HomeMy WebLinkAboutContracts & Agreements_4-2010_CCv0001.pdf AGREEMENT TO PERFORM PROFESSIONAL ENGINEERING SERVICES
FOR THE DESIGN TO THE CITY OF REDLANDS
2010 CAPITAL IMPROVEMENT PROGRAM
WATER PIPELINE REPLACEMENT PROJECT
This agreement for the provision of design engineering services for the design of the City of
Redlands 2010 Capital Improvement Program Water Pipeline Replacement Project ("Agreement")
is made and entered into this 19th day ofJanuary,2010("Effective Date"),by and between the City
of Redlands,a municipal corporation("City's and RCE Consultants,Inc. ("Consultant'}. City and
Consultant are sometimes individually referred to herein as a"Party"and,together,as the"Parties."
In consideration of the mutual promises contained herein, City and Consultant agree as follows:
ARTICLE 1 -.,ENGAGE-MENT OF QQNSULTANT
1.1 City hereby engages Consultant to perform professional engineering design services for the
2010 Capital Improvement Program Water Pipeline Replacement Project located
throughout the City's water service area (the "Services").
1.2 The Services shall be performed by Consultant in a professional mariner, and Consultant
represents that it has the skill and the professional expertise necessary to provide the
Services to City at a level of competency presently maintained by other practicing
professional consultants in the industry providing like 'and similar types of Services.
ARTICLE 2 -SERVICES OF CONSULT-AN
2.1 The Services that Consultant shall perform are more particularly described in Exhibit
"A," entitled"Scope of Services,"which is attached hereto and incorporated herein by
reference.
12 Consultant shall comply with applicable federal, state and local laws and regulations in
the performance of this Agreement including, but not limited to, the Americans with
Disabilities Act, the Fair Employment and Housing Act and prevailing wage laws.
ARTICLE 3 - RESPONSIBILITIES OF CI
3.1 City shall make available to Consultant information in its possession that may assist
Consultant in performing the Services.
3.2 City designates Mr. Bassam,Alzammar as the City's representative with respect to
W
performance of the Services, and such person shall have the authority to transmit
instructions,receive information,interpret and define City's policies and decisions with
respect to performance of the Services.
ARTICLE 4-.PERFORNIANCE', OF SERVICES
4.1 Consultant shall perform the Services in a prompt and diligent manner and in
accordance with the schedule set forth in Exhibit "B," entitled "Project Schedule."
4.2 During the term of this Agreement, City may request that Consultant perform Extra
Services. As used herein, "Extra Services-means anv work that is determined necessary
by City for the proper completion of the project or 'work for which the Services are
K"Capital Projects"Water Projects',Clll Replacement Project 2010"Design:contractki%greemenfRCE Consultants.2010 Water ClPdoc
Revised 12/15/09
being performed, but which the Parties did not reasonably anticipate would be necessary
at the time of execution of this Agreement. Provided the Extra Services do not exceed
twenty percent (20%) of the compensation to be paid by City to Consultant for the
Services, such Extra'Services may be agreed to by the Parties by written amendment to
this Agreement, executed by the City Manager, or duly authorized city official.
Consultant shall not perform,not be compensated for, Extra Services without such
,written authorization from City.
ARTICLE 5 -PAYMENTS TO CONSULTAN
5.1 'I"he total compensation for Consultant's performance of the Services shall not exceed the
amount of One Hundred Ninety Four Thousand Twelve Dollars Fifty Cents($194,012.50).
City shall pay Consultant on a time and materials basis up to the not to exceed amount,in
accordance with Exhibit "C" entitled "Project Costs," and based upon the hourly rates
shown in Exhibit"D,"entitled"Rate Schedule," Both Exhibits"C"and"D"are attached
hereto and incorporated herein by this reference.
52 Consultant shall submit monthly invoices to City describing the work performed during the
preceding month. Consultant's invoices shall include a brief description of the Services
performed, the dates the Services were performed, the number of hours spent and by
Whom, and a description of reimbursable expenses related to the project. City shall pay
Consultant no later than thirty(30) days after receipt and approval by City of Consultant's
invoice.
5,3 All notices shall be given in writing by personal delivery or by mail. Notices sent by mail
should be addressed as follows:
C4 Consultant
Bassam Alzamniar Richard L. Clark
Municipal Utilities and Engineering Dept. RCE Consultants,Inc.
