HomeMy WebLinkAboutContracts & Agreements_13A-1988_CCv0001.pdf AGREEMENT TO FURNISH ENGINEERING SERVICES
FOR
CORRIDOR WASTEWATER PUMPING STATION
AND FORCEXAIN
This AGREEMENT is made and entered into as of this 19th day of
April, 1988
by and between City of Redlands Municipal
Utilities Department herein
after referred to as "OWNER"
and Boyle Engineering Corporation
hereinafter referred to as
"ENGINEER"
In consideration of the mutual promises, covenants and conditions
hereinafter set forth, the parties do hereby agree as follows:
ARTICLE 1 - ENGAGEMENT OF THE ENGINEER
1. 1 The OWNER hereby engages the ENGINEER and the ENGINEER
hereby accepts the engagement to perform Engineering
services in connection with The Alternative Analysis,
Preliminary Design and Final Design of the Corridor
Wastewater Pumping Station and Forcemain, hereinafter called
the Project.
1.2 All work under this AGREEMENT shall be done in a
professional manner, and ENGINEER represents that he is
skilled in the professional expertise necessary to provide
high quality services under this AGREEMENT.
1. 3 The ENGINEER shall be responsible, to the level of
competency presently maintained by other practicing
professional engineers performing the same type of work, for
the professional and technical soundness, accuracy and
adequacy of all designs, drawings, specifications, and other
work and materials furnished under this AGREEMENT.
ARTICLE 2 - SERVICES OF THE ENGINEER
2 . 1 The ENGINEER will perform the services in connection with
the Project as defined in Attachment A, Scope of Work.
-1-
2.2 The following additional services may be provided by the
ENGINEER when requested and approved by the OWNER and
accepted by the ENGINEER:
1. Construction survey
2. Additional copies of plans and specifications
3. Bidding Services
4. Construction services
5. Construction Inspection services
6. Miscellaneous services not specified elsewhere in the
AGREEMENT.
ARTICLE 3 - RESPONSIBILITIES OF THE OWNER
3 . 1 The OWNER will place at the disposal of the ENGINEER all
available information pertinent to the Project, including
previous reports and any other data relative to the Project.
3 .2 The OWNER will provide access to and make all provisions for
the ENGINEER to enter upon public and private lands as
required for the ENGINEER to perform his work under this
AGREEMENT.
3 . 3 The OWNER will provide any environmental assessments or
impact reports required for this project.
3 .4 The OWNER will designate in writing a person to act as the
OWNER's representative with respect to the work to be
performed under this Agreement, such person to have complete
authority to transmit instructions, receive information,
interpret and define the Owner's policies and decisions with
respect to materials, equipment, elements and systems
pertinent to the work covered by this AGREEMENT.
ARTICLE 4 - PERIOD OF SERVICE
4 . 1 The ENGINEER shall proceed with the engineering services set
forth in Article 2 in accordance with the schedule defined
in Attachment B.
4 .2 The ENGINEER shall proceed with the services under this
AGREEMENT promptly and will prosecute them diligently.
-2-
ARTICLE 5 - PAYMENTS TO THE ENGINEER
5. 1 For the services performed under Article 2. 1, OWNER will pay
the ENGINEER the lump sum amount as shown in Attachment C.
Fee includes all profit, overhead, and expenses related to
the Project scope of work. Compensation for tasks 700
through 800 will be negotiated at a later date.
5.2 Payment for additional services requested by the OWNER per
Article 2.2 will be in accordance with a separately
negotiated fee or in accordance with the hourly fees shown
in Attachment D, Rate Schedule.
5. 3 ENGINEER agrees that at the point 75-percent of budgeted
costs have been expended, the ENGINEER will notify the OWNER
in writing, including a brief report on job status, percent
complete, analysis of budget, and envisioned expenses to
complete the contractual effort.
5. 4 The ENGINEER shall bill the OWNER within ten days following
the close of each month by submitting an invoice indicating
the work performed, who performed the work, and the detailed
cost of all work including backup material, if requested.
