Loading...
HomeMy WebLinkAboutContracts & Agreements_171-2002_CCv0001.pdf AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE ORANGE STREET WELLFIELD TRANSMISSION PIPELINE This Agreement is made and entered into this 15th day of October 2002 by and between the City of Redlands, a municipal corporation (hereinafter "City") and Boyle Engineering Corporation, (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 services ("Services") for design engineering services associated with the design and construction of the Orange Street Wellfield Transmission Pipeline Project (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 Consultants in the industry providing 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. 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 rights-of-way as required by Consultant to perform the Services. 33 City designates Lonny Young as Project Manager, to act as its representative with respect to the Services to be performed under this Agreement. AGREEMENT FOR DESIGN SERVICES FOR THE ORANGE ST. WELLFIELD PIPELINE October 15, 2002 Page 2 ARTICLE 4 - PERIOD OF SERVICE 4.1 Consultant shall perform the Services in a 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 Services shall not exceed the amount of$149,012. City shall pay Consultant on a time and materials basis up to the not to exceed amount, in accordance with Attachment "C", entitled "Project Fee", 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: city Consultant Lonny Young Boyle Engineering Corporation Municipal Utilities Department 1501 Quail Street 35 Cajon Street, Suite 15A Newport Beach, CA 92660-2726 P. O. Box 3005 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 1 the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices, bills, and payments are to be given by giving notice pursuant to this paragraph. AGREEMENT FOR DESIGN SERVICES FOR THE ORANGE ST. WELLFIELD PIPELINE October 15, 2002 Page 3 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 provide 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 Worker's Compensation and Employer's Liability 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 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 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 Business Auto Liability Insurance. Consultant shall have business auto liability coverage, with minimum limits of I million ($1,000,000) per occurrence. combined AGREEMENT FOR DESIGN SERVICES FOR THE ORANGE ST. WELLFIELD PIPELINE October 15, 2002 Page 4 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-o A nership vehicles. Consultant shall obtain an endorsement that City shall be named as an additional insured. 6.5 Professional Liability Insurance. 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 claim made. 6.6 Hold Harmless and Indemnification. Contractor 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 Contractor'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. 6.7 Assignment and Insurance Requirements. 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 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. 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: AGREEMENT FOR DESIGN SERVICES FOR THE ORANGE ST. WELLFIELD PIPELINE October 15, 2002 Page 5 Project Manager: Phil Stone Project Engineer: Ray Lyons 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 Project documents developed by the Consultant pursuant to this Agreement 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 for other projects 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 a termination notice, Consultant shall (1) promptly discontinue all services affected, and (2) 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. 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 Agreement. Any amendment to this Agreement shall be in writing, approved by the City Council of City and signed by City and Consultant. AGREEMENT FOR DESIGN SERVICES FOR THE ORANGE ST. WELLFIELD PIPELINE October 15, 2002 Page b 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 Boyle Engineering Corporation ("City") ("Co a ant") By: By: A�WM6�1 KARL N. (KASEY) HAWS Mayor Title: V 6 ATTEST: Beatrice Sanchez Deputy City Clerk AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE ORANGE WELL FIELD WATER TRANSMISSION MAIN ATTACHMENT A SCOPE OF SERVICES Project Understanding Scope of Services The City of Redlands is proceeding with 100 Alignment Study and Preliminary implementation of a water transmission main from the Engineering Phase Orange Well Field to a proposed reservoir near the northeast comer of the Texas Street/San