Citvof Redlands 7595 Irvine Center Drive
35 Cajon Street, Suite 15A
Suite 150
PO Box 3005 (mailing) Irvine, CA 9218
Redlands, CA 92373
When so addressed, such notices shall be deemed given upon deposit in the United States Mail.
Changes may be made in the names and addresses of the person to whom notices and payments are
to be given by giving notice pursuant to this section 15.3.
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
6,1 Insuraiacc. Insurance required by this Agreement shall be maintained by Consultant for
the duration of its performance of the Services. Consultant shall not perform any
Services unless and until 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 the Services. Insurance policies shall include a
provision prohibiting cancellation or modification of the policy except upon thirty(30)
days'prior Written notice to City, except for ten (10) days notice for cancellation due to
non-payment of premium,
K,'Capital Projects%water Projects',cip replacement ProJect 20 1 oiDesigncontractxAgreemen'�,RCE Consultants.20 10 Water clp,doc
Revised 12/15/09
6.2 Workers' Compensation and Employer's Liability. Consultant shall secure and maintain
Workers' Compensation and Employer's Liability insurance throughout the duration of
its performance of the Services in accordance with the laws of the State of California,
,with an insurance carrier acceptable to City as described in Exhibit "E," entitled
"Workers' Compensation Insurance Certification,"which is attached hereto and
incorporated herein by this reference.
6.3 Hold Harmless and IndLe_mnification. Consultant shall defend,indemnify and hold
harmless City and its elected officials, employees and agents from and against any and all
claims,losses or liability,including attorneys' fees,arising from injury or death to persons
or damage to property occasioned by and negligent act,omission or failure to act by
Consultant,its officers, employees and agents in performing the Services.
64 Comprehensive General Liability Insurance. Consultant shall secure and maintain in
farce throughout the term of this Agreement comprehensive general liability insurance
With carriers acceptable to City. Nfinimum,coverage of One Million Dollars (S1,000,000)
per occurrence and Two Million Dollars ($2,000,000) aggregate for public liability
property damage and personal injury is required. City shall be named as an additional
insured and the insurance policy shall include a provision prohibiting modification of
coverage limits or cancellation of the policy except upon thirty(30) days prior written
notice to City. Such insurance shall be primary and non-contributing to any insurance or
self-insurance maintained by City. Certificates of insurance shall be delivered to Citv
prior to commencement of the Services.
6.5 Professional Liability:Insurance.Consultant shall secure and maintain professional liability
insurance throughout the term of this Agreement in the amount of One Million Dollars
($1,000,000) per claim made. Certificates of insurance shall be delivered to City prior to
commencement of the services.
6.6 Business Auto Liability Insurance. Consultant shall have business auto liability coverage,
with minimum limits of One Million Dollars (x1,000,000) per occurrence, combined
single limit for bodily injury liability and property damage liability. This coverage shall
include all Consultant owned vehicles used in connection with Consultant's provision of
the Services, hired and non-owned vehicles, and employee non-ownership vehicles. City
shall be named as an additional Insured and a certificate of insurance and endorsement
shall be delivered to City prior to commencement of the services. Such insurance shall
be primary and non-contributing to any insurance or self insurance maintained by City.
ARTICLE 7 - CONFLICTS OF INTEREST
7,1 Consultant covenants and represents that it does not have any investment or interest in
any real property that may be the subject of this Agreement or any other source of
income,interest in real property or investment that would be affected in anv manner or
degree by the performance of Consultant's Services. Consultant further covenants and
represents that in the performance of its duties hereunder,no person having any such
interest shall perform any Services under this Agreement.
7
Consultant agrees it is not a designated employee within the meaning of the Political
K.\Capital Projects'Mater Projects"CIP Replacement Pro9ect 2010',Design;ContracfAgreementRCE Consultants.2010 Water ClRdoc
Revised 12/15/09
Reform Act because Consultant:
A. Does not make or participate in:
(i) the making or any governmental decisions regarding approval of a rate, rule or
regulation, or the adoption or enforcement of laws-,
(ii) the issuance, denial, suspension or revocation of permits,licenses,
applications,certifications, approvals, orders or similar authorizations or entitlements;
(iii) authorizing City to enter into,modify or renew a contract;
I I
(iv) granting City approval to a contract that requires City approval and to which
Citv is a party, or to the specifications for such a contract;
(v) granting City approval to a plan,design,report, study or similar item;
(vi) adopting, or granting City approval of,policies, standards or guidelines for
City or for anv subdivision thereof.