Payment by OWNER to ENGINEER shall be made within 30 days
after receipt and approval of ENGINEER'S herein-above
invoice, by warrant payable to Boyle Engineering
Corporation.
All 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 should be addressed as
follows:
TO OWNER: CITY OF REDLANDS
Municipal Utilities Department
P.O. Box 2090
30 Cajon Street
Redlands CA 92373
TO ENGINEER: BOYLE ENGINEERING CORPORATION
1950 South Sunwest Lane, Suite 306
San Bernardino, CA 92408
When so addressed, such notices shall be deemed given upon
deposit in the United States Mail. In all other instances,
notices, bills 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, bills and
payments are to be given by giving notice pursuant to this
paragraph.
-3-
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
6. 1 ENGINEER shall maintain worker's compensation insurance and,
in addition shall maintain insurance to protect OWNER from
claims for damage due to bodily injury, persorc-1 injury, or
death and claims for injury to or destruction of tangible
property while performing the services covered by this
AGREEMENT. Said public liability and property damage
insurance shall be in a minimum combined single limit of
$1,000,000 per occurrence. The OWNER shall be named a
primary additional insured on insurance coverage for public
liability and property damage. The ENGINEER shall provide
OWNER with a certificate evidencing such insurance coverage.
6. 2 ENGINEER agrees to maintain professional liability insurance
pursuant to this paragraph to protect OWNER from negligent
acts, errors or omissions of a professional nature; the
total aggregate of ENGINEER'S professional liability
insurance coverage shall be a minimum of $1,000,000.
6.3 ENGINEER agrees to indemnify, hold harmless and defend OWNER
and any and all of their officers and employees from and
against all claims, loss, damage, charge or expense, to
which they or any of them may be put or subjected to arising
out of or resulting from any willful or negligent act or
actions, omission or failure to act on the part of the
ENGINEER, his contractors, his suppliers, anyc,na directly or
indirectly employed by any of them or anyone for whose acts
or omissions any of them any be liable in the performance of
the services described in this AGREEMENT.
ARTICLE 7 - GENERAL CONSIDERATIONS
7. 1 In the event of any legal action brought by either party
against the other to enforce any of the obligations
hereunder or arising out of any dispute concerning the terms
and conditions hereby created, the losing party shall pay
the prevailing party such reasonable amounts for fees,
costs, expenses, including attorney's fees, as may be set by
the Court.
7.2 The ENGINEER shall not sublet or assign any of the work
covered by this AGREEMENT, except with the prior written
approval of the OWNER and in strict compliance with the
terms, provisions, and conditions of the CONTRACT.
-4-
7. 3 The key ENGINEER'S personnel proposed for this project are
as follows:
Philip Stone, Project Manager
Phillip Miller, Project Engineer
ENGINEER agrees that these key people will be made available
and assigned to the OWNER'S project, and that they will not
be replaced without concurrence from the OWNER.
7.4 It is understood and agreed by and between the parties that
all documents, records, drawings, designs and specifi-
cations, cost estimates, and other project documents
developed by the ENGINEER pursuant to this ACFEEMENT shall
become the property of OWNER and shall be delivered to OWNER
if and when requested upon completion of services. Any
reuse of such documents for other projects and any use of
incomplete documents will be at the OWNER's sole risk.
7.5 ENGINEER is for all purposes an independent contractor. All
qualified personnel provided by ENGINEER pursuant to the
provisions of this AGREEMENT are to be employed by ENGINEER
for his account only, and in no event shall ENGINEER or any
personnel retained by him be deemed to have been employed by
the OWNER or engaged by the OWNER for the account of or on
behalf of the OWNER.
7. 6 Unless earlier terminated as stipulated below, this
agreement shall terminate upon completion and acceptance by
the OWNER of all work approved for performance under Article
2 of this AGREEMENT.
