HomeMy WebLinkAboutContracts & Agreements_10-1989_CCv0001.pdf AGREEMENT TO FURNISH ENGINEERING SERVICES
FOR
DESIGN OF CAJON STREET AND ORANGE AVENUE
TRU14K SEWERS
This AGREEMENT is made and entered into as of this 21st day
of February, 1989,
by and between City of Redlands Municipal
Utilities Department herein
after referred to as "OWNER"
and CM Engineering Associates,
hereinafter referred to as
"ENGINEER"
In consideration of the mutual promises, covenants and con-
ditions hereinafter set forth, the parties do hereby agree as
follows:
ARTICLE 1_- -ENG P ' ` OF T,HB ENGINEER
1 .1 The OWNER hereby engages the ENGINEER and the ENGINEER
hereby accepts the engagement to perform Engineering
services in connection with the debign of approximately
2300 feet of trunk sewers in Cajon Street and 1400 feet
of trunk sewers in Orange Avenue between Tennessee and
Kansas Streets, hereinafter called the Project.
1 .2 All work under this AGREEMENT shall be done in a pro-
fessional 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.
-1-
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 .
2 .2 The following additional services may be provided by the
ENGINEER when requested and approved by the OWNER:
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_1 - RKaRgNalBILITIES 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 an 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 SERYXIE
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 there diligently.
-2-
ARTICLE 5 - PAYMENTS TO THE CONSULTANT
5 .1 For the services performed under Article 2, OWNER will
pay the CONSULTANT on a time and materials basis at the
hourly rates shown in Attachment C, Rate Schedule. The
manhour estimates and total budgets are shown on Attach
meat D, Fee Proposal.
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 C, Rate Schedule.
5 .3 CONSULTANT agrees that at the point 75-percent of
budgeted costs have been expended for each scope
project, the CONSULTANT 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. Budgets shall not be
exceeded except if previously approved by OWNER.
5 .4 The CONSULTANT shall bill the OWNER within ten days fol
lowing 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®
Payments by OWNER to CONSULTANT shall be made within 30
days after receipt and approval of CONSULTANT'S herein
above invoice, by warrant payable to CM Engineering
Associates .
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 . C. Box 3005
30 Cajon Street
Redlands CA 92373
TO CONSULTANT: CM Engineering Associates
225 E . Airport Drive
P.O. Box 6087
San Bernardino CA 92412
Attention: Mike Myers
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 INDEMNIFI1calION
—
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,
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 property damage insurance shall be in a
minimum combined single limit of $1,000 ,000 per occur-
rence. The OWNER shall be narted 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 profes-
sional nature; the total aggregate of ENGINEER'S pro-
fessional 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, agents 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, 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 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 OWIZER and in strict compliance with the
terms, provisions, and conditions of the CONTRACT.
-4-
7 .3 The key ENGINEER'S personnel proposed ,ILFor this project
are as follows:
Mike Myers - Principal-In-Charge
John Dahlke - Project Manager
ENGINEER agrees that these key people will be made
available and assigned to the OW14ERIS 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 spe-
cifications, cost estimates, and other project documents
developed by the ENGINEER pursuant to this AGREEMENT
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 1.2) an
opportunity for consultation with the terminating party
prior to termination .
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,
-5-
and any payment due to the ENGINEER at the time of
termination may be adjusted to the extent of any ad-di-
tional costs to the OWNER occasioned by the ENGINEER'S
ea f termination for default is effected by the
ENGINEER, the adjustment in compensation shall provide
for payment to the ENGINEERto includea reasonable
profit for services rendered and reimbursement for
expenses incurred prior to the ternrinationt 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
promptly i nti ue all services affected (unless
the notice directs otherwise) , and 2 deliver or other
wise make available to theWIN R, copies of datat design
calculations, drawings, specifications, report, -
aea, summaries, and such ether information ter-
ials may have been accumulated by th4-EkGINEER in
e o in this AGREEMENT.
7.10 ENGINEER shall maintain banks 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 at' the
office Of .the ;ENGINEER.
.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'
Any supplement or amendment to; this AGREE-
MENT
be effective shall be in writing and signed by
the OWNER and ENGINEER.
.12 This AGREEMENT is to be governed by andconstrued in
accordance with the laws of the State of California.
IN WITNESS WHEREOFtduly` authorized representatives of
the parties have signed' in confirmation of this AGREE-
MENT.
CITY OF REDLAUDS CM ENGINEERING ASSOCIATES
Y- �M
Mayon President
TTES a° e `e I, 1989
I i k/ �.