B. Does not serve in a staff capacity with City and in that capacity,participate in
making a governmental decision or otherwise perform the same or substantially the same
duties for City that would otherwise be performed by an individual holding a position
specified in City's Conflict of Interest Code under Government Code section 87302.
7.3 In the event City officially determines that Consultant must disclose its financial interests
by completing and filing a Fair Political Practices Commission Form 700, Statement of
Economic Interests. Consultant shall file the subject Form 700 with the Citv Clerk's
office pursuant to the written instructions provided by the Office of the City, Clerk.
ARTICLE, 8 - GENERAL CONSIDERATIONS
8.1 Attorneys' Fees. 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,including
fees for the use of in-house counsel by a Party.
8.2 Prohibition Against Assignment. Consultant shall not assign any of the Services,except
with the prior written approval of City and in strict compliance with the terms, and
conditions of this Agreement.
83 Documents andRecords. Project related documents,records, drawings,designs, cost
estimates, electronic data files, databases and anv other documents developed by
Consultant in connection with its performance 'of the Services, and any copyright
interest in such documents, 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, and anv use of incomplete documents, shall be at City's sole risk.
8.4 Independent Contractor ` t ttI s- Consultant is for all purposes under this Agreement an
K,'Capital ProjectsMatel-Pri:,jects,'CIP Replacement Project 2010�Design'Contract\Agreement`RCE Consultants.2010 Water OF doc
Revised 12/15/09
independent contractor and shall perform the Services as an independent contractor.
Neither City nor of its agents shall have control over the conduct of Consultant or
Consultant's employees, except as herein set forth. Consultant shall supply necessary
tools and instrumentalities required to perform the Services.Assigned personnel
employed by Consultant are for its account only, and in no event shall Consultant or
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. Consultant shall have no authority, express or
implied, to act on behalf of City in any capacity whatsoever as an agent,nor shall
Consultant have any authority, express or implied, to bind City to any obligation.
8.5 Termination.
A. Unless earlier terminated as provided for below, this Agreement shall terminate upon
completion and acceptance of the Services by City.
B. This Agreement may be terminated by City,in its sole discretion, by providing thirty
(3)0) days'prior-written notice to Consultant (delivered by certified mail,return receipt
requested) of City's intent to terminate.
G If this Agreement is terminated by City, an adjustment to Consultant's compensation
shall be made, but (1) no amount shall be allowed for anticipated profit or unperformed
Services, and(2) any payment due Consultant at the time of termination may be adjusted
to the extent of any additional costs to City occasioned by any default by Consultant.
D. Upon receipt of a termination notice, Consultant shall immediately discontinue its
provision of the Services and,within five (5) days of the date of the termination notice,
deliver or otherwise make available to City, copies (in both hard copy and electronic
form,where applicable) of project related 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. Consultant shall
be compensated on a pro-rata basis for Services completed up to the date of termination.
8.6 Books and Records. Consultant shall maintain books,ledgers,invoices, accounts and
other records and documents evidencing costs and expenses related to the Services for a
period of three (3) years,or for any longer period required by law, from the date of final
payment to Consultant pursuant to this Agreement. Such books shall be available at
reasonable times for examination by City at the office of Consultant.
a
83 Entire Agreement/amendment. This Agreement,including the Exhibits incorporated
herein by reference,represents the entire agreement and understanding between the
Parties as to the matters contained herein, and any prior negotiations,written proposals
or verbal agreements relating to such matters are superseded by this Agreement. Except
as otherwise provided for herein, an amendment to this Agreement shall be in writing,
approved by City and signed by City and Consultant.
&S Governing Lay. This Agreement shall be governed by and construed in accordance with
the laws of the State of California.
8.9 If one or more of the sentences,clauses,paragraphs or sections contained in
this Agreement is declared invalid,void or unenforceable by a court of competent
K:'Capital ProjectsMater PrqjectskCIP Replacement Project 2010'Design"Contracf,,-kgreemen;'RCE Consultants.2010 Water Clp,doc
Revised 12/15/09
jurisdiction, the same shall be deemed severable from the remainder of this Agreement
and shall not affect,impair or invalidate the remaining sentences, clauses,paragraphs or
sections contained herein,unless to do so would deprive a Party of a material benefit of
its bargain under this Agreement.