Bernardino 101 Attend "kick-off"meeting. Boyle and City Avenue intersection. The target is to have water staff will meet to discuss the project transmission main operational by June 30, 2003. requirements and obtain pertinent information. The transmission main is to convey water from Boyle staff will record and distribute copies of initially two wells located adjacent to the Santa Ana the meeting minutes to all present. River at Orange Street to proposed piping in Texas 102 Establish the pipeline design criteria. Street leading to a new reservoir just south of San Prepare and review preliminary design criteria Bernardino Avenue. Preliminarily, it is to be a 30- with City staff. The design criteria will be inch pipeline with an overall length of approximately finalized following receipt of City staff 10,000 feet. The alignment generally will be within comments prior to commencement of final the following streets: design. The design criteria will include pipe ■ Orange Street material, general location of pipeline ■ Pioneer Avenue appurtenances such as operating valves, blow- ■ Texas Street offs, air and vacuum release valves, trenching The connection of the transmission main at the wells details, depth of cover,method of pipe restraint will be to the well head piping being designed by and other applicable information. others. 103 Research location of underground utilities. The transmission main will terminate in Texas This involves field and office contacts with Avenue by connecting to a new pipeline fitting that public, private and municipal utilities. This will be provided by others. includes main line facilities only(not service connections), for such underground utilities as No metering facilities will be included within this water, sewer, storm drain,oil or fuel,gas, transmission main reach. telephone, electrical,television,cable, irrigation and traffic control systems. 104 Gather street improvement plans and right- of-way t� of-way documents. These will be provided by the City and utilized without independent review by Boyle. 105 Preparation of preliminary plan sheets. Prepare preliminary plan sheets to illustrate the concept of the project and then review with the City at a meeting for concurrence. The plans will have progressed to the point where the streets have been mapped,underground utility lines are shown in the plan view and a tentative alignment for the new waterline is shown in the plan view. The alignment will be dimensioned from the street centerline,although stationing will not yet be developed. 200 Design Survey Field surveying, aerial photography and topographic mapping will be provided for preparation of plan and profile sheets. Prepare traffic control plan. Traffic control Topographic mapping will be produced by plans will be prepared for Orange Street and photogrammetric methods. Design field Pioneer Avenue. The plans will denote work surveying will include horizontal and vertical areas, temporary channelization and signing control for the mapping with additional details requirements. It is anticipated that traffic required for design. The mapping will be control requirements for the remaining project prepared in AutoCAD format at a scale of streets typical will be shown as a I ,pical detail on the I"=40'. Bush&Associates will be responsible plans. for surveying/staking. 402 Prepare the plans. Plans will be prepared in 300 Geotechnical investigation AutoCAD, at a scale of I"=40'. The plan sheets will be comprised of a plan view at I" Our geotechnical subconsultant. Kleinfelder, 40' and a I­=4' vertical scale profile. Details Inc., will perform a geotechnical investigation of connections and appurtenances will be that will provide soils-related criteria for the included as necessary. The following is a project design as well as information useful preliminary listing of plan sheets: during the construction of the waterlines. The a I title sheet with location map. specific tasks to be performed are outlined in 0 1 sheet of general notes, sheet index, and Kleinfelder's Scope of Work, which is included agency index. at the end of this section. I a 9 plan and profile sheets. 400 Final Design and Bid Document 0 4 sheets of details. Preparation • I sheet for Santa Ana River crossing. 