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