K."kCapital ProjectskWater projects',Up Replacement Ph)ject 2010",Desi&,,Contracfx,,NgreemenfRCE Consultants,2010 Water CIP.doe
Revised 12/15/09
IN WITNESS WHEREOF, duly authorized representatives of the City and Consultant have
signed in confirmation of this Agreement.
CITY OF REDLANDS RCE CONSULTANTS,INC.
By: By:
Pat Gilbreath, Mayor Richard L. Clark,P.E.
Attest:
City Clerk
K,Capita,ProjectsMater Projects"UP Replacement Pro-ject 20 1 O\Design'ContriceAgreement.RCE Consultants-2010 Water Clp,doc
Revised 12/15/09
EXHIBIT "All
SCOPE OF SERVICES
Approach:
It is our understanding that the City of Redlands requires that the proposed water main
replacements per the RFP be designed and installed before June 2011. We have prepared a
detailed design and construction schedule to show specifically how we will execute this project.
In preparation for this proposal, RCE:
• Requested drawings of existing facilities from the utility companies within the City
• Field inspected the alignment of the proposed water replacement mains
• Met with Engineering staff from the City of Redlands
• Reviewed City atlas maps for the complete proposed water project
• Reviewed City approved record drawings of last years Water Capital Improvement
Project
Through these efforts, we have acquired a thorough knowledge of the parameters affecting the
proposed pipelines. We understand the City of Redlands' requirements with regard to
encroachment permits, traffic control; construction working hours, design and plan check
process. We are very familiar with the City's water system. The following discussion explains
our initial research and preliminary design activities.
Based on our prior experience, the critical elements associated with a project of this nature
include obtaining accurate base map data and creating construction documents that define the
City's commitment to maintaining services to the residents throughout the installation process.
The City will have several decisions to make early in the design process related to continued
service to the residents. These include but are not limited to the following:
• Acceptable durations of interruption to both water and sewer service.
• Continued access to private property during the construction.
• Daytime or nighttime reconnections.
Each of these decisions impact both the construction costs but also the potential political success
of the project.RCE will utilize our prior experience with these types of projects together with the
City's experience to help define the project's construction documents. As an example we
recommend that language is incorporated into the documents that require the contractor to
maintain all utility services to the homes until the day of reconnection.
In order to mitigate schedule pressures beyond our control and because we decided to do so fir
the sewer CIP project,we have already initiated the existing utility requests for this project also.
We have contacted the following utility companies and sent letters'requesting record drawings of
their existing facilities both above and below ground for each of the project areas:
K''Capital Projects'Water Prraects"CIP Replacement Project 2010Design"Cont.,acftAgreement RCE Consultams.2olo Water Clp.doc
Revised 12/15/09
Southern California Edison Southern California Gas
AT&T Sprint
Verizon Time Warner Cable
Metropolitan Water District of Southern California Western Heights Water Company
Bear Valley Mutual Water Company Crafton Water Company
Lugonia Water Company
We will continue to follow up with these companies over the next month,so that we will have all
the available information in hand to prepare the base maps for the proposed water pipelines.
Upon award, we will immediately produce the base maps based on record maps and street
improvement plans provided by the City. We will provide the street centerline bearing and
distances and City benchmark data to our survey teams which will then field survey the proposed
water main alignments. Please refer to the enclosed design and construction schedule. We have
scheduled twenty(20)days for base map preparation and twenty(20)days for field survey.This
is based on two survey crews capturing approximately 1,500 linear feet of topography per crew
per day.
Based on discussions with staff at the Engineering department,we have scheduled three(3)City
reviews of the proposed design at fift., percent (50%), ninety percent (90%) and one-hundred
percent(100%)complete stages.As two of the project areas(Mill Creek Road and the Interstate
10 freeway)are within Caltrans right-of-way,we will submit the design to Caltrans at each City
submittal. We have included Caltrans coordination in this proposal.
By completing the design by July 7,2010,this leaves a year for bidding,award and construction.
Based on our prior experience, we believe this to be a reasonable timeframe.
