HomeMy WebLinkAboutContracts & Agreements_38-1997_CCv0001.pdf AGREEMENT TO FURNISH
ENGINEERING SERVICES FOR
DESIGN OF PRESSURE SUSTAINING IMPROVEMENTS TO THE TATE
WATER TREATMENT PLANT EFFLUENT PIPELINE
This Agreement is made and entered into this 15th day of April, 1997 by and between the City of
Redlands, a municipal corporation (hereinafter "City") and Camp Dresser & McKee, Inc.,
(hereinafter"Engineer").
In consideration of the mutual promises, covenants and conditions hereinafter set forth, City and
Engineer hereby agree as follows:
ARTICLE I - ENGAGEMENT OF ENGINEER
1.1 City hereby engages Engineer, and Engineer hereby accepts the engagement, to perform
professional engineering services ("Services") for the Tate Water Treatment Plant Effluent
Pipeline(the "Project").
1.2 The Services shall be performed by Engineer in a professional manner, and Engineer
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 Engineers in the industry providing similar types of services.
ARTICLE 2 -SERVICES OF ENGINEER
2.1 The specific Services which Engineer shall perform are more particularly described in
Attachment "A," entitled "Scope of Work," which is attached hereto and incorporated
herein by this reference.
ARTICLE_3 - RESPONSIBILITIES OF CITY
3.1 City shall make available to Engineer information in its possession that is pertinent to the
performance of Engineer's Services.
3.2 City will provide access to and make provisions for Engineer to enter upon City-owned
property as required by Engineer to perform the Services.
3.3 City designates Mike Call, Project Manager to act as its representative with respect to the
Services to be performed under this Agreement.
1
TATE WATER TREATMENT PLANT EFFLUENT PIPELINE
Camp Dresser&McKee, Inc.
April 15, 1997
ARTICLE 4 - PERIOD OF SERVICE
4.1 Engineer shall perform the Services in a diligent manner and in accordance with the
schedule set forth in Attachment B.
ARTICLE_5 - PAYMENTS TO THE ENGINEER
5.1 The total compensation for Engineer's performance of the Services shall not exceed
$36,025 in accordance with Attachment C - Fee Proposal. City shall pay Engineer on a
time and materials basis at the hourly rates shown in Attachment D - Rate Schedule.
5.2 Engineer 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 Engineer shall be made within 30 days after receipt and approval of Engineer's invoice,
by warrant payable to Engineer.
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 Engineer
Mike Call Richard W. Corneille
Municipal Utilities Department Camp Dresser & McKee, Inc.
35 Cajon Street 2920 Inland Empire Blvd.
P.O. Box 3005 Ontario CA 91764
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 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.
ARTICLE - INSURANCE AND INDEMNIFICATION
6.1 Engineer shall maintain worker's compensation insurance and, in addition, shall maintain
insurance to protect City from claims for damage due to bodily injury, personal injury and
2
TATE WATER TREATMENT PLANT EFFLUENT PIPELINE
Camp Dresser&McKee, Inc.
April 15, 1997
death, and claims for injury to or destruction of tangible property while performing the
Services required by this Agreement. Said public liability and property damage insurance
shall be in a minimum combined single limit of$1,000,000, and in the aggregate. Engineer
shall maintain comprehensive automobile liability insurance with a combined single limit
of$1,000,000 for bodily injury and property damage. Engineer shall maintain professional
liability insurance in the aggregate amount of$1,000,000 with a minimum of$500,000 per
occurrence. City shall be named as an additional insured under all policies for public
liability,property damage and comprehensive automobile liability and professional liability
insurance, and such insurance shall be primary with respect to City and non-contributing to
any insurance or self-insurance maintained by the City. Engineer shall provide City with
certificates of insurance evidencing such insurance coverage prior to commencing the
Services.
6.2 Engineer shall indemnify, hold harmless and defend City and its elected officials, officers,
agents and employees from and against all claims, loss, damage, charges or expense, to
which it or any of them may be put or subjected to the extent that they arise out of or
result from any willful or negligent act or actions, omission or failure to act on the part of
the Engineer, its contractors, its suppliers, anyone directly or indirectly employed by any
of them or anyone for whose acts or omissions any of them maybe liable in the
performance of the Services required by 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 Engineer 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 Engineer's key personnel for the Project are:
Project Manager: Richard W. Corneille, P.E.
