HomeMy WebLinkAboutContracts & Agreements_22-1996_CCv0001.pdf AGREEMENT TO FURNISH ENGINEERING SERVICES
FOR
PALMETTO/ALABAMA
TRUNK SEWER LINE
' This Agreement is made and entered into as of this 2
� t4th day of March, 1996, by and between
City of Redlands Municipal
i
hereinafter referred to as "CITY" Utilities Department,
and
C M Engineering Associates, Inc., 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 CITY hereby engages the ENGINEER, and the ENGINEER hereby accepts th
engagement to perform engineering services for the Palmetto/Alabama
Project, hereinafter referred to as "Project". p e
Trunk Sewer Line
1.2 All services under this Agreement shall be done in
ENGINEER represents that the firm employs those persons w'
a professional manner, and the
and the professional expertise necessary with the demonstrated skill
Agreement. ry to provide high quality services under this
1-3 The ENGINEER shall be responsible, to the level of
by other practicing professional engineers providing the competency
sameency presently
professional and technical soundness, accuracy and adequacy y maintained
drawings, type of services, for the
specifications, and other services and y of all reports designs,
Agreement. materials furnished under this
ARTICLE 2 - SERVICES OF THE ENGINEER
2.1 The ENGINEER shallerform
Attachment A, Scope of p Work. the services required for the Project as defined in
1
Palmetto/Alabama Trunk Sewer Line
2.2 Additional services may be provided by the ENGINEER when requested and approved
by the CITY and agreed to by the ENGINEER.
ARTICLE 3 - RESPONSIBILITIES OF THE CITY
3.1 The CITY shall 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 CITY shall 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 services
under this Agreement.
3.3 The CITY shall provide all environmental assessments or impact reports required for this
project and not otherwise specifically required to be provided by the ENGINEER.
3.4 The CITY shall designate in writing a person to act as the CITY'S representative with
respect to the services to be performed under this Agreement, such person to have
complete authority to transmit instructions, receive information, interpret and define the
CITY's policies and decisions with respect to materials, equipment, elements and systems
pertinent to the services 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: Schedule.
4.2 The ENGINEER shall proceed with the services under this Agreement promptly and shall
prosecute them diligently.
ARTICLE 5 - PAYMENTS TO THE ENGINEER
5.1 For the services performed under Article 2, Owner shall pay the ENGINEER on a time
and materials basis at the hourly rates shown in Attachment D, Schedule of Rates, except
as provided herein. The manhour estimates and total project budget are shown in
Attachment C, Fee Proposal. The total amount of compensation for the Project shall not
exceed the total shown in Attachment C, Fee Proposal, unless the scope of the Project
is materially changed and agreed to by the Parties.
2
t
Palmetto/Alabama Trunk Sewer Line
5.2 Payment for additional services requested by the CITY per Article 2.2 shall
be in
accordance with a separately negotiated fee or in accordance with the hourly rates shown
in Attachment D: Schedule of Rates.
5.3 ENGINEER agrees that at the point 75 percent of budgeted costs have been expended
the Project, the ENGINEER will notify the CITY in writing including a briefreport on
job status, P
Percent complete, analysis of budget, and envisioned expenses to com lete the c
effort. The budget shall not be exceeded except if previously p ontractual
P y a pproved by CITY.
5.4 The ENGINEER shall bill the CITY within ten (10) days following the close of
month by submitting an invoice indicating the work performed, who performedeach
under which subtask in the Project budget the work was performed, indirect Costs, and
if requested, the detailed cost of all work including back-up documentation. Payments
by CITY to ENGINEER shall be made within 30 days after receipt and ap roval of
ENGINEER'S invoice, by warrant payable to the ENGINEER. p
5.5 All notices, bills and payments shall be made in writing and may be given b personal
, bills and payments sent by mail shall be addressed as
delivery or by mail. Notices
follows:
TO CITY: Gary Phelps
Municipal Utilities Department
P.O. Box 3005
Redlands CA 92373
TO ENGINEER: Paul J. Hacunda, P.E.
C M Engineering Associates, Inc.
P.O. Box 6087
San Bernardino CA 92412
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
Palmetto/Alabama Trunk Sewer Line
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
6.1 ENGINEER shall maintain worker's compensation insurance and, in addition, shall
4 maintain insurance to protect CITY from claims for damage due to bodily injury,
I personal 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
1 Properly damage insurance shall be in a minimum combined single limit of $1,000,000,
and in the aggregate. The CITY shall be named a primary additional insured on
insurance coverage for public liability androp
provide CITY with a certificate evidencing such insurance uran e coverage ty damage. The ENGINEER shall
6.2 ENGINEER agrees to maintain professional liability insurance pursuant to this paragraph
to protect CITY 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 CITY and any and all of
their elected officials, officers, agents, engineers, 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 misconduct or negligent act or
actions, omission or failure to act on the part of the ENGINEER, his contractors, his
suppliers, anyone directly or indirectly employed by any of them or anyone for whose
acts or omissions any of them may 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 parry against the other to enforce an
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 services covered by this
Agreement, except with the prior written approval of the CITY and in strict compliance
with the terms, provisions, and conditions of the Agreement.