7 .7 This AGREEMENT may be terminated in writing by either party
in the event of failure by the other party to fulfill its
obligations under this AGREEMENT through no fault of the
terminating party: PROVIDING, that no such termination may
be effected unless the other party is given (1) not less
than thirty (30) calendar days written notice (delivered by
certified mail, return receipt requested) of intent to
terminate, and (2) an opportunity for consultation with the
terminating party prior to termination.
-5-
7.8 If this AGREEMENT is terminated by the OWNER for reasons of
default by the ENGINEER, an adjustment to ENGINEER'S
compensation shall be made, but (1) no amount shall be
allowed for anticipated profit or unperformed services, and
(2) any payment due to the ENGINEER at the time of
termination may be adjusted to the extent of z.iiy additional
costs to the OWNER occasioned by the ENGINEER'S default. If
termination for default is effected by the ENGINEER, the
adjustment in compensation shall provide for payment to the
ENGINEER to include a reasonable profit for services
rendered and reimbursement for expenses incurred prior to
the termination, in addition to termination settlement costs
reasonably incurred by the ENGINEER relating to commitments
which had become firm and approved by OWNER prior to the
termination.
7.9 Upon receipt of a termination notice, the ENGINEER shall (1)
promptly discontinue all services affected (unless the
notice directs otherwise) , and (2) deliver or otherwise make
available to the OWNER, copies of data, design calculations,
drawings, specifications, reports, estimates, summaries, and
such other information and materials as may have been
accumulated by the ENGINEER in performing this AGREEMENT.
7. 10 ENGINEER shall maintain books and accounts of all project
related payroll costs and all expenses and incidental
expense. Books shall be available at all reasonable times
for examination by the OWNER at the office of the ENGINEER.
7. 11 This AGREEMENT, including attachments incorporated herein by
reference, represents the entire AGREEMENT and understanding
between the parties and any negotiations, proposal or oral
agreements are intended to be integrated herein and to be
superseded by this written AGREEMENT. Any supplement or
amendment to this AGREEMENT to be effective shall be in
writing and signed by the OWNER and ENGINEER.
7. 12 This AGREEMENT is to be governed by and construed in
accordance with the laws of the State of California.
IN WITNESS WHEREOF, duly authorized representatives of the
parties have signed in confirmation of this AGREEMENT.
CITY 0,F REDLANDS BQY-1
,4E ENGIN I- G CORPORATION
By r.
By
Mayor Nanagiq./Engineer
X X
ATTES,T
Date
Clity Cle
-6-
LIST OF ATTACHMENTS
ATTACHMENT A - Scope of Work
ATTACHMENT B - Project Schedule
ATTACHMENT C - Breakdown of Lump Sum Fee (Task-. 100-600)
ATTACHMENT D - Rate Schedule
1 of 1
ATTACHMENT A
SCOPE OF WORK
We have analyzed the basic scope of work outlined in the City' s
March 15, 1988 Request for Proposal. From this, we have
identified and categorized each major element of work and
delineated the tasks involved in performing the work. Tasks are
identified numerically and carry the same numerical designation
on bar chart schedule at the end of this section. The following
is an index of the categories with task number:
Task No. Task Category
100 PROJECT MANAGEMENT
200 ALTERNATIVES ANALYSIS PHASE
300 PRELIMINARY DESIGN PHASE
400 SURVEYING AND AERIAL PHOTOGRAMMETRY
500 GEOTECHNICAL INVESTIGATION
600 COORDINATE WITH CITY
700 FINAL LIFT STATION DESIGN
701 FINAL FORCE MAIN DESIGN
702 PLANS, SPECIFICATIONS, AND BID DOCUMENTS
703 PERMIT PROCESSING AND AGENCY COORDINATION
704 PROJECT CONSTRUCTION COST ESTIMATE
800 PRINTING, REPRODUCTION, AND COMPUTER
100. PROJECT MANAGEMENT
Overall project control efforts will extend from the commencement
of the preliminary engineering analyses through the completion of
plans, specifications and the construction cost estimate.