Project Engineer John Price, P.E.
Engineer 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.
3
TATE WATER TREATMENT PLANT EFFLUENT PIPELINE
Camp Dresser&McKee, Inc.
April 15, 1997
7.4 All documents, records, drawings, designs, costs estimates, electronic data files and
databases 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 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 Engineer is for all purposes an independent contractor. All personnel employed by
Engineer are for its account only, and in no event shall Engineer 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 either party, without cause, by providing thirty (30)
days prior written notice to the other (delivered by certified mail, return receipt requested)
of intent to terminate.
7.8 If this Agreement is terminated by City, 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 Engineer at the time of termination may be adjusted to
the extent of any additional costs to City occasioned by any default by Engineer.
7.9 Upon receipt of a termination notice, Engineer 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 Engineer in performing the Services required by this
Agreement.
7.10 Engineer shall maintain books and accounts of all Project related payroll costs and all
expenses. Such books shall be available at all reasonable times for examination by the City
at the office of Engineer.
TATE WATER TREATMENT PLANT EFFLUENT PIPELINE
Camp Dresser&McKee, Inc.
April 15, 1997
7.11 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 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 City and Engineer have signed
in confirmation of this Agreement.
City of Redlands Camp Dresser & McKee, Inc.
("City„) Engineer
By:
SWEN LARS N Richard W. Corneille
Mayor Vice-President
ATTEST:
Cot lerC, 'Ct
.lands
5
ATTACHMENT A TO AGREEMENT
BETWEEN
OWNER AND ENGINEER
TO FURNISH
ENGINEERING SERVICES
FOR
CITY OF REDLANDS
DESIGN OF PRESSURE SUSTAINING IMPROVEMENTS TO THE
TATE WATER TREATMENT PLANT EFFLUENT PIPELINE
SCOPE OF WORK
Review the December 20, 1994 conceptual design and meet with City staff to confirm
hydraulic and operational requirements.
2. Site investigation: Investigate existing utilities and property lines in the vicinity of the
proposed improvements. This work includes the collection and review of utility record
drawings and a field survey to establish/confirm property lines and collect topographic
data for base maps. CDM will also conduct 3 geotechnical borings with associated soil
tests and reports to determine subsurface conditions. If available, CDM will review
additional geotechnical information from previous City construction/design documents
for the effluent pipeline.
3. Prepare the following construction drawing.-
• Title sheet with location and vicinity maps, legend, abbreviations, agency index,
and construction notes.
Pipeline improvement plan and profile sheet. Drawn to I inch =20 feet
horizontal scale and I inch =4 feet vertical scale with existing topography and
utilities, proposed improvements, and construction notes.
• One electrical/instrumentation sheet for power supply and integration with the
City's SCADA system.
• Two detail sheets with necessary pipeline, manhole/vault, and instrumentation
details.
4. Prepare modifications and/or special provisions for the City's standard "front end"
documents and standard specifications.
vs:1405-rnK'tPr(7Pf'-faArediangLv\aitachmt,wpd
Attachment A (continued)
Scope of Work
5. Submit 90% complete construction drawings for City review, incorporate comments, and
submit final drawings for construction.
6. Attend one two-hour meeting with City staff to review comments on the 90% submittal.
T Prepare a bid sheet.
S. Prepare an engineer's opinion of probable construction costs.
9. Perform project management and quality assurance/quality control (QA/QC) during the
execution of the contract. This work includes the preparation of invoices and progress
reports; contracts with, and management of, any subcontractors (survey and I
geotechnical); internal and CDM-City communications/coordination; and QA/QC of
completed documents.