401 Perform the pipeline design. Three pipe 0 1 sheet for bridge crossing at materials materials; ductile iron,mortar lined &coated plant. steel and PVC, will be included for design of 0 3 traffic control sheets. the waterlines. The plans will reflect these three alternative pipe materials. Basic subtasks The City will provide Boyle with an electronic involved are: copy of the City's standard title sheet. • Develop and calculate the pipeline 403 Prepare specifications. The special provisions alignments,including the Santa Ana River will be prepared for incorporation with the crossing. City's contract documents and general provisions to form the bidding package. One • Pipeline structural design. This includes bidding package is assumed. The special thrust restraint requirements. provisions will include, in addition to the • Design of pipeline appurtenances. material related items, special construction requirements. The special provisions will It is our understanding that no flow meters will incorporate requirements in areas relating to be required on this pipeline. such items as traffic control, pavement removal and replacement, and utility requirements. City Pipeline Corrosion Design. Investigation and standards will be referenced as much as design of required external corrosion protection possible. The City will provide the "boiler measures will be performed by M.J. Schiff and plate"portion of the specifications to Boyle for Associates as a subconsultant to Boyle. Details review and comment. covering these protective measures will be 404 Process plans through utilities. Preliminary included on the plans and in the specifications. plans will be submitted to affected utilities for The specific tasks to be performed by M.J. verification of the location of their facilities. Schiff are outlined in the attachment at the end Any required environmental processing will be of this section. performed by the City. 2 a0vLE 405 Prepare an opinion of probable construction Assumptions cost. An opinion of probable construction cost will be prepared to aid the City in its further 1. Any environmental analysis,documentation and planning and for the purpose of evaluating bids. processing will be performed by others. The opinion will be itemized in accordance with the schedule of work items contained in 2. All right-of-way required for the subject facilities the contract documents. Since Boyle has no is available or will be acquired by the City. No control over actual costs of labor or materials legal descriptions and mapping for easements are submitted at the time of bid, we cannot anticipated. guarantee the accuracy of the opinion of 3. The City has determined that neither a Section probable construction costs. 401 permit from the RWQCB or a Section 404 406 Progress submittals. A progress meeting to permit from the Corps of Engineers or a review the proposed pipeline alignment streambed alteration agreement from the State described in Task 105 will be scheduled at the Dept. of Fish and Game is required for this approximate 30 percent completion stage. A project. progress submittal will be made to the City at the 90 percent completion stage of design for review. Four sets of the plans and specifications will be submitted. Boyle will meet with City staff to review comments. The plans, specifications and opinion of probable construction cost will then be revised for final submittal to the City. 407 Deliver originals to the City. The original plans (on Mylar)and reproducible specifications will be delivered to the City for copying for bidding and record purposes. Electronic files of the plans on disk in AutoCAD format and of the specifications in MS Word will be provided to the City. 408 Quality Control. Boyle will perform a quality control review of the project documents prior to all submittals. 409 Coordination/Permit Processing. Boyle will coordinate with the San Bernardino County Flood District for processing of permits required for construction of the waterline facilities across the Santa Ana River. Any required fees shall be paid by the City of Redlands. 500 Bidding 501 Bidding. Questions will be answered during the bidding phase. 3 KLEINFELDER-SCOPE OF WORK The purpose of our geotechnical investigation will be to evaluate the subsurface conditions to provide recommendations for geotechnical design and construction of the project. The scope of our proposed work is based on our understanding of the project and the client's needs, and our previous experience with similar projects. Kleinfelder's geotechnical investigation will commence with a review of appropriate geotechnical and geologic literature. Exploratory borings and test pits will be excavated along the proposed transmission pipeline. Samples obtained from the borings and test pits will be retained for laboratory testing. The 4n findings of the geotechnical investigation will be presented in a comprehensive written 