-----------------------------------------------------------------
The project management tasks are directed at providing project
control and the required staffing at the proper time and in the
proper sequence to carry out the project successfully. This
effort will be continued throughout the project's execution and
is demonstrated by the following basic categories of work:
o Provide general direction of the preliminary engineering
and final design efforts.
o Provide administrative control of the project.
o Provide adequate technical and support staffing.
o Maintain liaison with the City staff and project
subconsultants.
o Conduct or attend necessary project meetings and review
sessions with City staff during all phases of the work.
o Provide project review and technical guidance.
o Develop quality control guidelines and procedures.
o Provide adequate plant facilities for design staff.
Boyle Engineering Corporation's in-house computer system is used
widely in various phases of the project management. An extensive
financial and management information system permits frequent and
timely reports on job progress and cost. This allows
optimization of project control internally as well as the ability
to provide the City with detail for its financial accounting.
-A2-
2 Q 0. ALTEMMTIVES- ALYS S PHASE
The alternatives analysis phase will determine the most
appropriate type of sewage lift station to meet the city's needs.
The three common configurations will be evaluated and ranked o
bath economic and non-economic criteria. A 'preferred alternative
will be selected by the City prior to , proceeding with the
preliminary design phase.
-----------------------------------------------------------------
o obtain all available flow information from City. Determine
operator experiences and preferences.
o Investigate availability, capacity, {configuration, costs,
and references for packaged lift stations by contacting
manufacturers representatives.
o Investigate availability of dry and submersible type
pumping units as well as capacities, costs, operating
parameters and flexibility, etc.
o Investigate grass construction costs for each type of
facility.
o Evaluate differences in operations costs based upon average
pump efficiencies for various available equipment types.'
o Summarize non-quantitative concerns for each alternative
such as reliability, ease of maintenance, personnel safety
and flooding hazards.
o Estimate site requirements for each alternative.
o Recommend site location.
DELIVERABLE: Alternatives Analysis Report
o Summarize all findings, rankings, recommendations, and
conclusions in a letter report to the City.
_A3-
300. PRELIMINARY DESIGN PHASE
The preliminary design phase will pull together the various
project concepts to focus on development of the final project
definition. The effort will culminate with the preliminary site
plan and mechanical plan and alignments for the gy-avity sewers
and force main. Summaries of all investigations and conclusions
will be submitted for review and approval by the City prior to
proceeding with final design and soils consultant tasks.
-----------------------------------------------------------------
The objective of the preliminary design phase will be to finalize
the nature of the lift station and force main and set forth the
strategy for carrying out the project. This phase will be
comprised of the following elements:
o Develop preliminary lift station mechanical floor plan.
Considering equipment access and clearance requirements
prepare preliminary piping and floor plan for review by
City staff.
o Develop preliminary site plan. considering vehicle access
and maintenance needs layout the site. Locate structures,
paved areas, fencing, etc.
o Establishment of the pipeline design criteria relating to
pipeline sizing, peaking, materials, iLppurtenances,
operational procedures, and specific application of same to
project parameters.
o Analysis of Force Main routing. Evaluation of the
alignment to determine specific location of proposed
facility. The evaluation will include the following
considerations:
o Existing utility constraints.
o Construction cost including optional methods of
construction.
o Community impact from the construction activities and
mitigation measures identified in the environmental
process. (Environmental assessment is not provided as a
Basic Service under this Agreement. )
o Regulatory and institutional constraints.
0 Traffic control considerations for construction and for
future maintenance.
o Research location and underground utilities. This involves
making both field and office contacts with public and
municipal utilities. Information, such as type of utility,
-A4-
gathered. This includes main line facilities only (not
service connections) , for such underground utilities as
water, sewer, gas, telephone, electrical, storm drain, T.V.
cable, oil and fuel, irrigation, and traffic control
systems.
o Gather all improvement plans and right-of-way documents.