Please note that this proposed scope of work does not include construction, construction
management services, or permitting activities, except for the preparation of documents for permit
submittals.
w:WO5-inw\preipf)-vaAredktn,dv�attachm.t,wpd
ATTACHMENT B TO AGREEMENT
BETWEEN
OWNER AND ENGINEER
TO FURNISH
ENGINEERING SERVICES
FOR
CITY OF REDLANDS
DESIGN OF PRESSURE SUSTAINING IMPROVEMENTS TO THE
TATE WATER TREATMENT PLANT EFFLUENT PIPELINE
PROJECT SCHEDULE
CDM will submit the 90% review documents 6 to 8 weeks after receiving notice to proceed and
any applicable City record drawings, documents, or specifications. CDM will submit the 100%
complete construction drawings within 2 weeks of meeting with the City to review comments.
w:1405-nswlprr)prssattredtandv\wtach t.wird
ATTACHMENT C TO AGREEMENT
BETWEEN
OWNER AND ENGINEER
TO FURNISH
ENGINEERING SERVICES
FOR
CITY OF REDLANDS
DESIGN OF PRESSURE SUSTAINING IMPROVEMENTS TO THE
TATE WATER TREATMENT PLANT EFFLUENT PIPELINE
FEE ESTIMATE
Compensation for services of principals and employees of the ENGINEER rendered for
performance of the Scope of Work, Attachment "A" will be based on Article 5.1 and 5.4 of the
Agreement. The estimated breakdown of labor hours, labor fees and nonsalary expense is shown
in Table 1, Fee Estimate.
w:\405-mw\propt'i,vaAredlandv\attachrnL wpd
:Camp Dresser&McKee Table 1 March 25, 1997
City of Redlands Henry Tate WTP Effluent Line Improvements
Fee Estimate
Task/Description Labor Mrs) Costs
CO PM PE SE DFT Total Labor I ODCs I —o-p-sTotal---T
I Review Conceptual Design 0 2 2 0 0 4 $450 $50 $0 $505
2 Site/Utility Investigation 0 4 0 16 0 20 $1,660 $200 $7,000 $9,580
3 Prepare Construction Drawings 5 32 40 40 80 197 $16,670 $400 $0 $17
4 Front End Documents, Special Provisions 2 4 4 4 0 14 $1,480 $50 $0 $1,110
,535
5 90% and 100% Submittals 0 0 0 0 0 0 $0 $500 $0 $550
6 Meetings (two 2-hour) 6 8 0 0 2 16 $2,110 $100 $0 $2,220
7 Prepare Bid Sheet 0 1 0 4 0 5 $415 $50 $0 $470
8 Prepare Engineer's Opinion of Costs 1 2 4 8 0 15 $1,340 $50 $0 $1,395
9 Project Management and QA/QC
--2— 8 6 0 8— 24 ----$2,440 $-200 $0 $2,660
1 16 61 56 72 90 295 $26,565 $1,600 $7,000 ±2E,025
__j
ATTACHMENT D TO AGREEMENT
BETWEEN OWNER AND ENGINEER
TO FURNISH
ENGINEERING SERVICES
FOR
CITY OF REDLANDS
DESIGN OF PRESSURE SUSTAINING IMPROVEMENTS TO THE
TATE WATER TREATMENT PLANT EFFLUENT PIPELINE
SCHEDULE OF HOURLY RATES
January 1, 1996
ate -ries
Z-- Hourly Rate
Engineers/Scientists Grade 1 $60.00
Grade 2 70.00
Grade 3 80.00
Grade 4 90.00
Grade 5 100.00
Grade 6 110.00
Principal 125.00
Associate 135.00
Vice President 150.00
Sr. Vice President 165.00
Support Service Designer Drafter 1 $35.00
Designer Drafter 2 45.00
Designer Drafter 3 55.00
Designer Drafter 4 65.00
Designer Drafter 5 70.00
Designer Drafter 6 90.00
Designer Drafter 7 95.00
Designer Drafter 8 100.00
Planner 4 85.00
Inspector(CNR14) 70.00
Inspector(CNR 15 90-00
w:\405-mw\proposatxredLandv\auachmt wpd
ateoriel Hourly Rate
Support Service (cont'd) Administrative Manager 70.00
Administrative Assistant 45.00
Office Clerk 30.00
Clerical Manager
50.00
Work Processor 45.00
Technical Writer 65.00
Financial Manager 75.00
Contract Administrator 70.00
Finance Assistant 45.00
Accounting Clerk 45.00
Miscellaneous Expenses Auto Mileage
Z� 0.30/mile
Computer Time- PC 4.00/hour
Computer Time - AutoCad 12.00/hour
Outside Services Cost + 10%
Material and Other Expenses Cost + 10%
w:\405-mwl 7rtjposaAredLands\auachmi,wpd