4
Palmetto/Alabama Trunk Sewer Line
7.3 The ENGINEER'S key personnel proposed for the Project are as follows:
Project Manager: Paul J. Hacunda, P.E.
Pipeline Engineer: Mohammad Younes, P.E.
Principal Surveyor: David Crosswhite, L.S.
Project Geologist: Michael Cook,Registered Geologist(Converse Consultants)
ENGINEER agrees that these key
CITY'S Project, and that they shall not obeereplaced shall e�without concumade brrence le and assigned to the
� from the CITY.
7.4 It is understood and agreed by and between the parties that all documents records,
drawings, designs and specifications, cost estimates, and other project documents
developed by the ENGINEER pursuant to this Agreement shall become the property of
CITY and shall be delivered to CITY upon completion of services. Any reuse of such
documents for other projects and any use of incomplete documents shall be at the
CITY'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 CITY or engaged
by the CITY for the account of or on behalf of the CITY.
7.6 Unless earlier terminated, as stipulated below, this agreement shall terminate upon
completion and acceptance by the CITY of all services 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.
7.8 If this Agreement is terminated by the CITY 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 any additional costs to the CITY occasioned by the ENGINEER'S default. If termina-
tion 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
5
Palmetto/Alabama Trunk Sewer Line
ry
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 CITY 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 CITY, 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 services under 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 CITY 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, proposals
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 CITY and ENGINEER
7.12 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 parties have signed in
confirmation of this Agreement.
CITY OF REDLANDS C M ENGINEERING ASSOCIATES, INC.
("CITY")
("ENGINEER")
B AP 77r2-r
SWEN CARSON By:
Mayor DONALD R. C ` PBE L
President
ATTEST:
Cut erx, Z o Redlands
6
i
} ATTACHMENT "A"
SCOPE OF WOR{
CITY OF REDL4NDS
PALMETTOIALTRUNK SEWER LINE
Based on the RFP and CMEA's understanding of the project, the scope cope of work will
include the following:
PRELIMINARY DESIGN
Preparation of a summary preliminary design report including technical design criteria;
preliminary utility research results with recommendations for potholing; horizontal
vertical layout criteria; typical cross sections showing proposed pipe location; relimand
alignment plan; special appurtenances; proposed P inpipe;
construction conditions; a Preliminarydesign type, size and class of pipe; special
gii construction cost estimate and any
requirements for permits or new easements.
DESIGN SURVEYS
Performance of a design survey including establishing horizontal and vertical control
topographic and centerline survey, thorough existing utilities research and tieing potholed
utilities into design survey. CMEA anticipates a potholing crew consisting of at least a
backhoe and operator will be provided by the City to excavate and backfill. Ci crews
would also cut, remove and repair any pavement involved in the pothole operation.
GEOTECF[NICAL I 'STIGATION
Provide a geotechnical investigation to evaluate the subsurface conditions along the
proposed alignment to provide recommendations for geotechnical design and
construction of the project.
FINAL DESIGN
Preparation of construction drawings on standard City plan and profile sheets at 40 scale
specifications and details and the American Public ,
special details and specifications for the project. It is understood that City standard
Works Association (Aty and
Southern California Contractor's Association "Green Book" specifications will be used
to the maximum extent possible. We will prepare any special conditions, technical
specification not covered by standards, a bid schedule and quantity take-off, an engineer's
construction cost estimate, and permit applications. Drawings will be prepared utilizing
computer aided drafting, and submitted in both digital and conventional media.
RIDDING AND CONSTRUCTION
CMEA will be available as requested to attend pre-bid and pre-award conferences,
respond to questions, prepare addendums and assist the City staff in analyzing bids.If
requested, CMEA will assist City staff in the review of special submittals, attendance at
a pre-construction meeting, interpret drawings and review change order requests.
