 - 07/02 105 Architect 07/01 95 Senior Cost Estimator 04/03 - 04/05 115 Cost Estimator 04/03 - 04/05 105 Scheduler 04/03 - 04/05 115 Senior Technician 35/06 - 35/07 110 Senior Technician 35/05 - 35/06 105 Technician 35/05 - 35/06 95 Senior CADD Manager 35/08 115 CADD Manager 35/06- 35/07 110 Senior CADD Operator 35/05 105 Senior CADD Operator 135/04 195 Agreement for Engineering Services, Attachment D—Rate Schedule Page 2 CADD Operator 35/02 -35/03 90 CADD Operator 35/01 -35/02 85 Senior Office/Project Administrator 65/06 90 Office/Project Administrator 65/03 -65/05 85 Administrative Support 65/01 -65/02 80 Administrative Support 65101 -65/02 75 Administrative Support 165/01 70 (*)A$8.75 hourly surcharge will be added to the rates indicated above to cover basic computer charges, minor reproduction fees, long-distance telephone charges,car milage for company owned vehicles and postage rates -Billing rates will be adjusted annually to reflect increases in salary costs. -Direct expenses, including subconsultants, are at cost plus 5%