ATTACHMENT A
SCOPE OF WORK
The project involves the design of approximately 2,300 feet of 10 and 12 inch
replacement sewer in Cajon Street from Clifton Court to Highland and from
Summit to Garden Street and the design of approximately 1,400 feet of 10 inch
trunk sewer in Orange Avenue, from Tennessee to Kansas. The peak flows for the
hydraulic design of the trunk sewers will be provided by the Owner. The scope of
work includes the following:
TASK 1 PRE-DESIGN CONSULTATION
Prior to initiation of project activities, Engineer will meet with the Owner to clarify
the project requirements, review available data, discuss scheduling and identify any
project constraints. In order to maintain close and open communication with the
staff of the Owner, regular progress meetings will be held.
TASK 2 RESEARCH AND REVIEW EXISTING DATA
Engineer will research existing City, utility and other agency records.
An in-depth review of available information will be conducted to assess the need
for and extent of additional data collection. Field investigation will follow after
plotting and analysis of all available information and field survey notes are
completed.
TASK 3 DESIGN SURVEYS
Horizontal and vertical survey control will be established and street centerline
profile and topographic surveys with ties to surface utilities will be completed.
Also, flow line elevations of the existing sewers adjacent to the proposed trunk
sewer alignment will be verified in the field where access can be gained through
existing manholes.
If Task 2 identifies need for additional information by potholing, that work will be
performed and the survey ties will be made as part of Task 3.
Engineer will direct the field work and a survey crew to tie out the additional
information found.
A potholing crew consisting of at least a backhoe and operator will be provided by
the Owner to excavate and backfill. Owner crews will also cut, remove and repair
any pavement in the way of potholing.
TASK 4 PRELIMINARY DESIGN
Preliminary design will be prepared for Owner approval. A summary preliminary
design report will include technical design criteria, preliminary utility research
results with recommendations for potholing; horizontal and vertical layout criteria;
typical cross sections or preliminary profile; preliminary alignment plan; special
appurtenances; proposed type, size and class of pipe; special construction
conditions; a preliminary design construction cost estimate and any requirements for
permits. Construction in Orange Avenue will require crossing a major drainage
channel which will necessitate some special considerations in design as well as
coordination with the Flood Control District.
After review of all preliminary design by the Owner, Engineer will receive and
incorporate the input and suggestions of the Owner into final design.
TASK 5 GEOTECHNICAL INVESTIGATION
Approximately 6 soil borings will be made to depths of approximately 15 feet.
Barings would be spaced at approximately 800 feet intervals. Logs of the borings
would be generated by an engineer or geologist as the borings are advanced. At
least one undisturbed sample would be taken at each boring location. In addition,
bulk samples or representative materials would be obtained.
Laboratory tests on samples collected would be conducted as follows:
In-situ moisture and density of all undisturbed samples;
Maximum density obtained bycheckpoint in accordance with ASTM
Procedure D1557 to evaluate the maximum density of the materials;
Sand equivalents to determine the fine to coarse constituents in the soil;
Sieve analvsis to evaluate the gradation and to assist in a Unified Soil
classification;
Direct shear tests to provide information for shoring design.
A report would be prepared describing the field investigation and discussing an
evaluation of the boring logs. It would also discuss the following:
Excavatabili1y as related to the difficulty of making the excavation and also
the type of materials.
Bedding and Backfill Characteristics of Natural Soil as to the applicability
of the materials to be used for the actual bedding, both with respect to
method of placement and grain size and also the compaction characteristics
of the excavation material for general backfill.
Pressure Exerted on Buried Pipe presented as a Marston's diagram in order
to depict the pressures from the overburdened soil on the new sewer line.
Data to Evaluate Shoring Requirements including the type of soil and how
it would be related to the OSHA requirements for trenches over five feet
in depth.
TASK 6 FINAL DESIGN
Final design of approximately 3,700 feet of trunk sewer will be based on approved
preliminary design concepts and will be done in accordance with City and Green
Book standards. A cover sheet, plan and profile sheets to 40 and 4 scale and other
final drawings will indicate the nature and extent of the project and will have
sufficient information to bid and construct the project. Sewer lateral locations for
the Cajon Street sewer main replacement will be shown based on Owner provided
TV inspection reports. A bid schedule will be prepared for bidding a unit price
contract with estimated quantities. An estimate of probable construction costs will
be made. Special provisions and technical specifications will be prepared to
supplement City and Green Book general conditions, specifications and bidding
documents. Assistance will be provided as needed with other contract documents.