0 report that will include conclusions and recommendations pertaining, to design, earthwork, pipeline I excavation and backfill and any a,eologic hazards identified. The proposed scope of our geotechnical investigation is outlined below in greater detail. Z_ Task I —Literature Review/Utility Clearance We propose to begin our investigation by reviewing available geologic and geotechnical literature pertaining to the project. We will review published and unpublished soil and geologic data in our files and as available from appropriate public agencies. This will include a review of hazard, fault and geologic maps prepared by the California Geologic Survey, the U.S. Geologic Survey, the County of San Bernardino, the City of Redlands and other governmental agencies. We will attempt to locate and review available historical aerial photographs of the site vicinity. We will also attempt to review appropriate plans of the existing RCB and other improvements within the pipeline alignment, as available from the City of Redlands. Prior to field exploration, we will contact Underground Service Alert (USA) to identify potential Z:� I conflicts between our planned boring locations and existing underground utilities. In Task 2 -Field Exploration We propose to explore the subsurface materials by drilling approximately 13 to 15 hollow-stem auger borings and excavating nine to 10 test pits along the transmission pipeline alignment. The borings will be drilled to approximately 15 feet below the existing ground surface or 5 feet below planned invert depths, whichever is deeper. Borings will be spaced at approximately 500 feet intervals along the pipeline alignment. At the RCB and haul road crossings within the Santa Ana River wash, borings will be drilled to an estimated maximum depth of 30 feet below existing grades or to the depth necessary to obtain subsurface information for jacking/boring. Borings will be drilled to the planned depth or to practical refusal, whichever occurs first. The test pits are planned within the Santa Ana River wash and flood plain where large oversize cobbles and boulders are anticipated. The test pits will be excavated along the unpaved shoulder of Orange Street or in the wash using a rubber-tired backhoe equipped with a 224-inch wide bucket. The test pits will be spaced at about 500 foot intervals along the alignment and excavated to a depth of about 12 to 14 feet, or to practical refusal. An en-ineerfaeologist will maintain a log of the materials encountered and obtain samples for visual examination, classification and laboratory testing. Upon completion, the borings and test pits will be backfilled with native soils. Compaction of the backfill is not included in this proposal. Kleinfelder,Inc. Page 1 of 2 Task 3 - Laboratory Testing Laboratory testing will be performed on selected samples obtained during field exploration to assess I CD C the physical characteristics of the subsurface materials. We anticipate the testing will include unit weight, moisture content, maximum density, gradation, direct shear, sand equivalent and R-value. Our testing program may be modified based on the actual subsurface materials encountered during exploration. Task 4 - Analysis and Report Preparation Our findings, conclusions and recommendations will be presented in a report with logs of the borings and test pits, and laboratory test results. We anticipate the report will address the following: + Discussion of the subsurface materials encountered and anticipated excavation characteristics of the materials. + Regional geologic setting, discussion of geologic features and geologic hazards including the potential for ground rupture due to surface faulting and seismically induced settlement, and subsidence. * Recommendations for trench sidewall slope inclinations and geotechnical parameters for the Z-1 design of the trench. * Excavatability of the materials likely to be encountered during pipeline construction. Z:� + Evaluation and recommendations for the use of excavated materials, including suitability of excavated soils for pipe bedding and trench backfill. 