Included are street improvements, easement documents, tract
maps, etc.
o Identification of necessary jurisdictional agency reviews
and permits required. This will include thA time frame
normally required for this processing as well as the nature
of the information required for submittal.
o Identification of right-of-way requirements. An assessment
will be made as to the adequacy of existing public rights-
of-way and the requirements for additional easements over
private properties both for the permanent facility and
during construction.
o Review project schedule. The project schedule will
integrate all elements of the project from completion of
the Preliminary Design to the completion of construction.
o Produce a preliminary estimate of construction cost for the
recommended pipeline route. This should aid the City in
its financial planning for the project.
DELIVERABLE: Preliminary Design Report
o Preliminary plan and profile showing existing utilities and
proposed sewer alignment, grades and sizes.
o A preliminary construction cost estimate.
o Preliminary project schedule including the construction
phase.
o Preliminary list of pothole locations.
o List of permits and approvals required.
-AS-
4 0 0. SURVEYING AND AERIAL PHOTOGRAMMETRY
Surface improvements and topography will be reproduced using
aerial photography and photogrammetric techniques. Field surveys
will control the photogrammetry and tie down critical detail with
horizontal and vertical control tied to county control and
monumentation.
-----------------------------------------------------------------
Topographic mapping that will be used for the project design and
for preparation of the plans will be produced by Pictorial
Sciences under a subcontract.
o Retain and coordinate with topography consultant who will
produce stereoscopic aerial photographs of the selected
route and detailed topographic mapping at 111=401 scale for
the construction plans. The typical single plan and
profile sheet will have the 111=41 vertical scale profile
above the topographic plan.
o Design field surveying. Horizontal and vertical control
will be set for the aerial photography and tied to the
County control circuits and monumentation. Additional
field surveys (two days maximum) will be performed to tie-
out features having a critical relationship to the project
facilities (e.g. potholes and -manhole inverts) .
DELIVERABLE:
o Mylar plan and profile sheets with topography.
o Survey of critical elevations and project elements.
500 . GEOTECHNICAL INVESTIGATION
Geotechnical investigations will provide the soils-related
criteria for the project design. A consultant who has
participated in a number of our past projects will be retained to
provide our staff with the required soils design criteria.
-----------------------------------------------------------------
The geotechnical investigation will incorporate data from field
exploration, laboratory testing, and engineering and geological
analysis throughout the project area to provide the following
information and design parameters:
o Soil borings with logs along the pipeline alignment and at
lift station site.
-AS-
o Recommend construction slopes in accordance with Cal/OSHA.
o Lateral earth pressures for trench sheeting and shoring
design.
o Recommendations for type and depth of foundations and
allowable bearing pressure.
o Lateral pressures for permanent structures.
o Groundwater.
o Settlement of pipe and structure.
o Seismic considerations for pipe and structures.
o Corrosion problems due to soluble salts and recommended
cement types.
o Compaction requirements for backfill of pipeline and around
structures.
DELIVERABLE:
o Geotechnical Report
600. COORDINATE WITH CITY
Progress reviews will be made both in-house as well as with the
City to keep all parties apprised of the nature and progress of
the project and maintain a high standard of quality.
-----------------------------------------------------------------
In order to ensure that Boyle Engineering Corporation's high
standards are maintained, several in-house project reviews will
be made as the project proceeds. These reviews will engage all
levels of expertise within Boyle Engineering Corporation. In
addition, status reviews with the City staff will ensure that the
project reflects the goals of the City. We envision the
following progress milestone reviews:
o In-house and City Alternatives Analysis review.
o In-house and City Preliminary Design review.
o Kick-off and progress meetings with the City during the two
preliminary phases (four meetings) .
We believe high quality designs result from informed decisions at
all levels and all phases of a project.
-A7-
700. FINAL LIFT STATION DESIGN
Based upon a preliminary pumping station layout and pump sizing
discussed with and approved by the City, the final design will be
performed for preparation of the plans and specifications. The
pumping station configuration will be set, the various components
sized, the equipment selected, and the structural, mechanical,
and electrical features detailed.