CL
-- -- --- -- --- -- --
Lij
Li
Z }
Li
O N N N Ir Y3 O V'f N
V -` O N
N
Li
ATTACHEMENT"C'
CITY OFREDLANDS
PALMETTO/ALABAMA TRUNK SEWER LINE
FEE PROPOSAL
ES I IMATE OF FEES
TASK/PERSONNEL PRNC ENGR DESIG SURV, SECR Sl1BT0T TASK
SURV'R DRAT CREW TYPING TOTAL
BILLI RATE _125 95 75 -140 401
1.PRE—DESIGN CONSULTATION
—MeetingW/Ci 2 4 4 2 1010
—Review Data 2 8 8 1610
—Bi—Weekly Meetings 4 16 4 2180
$4,800
2. RESEARCH AND REVIEW EXISTING'DATA
Research Available records including the followin s:
—Ci Records 4 2 530
—Utility Records 4 8 2 1060
—Easements, Right of Wa 6 4 2 950
—Feld Review 2 2 4 95
—Plot Existin Data 8 12 1660
3. DESIGN SURVEY
—Horizontal Control 2 4
16 4 2390
—Vertical Control 2 8 4 4 1870
—Field St j 11ARGETS 4 4 8 1800
—Di ital Aerial To o r h Subcontracted to Inland Aerial
$5,000 * 1.15 _
—Easement Documents 5750
8 81 41 1520
_V$13,3301
4. PRELIMINARY DESIGN
—Desi n 2 16 24 4 3730
—Draftin 4 32 4 2940
—Cast Estimate 4 8 2 1060
—Coordination 4 16 4 4 2480
Design Report 2 16 4 8 2390
$12,600
TASK/PERSONNEL PRNC _ENGR��.DESIGIBECK Sl1BTOT ASKSURV' CRI T TYPING
BILLING RATE TC?��TA
125 95 75 140 40
5. GEOTECHNICAL INVESTIGATION
Work will be subcontracted to Converse Consultants
$4,750 * 1.15
$5,463
6. FINAL DESIGN
—Desi n 2 12 32 3790
—Draftin 8 40 4 3920
—Cost Estimate 4 8 2 1060
—Coordination 4 16 4 4 2480
—Bid Docs. 24 4 8 3400
$14,650
7. REIMBURSABLES
Bud for osta
—Estimmate e, milea e and re roduction of prints and bid documents
$2,000
TOTAL 30 196 232 20 54
$57,943
NOTE:
Our estimate of cost is based on the following assumptions:
1. The sewer will be designed as trunk sewer without service laterals.
2. The City will secure all the easement and right of way documents.
3. The City will perform the potholing as needed.
4. California Environmental Quality Act (CEQA) requirements are met by the City
without involvement of C M Engineering staff time in preparation of documents
or attendance at hearings, etc. If attendance of hearings is required, it will be
provided at additional cost as EXTRA.
5. The City will obtain all permits and approvals of other agencies as needed.
Monthly on a time and material billing basis based upon the attached
Prevailing Hourly Billing Rates, with an initial budget of$55,945, plus
a budget amount of$2,000 for the cost of reimbursable expenses. This
budget amount is for authorization purposes only. Should the total of
the monthly billings reach seventy five percent (75%) of the budget amount,
Consultant and Client will review the status of the work to determine
the need for an increase in the budget amount, and whether additional
budget authorization to complete the project is appropriate.
Progress billings will be forwarded to Client on a monthly basis.
Invoices will include the fees earned for the billing period plus all
direct costs advanced by Consultant. Client shall make every reasonable
effort to review invoices within twenty (20) working days from the date
of receipt of the invoices and notify Consultant in writing of any
particular item that is alleged to be incorrect.
ATTACHMENT 'D"
SCHEDULE OF RATES*
ENGINEERING
Principal Consultant $125.00
Project Manager 95.00
Project Engineer/Project Designer 95.00
Engineer/Designer 75.00
Entitlement Specialist 75.00
Drafter
Inspector 60.00
Technician 45.00
33.00
PLANNING
Principal Consultant $125.00
Principal Planner 90.00
Senior Planner 80.00
Planner 70.00
Associate Planner 65.00
-Assistant Planner 55.00
SURVEYING
Principal Surveyor $ 95.00
Chief of Surveys 90.00
Field Survey Supervisor 75.00
Survey Technician 75.00
3-Man Crew 170.00
2-Man Crew 140.00
Travel Time (3-man crew in excess of 8 hours) 95.00
Travel Time (2-man crew in excess of 8 hours) 80.00
ADMINISTRATIVE SERVICES
Word Processing Operator 40.00
Administrative Assistant 60.00
MISCELLANEOUS SERVICES AIND EXPENSES
Court Appearance (4 hour minimum) 250.00
Mileage (per mile) 0-35
Subsistence cost
Outside Services Cost + 100/0
Materials & Other Expenses Cost + 20%
All rates arc subject to change at such time as adjustments are made as a result of
agreements, salary adjustments and increased business expenses.