4�1 + Special preparation requirements for pipeline subgrade. Z_ + Recommended modulus of subgrade reaction for native and compacted on-site soils in accordance with AWWA M11 guidelines. + Areas where groundwater could be encountered during construction. Z' + Recommended structural pavement sections in areas of new pavements or pavement reconstruction. + Recommendations for jacking and boring at the RCB and haul road crossings within the Santa Z' In Ana River wash, including frictional resistance of pipeline casing and passive resistance of jacking pit sidewall materials. We understand that a corrosivity evaluation of the pipeline alignment will be performed by others and, as such, is not included in our scope of work. We will, however, obtain samples from the approximate springline elevation of the pipeline for delivery to the corrosion consultant for laboratory testing. We also understand that a scour evaluation for the river crossing is not desired at this time, as the City may have existing scour information. Therefore, evaluation of scour potential and the development of recommendations for pipeline encasement and burial depth are not included in our scope of work. Kleinfelder,Inc. Page 2 of 2 M.J. SCHIFF & ASSOCIATES, INC. Consulting Corrosion Engineers-Since 1959 Phone: (909)931-13601 Fax: (909)931-1361 1308 Monte Vista Avenue,Suite 6 E-mail:mjsa@mjs-a.com Upland, CA 91786-8224 hftp://www.mjs-a.com September 30, 2002 BOYLE ENGINEERING CORPORATION 1501 Quail St. Newport Beach,CA 921660 Attention: Mr. Phil Stone Re: Corrosion Engineering Services Proposal Cathodic Protection Design Orange Well Field Water Transmission Main City of Redlands, California MJS&A#P02-0222HQ Thank you for requesting this proposal to design cathodic protection for the subject project. As per your fax dated 9/25/02, the pipeline is 30 inches in diameter, made of various materials (PVC, steel, D.I.), and approximately 10,000 feet long. The pipeline is routed from three wells on 1�1 the north end to a pipeline connected to a reservoir on the south end. We propose the following services: 1. Review available pipeline information, including borings logs and existing soil test results. I C� I-:- 2. Perform an electromagnetic conductivity survey. This procedure uses a radio frequency transmitter and receiver to inductively measure the conductivity of the soil. The soil conductivity would be surveyed to about 20 feet deep at 10-foot intervals or greater according to accessibility along the alignment, providing a profile of soil conductivity (inversely proportional to soil resistivity). The conductivity data will be useful in identifying the areas for further investigation. Field resistivity tests and soil sampling would be conducted in areas of high conductivity. 3Perform soil resistivity tests alongthe alignment by the Wenner Four Pin Method. This procedure gives the average resistivity from the surface to a depth equal to the pin spacing Pin spacings of 2.5, 5, 7.5, 10, and 15 feet would be used so that variations with depth can be evaluated. This testing would be done concurrently with the electromagnetic conductivity survey, and the data would be used to augment and correlate the conductivity data. 4. Obtain twelve (12) soil samples at pipe depth from the Geotechnical contractor used in the project. Test the soil samples for as-received resistivity, saturated resistivity, pH, possibly sulfides and oxidation-reduction potential, and perform a chemical analysis for calcium, magnesium, sodium, carbonate, bicarbonate, chloride, sulfate, ammonium, and nitrate. 5. Provide a 30% design report including recommendations for controlling corrosion of materials planned for underground use. C_ CORROSION AND CATHODIC PROTECTION ENGINEERING SERVICES PLANS&SPECIFICATIONS*FAILURE ANALYSIS#EXPERT WITNESS I CORROSIVITY AND DAMAGE ASSESSMENTS Boyle Engineering Corporation September 30, 2002 MJS&A#P02-0222HQ Page 2 6. Review your 90% preliminary drawings and specifications for proper corrosion control design. g Submit our comments and recommendations including marked up drawings and specifications. 7. Review your 100% drawings and specifications. 8. Review your drawings and specifications prior to issue for bidding. Our fee for these services would be $9,800. The work would be provided in accordance with the attached Standard Terms. Please call if you have any questions. Respectfully Submitted, M.J. SCHIFF &ASSOCIATES, INC. Eric Frechette, EIT. Eric. Standard Terms (FeeS td 0 10 199) AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE ORANGE WELL FIELD WATER TRANSMISSION MAIN ATTACHMENT B PROJECT SCHEDULE ' a = o a R LL N O N .. ... . . ........ .. . .. ...... .. _.. . . .. a Q � Q cc �Q "� c Q 04 m N a Z E E On ® a a Y E E oLn = m E to - N N w a. (} m r rn r UOk > 22 Z z M O O N cv U) { U) W Z y •— ` m N b cc O cp 1D tp tp �O tp ° m Z6 w= -08 o 0 0 0 0 o O N _ O m F-c� ° Z a m `o s Z O c°\v a a a cc D D d 1 . LU LU LLo w c, � a w CL ca m m E I . a O °� a m -o j 10 OK 10 W � I m a a °oIoI>m `�a Ymm cm mE > om oa Ea o I R m -o ! oc )°c oom L o ( n. UcEm CL Z o i WCCCCL_ I,c to Y = I'N > ,� c a g �m m m w m to m m a _ _ c 'm m aim us Im c °m Iy o ° n a a �m Im m E E c (Q w , c7 a` m a� I o m +o !a U Io ,a '� a a !a 'a oo g ° � 1 �o Za0000 � �oI� I� IUILL �� I � �� � Q �� I� �� �tn Ito r, co m20 Q 20 Q Q . nj $ Q Q a Q �o I to m� �r I D M. M� ' 5 I o ° 0 N c0 V iitp f� cA Q� O N c7 V to fD I� O N N N N N 'CO m Q) cV IN O I �� AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE ORANGE WELL FIELD WATER TRANSMISSION MAIN ATTACHMENT C PROJECT FEE Project Budget Orange Well Field Water Transmission Main City of Redlands Personnel Hours Budget Fk z z Task Description w w w C 100 Alignment Study and Prelilmina!y Engineering Phase -101-Attend kick-offurce-fint, ------- 4 4 1 9 $ 1,189 $ 1,189 L;!i iae desigI, ----"- I- ----- L0L- tI-'IA-,Lb-J AA)-el 24 - 6 6 $ 776 103 Resetrch under round u Iq�es 104 Gather Street �L 1-- 4 16 21_ $ 1,837 $ 150 $ t,987 L 4 4 $ 336 $ 336 -LQSJIILIJI_qra!iern of pp�jlimipajy,ti ignment,plan sheets lrE�n e-L servic es 8 48 24 90 160 $ 14,944 3w)- $ 15,244 ------- - $ - $ 525 $ 525 Subtotal -14 60 44 80 2 200 $ 19,082 $ 975 $ 20,057 200 Design Survey -11rovide,design Sun, 2 4 776 $ 21,500 $ 22,276 Subtotal 2 - 4 6 776 $ 21,500 $ 22,276 300 Geotechnical Investigation 4 --4 1 9 $ 1,189 $ 22,310 $ 23,499 Subtotal $ 400 Final Design and Document Preparation 4 - 14 1 9 $ 1,189 212,3140 $ 23,499: 7,570 $ 7,570 8 8 30 24 70 $ (Awrosion ccmtrol cle2- 2 4 562 $ 11,270 $ 11,832 .-I'mmm-eilat 30 - 52 82 T--7,730 $ 7,730 402 I'Le -16 96 32 T�!�e Jvil.Ljfq�s 17 Ie5L`)L --3'18 1,500 $ 34,749 0 A- --- 24 170 - --- 33,248 4 LL 12 4. 36 -- 48 100 $ 9,536 $ 9,536 404 Pro z -- - ---- 2 8 8 18 $ 1,406 $ 20.0 $ 1,606 ,LO5 zLl�lt�constructio _!�e 011i 18 $ 1,924 $ 1,924 2_ 4 ±L 8 9/30/02 Page 1 of 2 Boyle Engineering Corporation I�q bq i0t, 6s T�1� W1 2 aoqu-puo� Cl aoqu-I oc x cv x Ix sanoH jujol .1ossajo.1,1 P.10M o (I(IV Iaaul U- �4 luelsissv rA .13aut2ug alulaossv N la;)ut2ug loluas 0 Q. rllauoua ludijuild tot vis. C 1.4 ! C 7� Im o (=D LCO AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE ORANGE WELL FIELD WATER TRANSMISSION MAIN ATTACHMENT D RATESCHEDULE STANDARD HOURLY RATE SCHEDULE (OC-ES-ON-LV) BOYLE ENGINEERING CORPORATION EFFECTIVE JANUARY 1, 2002 TIME REPORTING CODE ENGINEERS/PLANNERS/ARCHITECTS/SCIENTISTS PER ER_ IOU12 23 Assistant I $ 75.00 22 Assistant 11 $ 84.00 21 Associate $107.00 14 Senior I $119.00 13 Senior Il $140.00 12 Principal $174.00 - Company Officer $180.00 TECHNICAL SUPPORT STAFF 36 Drafter/Assistant CADD Operator/Engineering Intern $ 55.00 37 C ADD Operator $ 68.00 38 Design CADD Operator $ 80.00 39 Design C ADD Supervisor $110.00 34 Designer/Technician $100.00 33 Senior Designer/Senior Civil Designer $110.00 32 Designer Supervisor $117.00 SUPPORT STAFF 91-94 Clerk 1/II,Secretary I/II $ 54.00 81-82 Account Clerk I/II 95-96 Senior Secretary 1/II $ 65,00 88-89 Administrative Specialist 83184 Jr.or Staff Accountant 68/58 __Special Consultant I Construction Observer Negotiated - Director Construction Services $135,00 SURVEYING STAFF Two-person 1 Three-person Survey Crew Negotiated DIRECT PROJECT EXPENSE Computer Expenses-accounts for hardware and software $2.60 per Direct Hr. Photocopies-Color 8.5 x l I / ll x 17/8.5 x 1 I Transparency $1.15/ 1.50 l 3.50 Per Page Photocopies-Black&White $.20 Per Page Fax $1.00 Per Page Communication Charge-Telephone/Cellular $1.00 Per Direct Hr.* Plan Sheet Printing-In House Bond/Vellum/Mylar $3.50/4.50/7.50 Per Sheet Travel-Automobile/Truck $0.75 Per Mile Travel-Other Than Automobile Actual Cost+ 15 Subconsultant Services Actual Cost+ 15% Subcontracted Services/Reproduction Actual Cost IS�c If overtime is authorized by the client,an overtime premium multiplier of 1.5 will be applied to the billing rate of hourly personnel who workovertime in order to meet a deadline which cannot be met during normal hours, Applicable sales taxes, if any, will be added to these rates. Corporate officers and consulting engineers will be billed at 1.2 times the stated rate for Principal, Invoices will be rendered monthly. Payment is due upon presentation. A late payment charge of 1.5%per month(but not exceeding the maximum rate allowable by law)will be applied to any unpaid balance commencing 30 days after the date of the original invoice. *For Engineers,Architects,Scientists. Fee schedule is subject to change on Januar' 1, 2003, Interim adjustments may be made for selected categories unless not allowed in the contract. Personnel classifications may be added,if appropriate and agreed upon. REQ'010102 J90siL E