--------------------------------------------------
o Coordination meeting with City staff and operating
personnel for their input regarding preliminary station
layout and preferred details. Such items as pipe material,
telemetry, and likes and dislikes of various station
features will be discussed.
o Finalize pumping station layout. Verify clearances between
equipment and for safety and access. This will establish
the dimensions of the station and allow commencement of
final design.
o Mechanical Design. This consists of selection of the
proper valves and piping, ventilation and water system
design, surge control, pressure relief, and provisions for
natural gas or propane supply, if required.
o Structural Design. This would include design of wet well,
dry well and building to house all equipment. Items to be
considered are access requirements (personnel and
equipment) , weather protection, equipment handling (crane) ,
soil properties, etc.
o Electrical Design. This would include final coordination
for incoming electrical service, determination of
electrical loads, selection of switchgear and motor control
equipment, standby power supply, and development of
lighting and power plans.
o Instrumentation Design. This consists of preparation of
process and instrumentation diagram for pump controls and
telemetry, coordination with the telephone company for
service requirements, and selection of components for data
transmission and reception consistent with the City's
existing equipment, if any.
701. FINAL FORCE MAIN DESIGN
Based upon the concept approved as a result of the preliminary
design analyses, the final force main alignment, profile, size,
strength parameters, and other design components will be
finalized for preparation of the plans and specifications.
Minimizing interference with existing improvements and impacts to
-A8-
the general community from the construction activities are
important considerations in development of the final design.
-----------------------------------------------------------------
The tasks associated with this category involve extensive input
and effort from many sources, both in-house and outside. Boyle's
Computer Department is used widely in such areas as pipeline
hydraulic analysis, alignment and profile geometric calculations,
pipeline structural design, specification preparation, and right-
of-way calculation. Listed below are the basic tasks involved
under this category. Although they are generally organized in
the order of their performance, there is much interplay between
each.
o Develop and calculate the final pipeline alignment and
profile. The positioning within streets or easements will
be influenced by such factors as economy, minimizing
interferences with existing utilities and improvements, and
the impacts upon the general community from the
construction activities. Alternative methods of
construction, where applicable, will be identified.
o Pipeline structural design. The pipe material alternatives
will be selected and the specifications for each developed.
This encompasses material specifications and structural
design to handle external loads and includes such items as:
Bedding and backfill details.
Pipe strength analysis.
Jacked casings/reinforced concrete encasements.
o Design of pipeline appurtenances. Includes items such as
special manholes and bases, air valves, line valves, etc.
City standard designs will be utilized as much as possible.
o Pothole utilities. Arrangements will be made for exposing
utilities having a critical relationship to the pipeline by
City or utility forces. Survey and record the exposed
utility. The cost of exposing utilities is not included in
this proposal.
o Process preliminary plans to all affected utilities.
Project plans will be transmitted to each utility, and they
will be requested to review the accuracy of the plotting of
their facilities, both live and abandoned.
-A9-
702. PLANS, SPECIFICATIONS, AND BID DOCUMENTS
The design of the lift station and force main will culminate in
the preparation of a complete set of bidding documents ready for
printing.
-----------------------------------------------------------------
The complete bid package will include the contract documents,
general provisions, special provisions, specifications, and
drawings.
o Contract documents, general provisions, and special
provisions. The general conditions, contract documents,
and insurance documents will be furnished by the City,
reviewed by Boyle, and incorporated in the bidding package.
o Preparation of plans. The plans will be organized as
follows:
Cover sheet/location map/index sheets.
Site plan, grading/paving plan, mechanical, structural,
electrical, instrumentation plans and details.
Plan and profile sheets. Plan plotted at 111=401 scale
and profile plotted at 111=41 vertical scale will be
prepared in ink on mylar.