Engineer will provide 25 complete sets of plans and specifications for bidding.
ATTACHMENT B
PROJECT SCHEDULE
ITEM COMP=ON DATE
1. City Issues Notice-to-Proceed February 22, 1989
2. Submit Preliminary Design Package March 21, 1989
3. City Completes Preliminary Design Review March 29, 1989
4. Submit 85 percent Complete Plans,
Specifications, and Estimate April 28, 1989
5. City Completes Final Design Review May 12, 1989
6. Submit Final Design Plans and
Specifications May 22, 1989
_ ATTACHMENT °C"
S� CIVIL&ENVIRONMENTAL ENGINEERING
ENGINEERING ASSOCIATES
LAND PLANNING AND SURVEYING
PREVAILING HOURLY BILLING RATES
August 1988
ENGINEERING
Assistant Engineer $48.00
Associate Engineer 60.00
Civil Engineer 70.00
Senior Civil Engineer 78.00
Principal Engineer 83.00
Principal Consultant 90.00
Project Manager 78.00
Senior Project Manager 83.00
Research Assistant 33.00
Delineator 40.00
Drafter 45.00
Senior Drafter 52.00
Designer 55.00
Senior Designer 65.00
Principal Designer 70.00
Inspector 38.00
PLANNING
Assistant Planner 48.00
Planner 65.00
Senior Planner 76.00
Principal Planner 83.00
Principal Consultant 90.00
SURVEYING
Field Survey Supervisor 69.00
Principal Surveyor 83.00
3-Man Crew 170.00
2 Man Crew 130.00
Travel Time - 3 Man Crew (In excess of 8 hours) 88.00
Travel Time - 2 Man Crew (In excess of 8 hours) 65.00
ADMINISTRATIVE SERVICES
Typist/Clerk 24.00
Mord Processing Operator 29.00
Administrative Assistant 35.00
MISCELLANEOUS SERVICES AND EXPENSES
Court Appearances 110.00 (4 Hr. Min)
Computer 30.00 (} Hr. Min)
Mileage .35/Mile
Subsistence Cost
Outside Services Cost Plus 10%
Materials & Other Expenses Cost Plus 20%
* All rates are subject to change at such time as adjustments are made as a
result of agreements, salary adjustments, and increased business expenses.
225 E. Airport Dr. • P.O. Box 6087,San Bernardino,California 92412• Phone(714)884-8804 or(714)825-9562
550 West Vista Way • Melrose Center• P.O. Box 2108,Vita, California 92083 - Phone(714) 75&3680
ATTACHMENT D
FEE PROPOSAL
C M Engineering Associates proposes to perform the design engineering for the
Cajon and Orange Trunk Sewer Project, approximately 3,700 feet of 10 and 12-
inch gravity trunk sewers, on a time and material basis per Attachment C billing
rates. The fee is based upon the anticipated level of effort required to complete
each task described in Attachment A in accordance with the project schedule in
Attachment B. Our estimate of $34,295 is arrived at as follows:
Classification Hours Fee
PRELIMINARY DESIGN
Utility Research Research Assistant 16
Potholing Supervision Research Assistant 8
Preliminary Investigation Principal Engineer 8
Principal Designer 8
Design Senior Designer 32
Draft Senior Drafter 40
Design Report Principal Engineer 16
Estimating Senior Designer 8
Coordinating & Meetings Principal Engineer 24
Word Processing Operator 8
Mileage 5 trips x 20 mi x $0.35/mi
Printing —
TA K
TASK TOTAL 168 $10,383
DESIGN SURVEY
Field Work 3 Man Crew 40
Office Research, Supervision
& Calculations Principal Surveyor 16
Mileage 4 trips x 20 mi x $0.35/mi
Stakes and Supplies
TASK TOTAL $8,176
GEOTECHNICAL INVESTIGATION
This work will be subcontracted at an estimated cost of$33,500. Our estimated fee
will be $1,500 x 1.1 = $3,850.
FINAL DESIGN
Design Senior Designer 48
Drafting Senior Drafter 64
Estimating Senior Designer 8
Specifications Principal Engineer 16
Coordinating & Processing Principal Engineer 24
Principal Designer 8
Word Processing Operator 8
Mileage 2 trips x 20 mi x $0.35/mi
Printing —
TASK TOTAL 176 $11,886
ESTIMATED TOTAL DESIGN FEE $34,295