Pipeline structures, appurtenances, and details.
o Preparation of specifications. The special provisions for
the pipeline and appurtenances will include, in addition to
the normal material related items, special construction
requirements. These will incorporate the requirements and
permit provisions for the various jurisdictional
authorities in areas relating to such items as traffic
control, pavement removal and replacement, schedule
coordination, earthwork, and public safety. Technical
provisions will primarily utilize the "Standard
Specifications for Public Works Construction. "
o Review by City staff.
o Revise plans and specifications per review.
DELIVERABLE:
o Complete bid package ready for printing.
-A10-
703. PERMIT PROCESSING AND AGENCY COORDINATION
The design, including plans and specifications, will be processed
through the various jurisdictional authorities, if any, for all
permits required for the project. Coordination with other
interested governmental agencies will also be made.
-----------------------------------------------------------------
The success of this project is dependent upon its integration
with the framework of the affected agencies. Any permit and plan
checking fees will be paid by the City directly to the respective
agencies.
o Process through various agencies for required permits.
This includes ascertaining the requirements, completing
permit applications, and following through to issuance of
the permits.
State: South Coast Air Quality Management District
704. PROJECT CONSTRUCTION COST ESTIMATE
A construction cost estimate will be prepared to aid the City in
its further planning and for the purpose of evaluating bids.
-----------------------------------------------------------------
o The engineers' construction cost estimate will be broken
down in accordance with the final schedule of work items
contained in the final contract documents. The estimate
will reflect prices indexed to the midpoint of the
construction period in order to be comparable with the
anticipated bids.
DELIVERABLE:
o Construction cost estimate in bidder's format.
800. PRINTING, REPRODUCTION, AND COMPUTER
Boyle will provide all copies of the plans and specifications
needed for City reviews and permit processing. Boyle's in-house
computer will be used extensively for alignment calculations,
specification preparation and project -management. If requested,
we can provide for reproduction of the final contract documents
and plans for distribution to bidders.
-All-
ATTACHMENT "B"
!
e m
- y�
— ----- . n a T
LU
or
F i
I !
X�
t Z¢SY i i
z
i + F
� ; X
t
vm?
�/y
4a 6.uH ! X cG v74.n Cr} 4
CtP+Sffi yS r @ Cmt W tiSYJ .r ub t
1C
�a i
BZ of Bl
ATTACHMENT "C"
CITY OF REDLANDS
CORRIDOR WASTEWATER PUMPING STATION
AND FORCE MAIN
Fees for Professional services
TASK 100 - PROJECT MANAGEMENT
TASK 200 - ALTERNATIVES ANALYSIS
TASK 300 - PRELIMINARY DESIGN
TASK 400 - SURVEY AND AERIAL
TASK 500 - GEOTECHNICAL INVESTIGATION
TASK 600 - COORDINATE WITH CITY
TOTAL LUMP SUM FEE OF $38,280
Certain assumptions have been made in preparing the Scope of
Work. To the extent possible they are stated therein, and are
reflected in the Task Cost Report. In addition, it has been
assumed that sufficient record survey data is available to
adequately establish control and locate the site. Requirements
for the geotechnical report may vary based upon site conditions
and the alternative selected by the City. If the actual total
effort required is different from the assumptions presented, the
City agrees to revise the Scope and Budget accordingly.
Cl of C1
ATTACHMENT .D
BOYLE ENGINEERING CORPORATION
FEES FOR PROFESSIONAL SERVICES
OCTOBER1987-!+�
CLASSIFICATION RATE
Engineering/Architecture
Consulting Engineer/Architect 8118.00 an hour.
Principal Engineer/Architect 8 85.00 an hour
Senior Engineer/Architect II S 72.00 an hour-
Senior
ourSenior_ Engineer/Architect I S 61.00 an hour
Associate Engineer/Architect 49.00 an hour
Assistant II S 42.00 an hour
Assistant I S 38.00 an hour
Designing/Drafting
Designer/Supervisor S 59.00 an hour
Senior Designer./Technician S 53.00 an hour
Designer/Technician S 42.00 an hour
Senior Drafter $ 34.00 an hour_
Drafter S 29.00 an hour
Inspector $ 42.00 an hour
Miscellaneous
Clerical 8 29.00 an hour
Printing and Blueprintinc, Actual Cost + 10%
Travel - Automobile 50.225 per mile
Travel - Other Than Automobile Actual Cost f
= Materials Testing and In-Plant Inspection Actual.. Cost + 107.
Aerial Photogranmetry Service and Surveys Actual Cost + 1010
Soils Investigation and Field Tests Actual Cost + 10%
Computer Services See Schedule on Reverse
It is understood and agreed that the aforementioned rates and charges include
all normal equipment and materials used in connection with the production of
the required engineering services. Boyle Engineering_ Corporation will furnish
monthly billings for all services rendered and supplies furnished in
accordance with the above compensation provisions. Payments shall be due and
payable to Boyle Engineering Corporation upon presentation. A latepa nt
finance charge will be computed at the periodic rate of 1.5 percent per month
and will be applied to any unpaid balance commencing thirty (30) days after I
the date of the original invoice.
Rates subiect to general revision 5/l/88. The subsequent Rate Schedule will
became a part of this Attachment and supercede this Rate Schedule.
OWNER will
approve the Rate Schedule prier to authorizing any Additional Services payment
� to the Eiti�ZNEER. per the Rate Schedule,
-Dl-
BOYLE ENGINEERING CORPORATION
STANDARD RATES FOR COMPUTER SERVICES
EI'FEC`CIVE APRIL 3.>, 1987
Intergraph Computer Aided Design and Drafting (C.A_D) System
Our Intergraph CADD system utilizes a Digital. F.quirxnent Corporation VAX 11/751
computer with 4 megabytes of main memory, 919 megabytes of disk memory, floating
point accelerator, cache memory, magnetic taoe, and ahigh-speed pen plotter.
Graphics workstations have dual 19-inch high-resolution screens, digitizer table,
and menu tablet. Unit charges for equipment are as follows:
Graphic Workstation 517.00 per hour
Pen Plotter $17.00 per hour
Terminal (CRT or Printer) S 4.00 per hour
Central Processing Unit $ 3.00 per. minute
Microcomputers and AutoCADD Systems
Microcomputers include the IBM PC/XT, IBM PC/AT, and other similar equipment.
Charges are based on an hourly rate for the computer and standard software plus a
resource charge for special applications software, and special equipment such as
plotters and high-resolution monitors.
Basic Work Processing System and Standard Software 512.00 per hour
Basic Engineering Computer System and Standard Software 516.50 per hour
Resource Charge:
AutoCADD Computer Aided Design C Drafting S 3.45 per hour
MicroStation II $ 3.45 per hour
DAPPER - Electrical Design Program 524.90 per hour
CAPTOR - Overcurrent Protection Analysis S 7.50 per hour
Trane TRACE - HVAC System Design $ 5.80 per hour
Carrier HVAC System Design S 4.65 per hour
ROUTE IV - Drainage Design S 4.50 per hour
G(.+FM - Groundwater Modeling System 514.50 per hour_
Staad III S 3.75 per hour
HP 3000 Computer System
The Hewlett Packard HP 3000 computer has 2 megabytes of main memory, 480 megabytes
of disk memory, a 600 card-per-minute reader, a 600 line-per-minute upper.-
lowercase printer, magnetic tape and four arum plotters. Sixty-four terminals are
connected directly or via telephone lines. Unit charges are as follows:
Central Processing Unit 54.35 per minute of computer time
Elapased Tim 53.14 per hour of terminal_ connect time
Lines Printed 50.12 per hundred lines printed
Plot Records 52.40 per hundred records plotted
Bruning CARD Systems
3
Our Bruning CADD systems utilize Hewlett Packard computers and plotters with high-
resolution color display and special software for design of buildings. The system
charge includes software, hardware, and plotting.
Bruning CARD System 59.75 per hour
Outside Computer Services
Charges for outside computer services will be billed at invoice cost plus twenty-
five percent.