Based upon our prior experience with projects of this nature, we believe this project's success
will depend on thorough background research and constant communication with City staff. To
achieve this, RCE will place strong emphasis on thorough communications with all effected
utilities to ensure that the design,when submitted, is complete to the appropriate level of detail
for the particular milestone submittal. Also, BCE's reputation is grounded in continual
communication with our clients
The following section explains in detail and in sequence the tasks we propose to undertake to
complete this project.
Scope of Work:
Kick-Off Meeting: Before the official authorization to proceed,we will prepare the agenda for
the kick-off meeting and distribute to the requested attendees in advance.This agenda will cover
critical project delivery issues such as lines of communication, milestone schedule, content of
deliverables and design related issues. We will schedule the kick-off meeting for January 19,
2010 and issue the minutes to all attendees within two days of the meeting-This kick-offmeeting
is extremely important to the overall project success. Therefore ensuring the proper items are
discussed and the appropriate attendees are present is of utmost importance.
Project Schedule: After the kick-off meeting, we will immediately update the project design
K,Taprtal Prqiects"Water Proiects`CIP Replacement Project 20 1 O\DeslgriiContract\Agreement.RCE Consmtants.2010 Water CIP,dot
Revised 12/15/09
schedule, if required. We will use the schedule in this proposal as a baseline and expand it to the
level of detail required for us to manage the project. This scheduling process is a key tool in
RCE's project delivery system. We will issue the schedule to the City for input and upon
incorporation of City comments; this schedule will become the project timeline. Schedule
progress will be reviewed weekly as a means of tracking progress and for baseline information
when making project decisions such as overlapping tasks or the need to apply extra resources to
certain tasks to expedite the overall project progress. RCE will update City staff on any
adjustments to the project schedule during the design phase. Once the adjustments have been
approved by the City, we will issue a revised project schedule to the City.
Research: As mentioned above, we will have already obtained the existing utility information
from the other utilities and at the kick-off meeting we will anticipate receiving the street record
drawings, City utility drawings and available final maps from the City of Redlands.
Base Map Preparation: Using the City provided street improvement plans and available utility
drawings; we will prepare a detailed base map for the project. The existing right-of-way lines,
street centerlines, lot lines and easements, if any,will be shown on the base map along with the
utilities. Completion of this map will be a key element in the overall success in the project.An
accurate and thorough base map will serve to illuminate all the potential design issues as well as
help to avoid potentially costly conflicts during construction. We intend to apply considerable
resources to this task to ensure the base map will be up to the standard required of the project.
One of our first quality assurance system milestones will be the peer review of the base map to
ensure all the utility information has been incorporated and that the street and survey data
correctly overlaid.
Design Survey: Once we have compiled sufficient street centerline and right-of-way data and
City bench iniormation, we will initiate the field survey. This will include existing surface
features and topographic elevations for the streets and unpaved areas required for the project.We
will survey from curb to curb on the streets and in the unpaved areas we will survey a twenty foot
width above the proposed pipeline.The topography will be based on City benchmarks and either
state plane coordinate system or assumed coordinate systems as appropriate based on the project
locations.
Site Visit: After incorporating the field survey data into the base map, we will perform a site
walk of the proposed alignment of the water mains. Again, a vital step in our quality assurance
system, this site walk will serve to verify the base map and gather additional information
unavailable in the record documents or the field survey. Photos will also be taken for reference
during the design phase.
Preliminary Design: Upon completion of the base map, survey and site inspection, we will
proceed with the preliminary design. We will layout the horizontal alignment of the proposed
pipelines on the base map.After this,we will make any appropriate recommendations to the City
for potholing if required. We anticipate this preliminary design will warrant discussion with the
City. These discussions may be informal in nature but will serve to update the City on our
progress and reveal relevant design and construction issues early in the process,
50%Design:After the informal communications with the City during the preliminary design are
r�
complete and the preliminary design is agreed upon,the 50%design submittal will show the plan
Z�
only of the proposed water mains.The plans will be on 24*'x 36"sheets and the set will include
K"Capital Projects water Projects'CIP Replacement PrQiect 2019,,Design'tContracf-AgreementRCE Consultarits,21010 Water Clp,doc
Revised 12/15/09
a title sheet and sixteen(16)plan sheets. An outline of the Special Provisions and the Technical
Specifications will also be included in the 50%design submittal.This proposal includes one(1)
50% design review meeting with the City to discuss comments before we proceed to the next
design stage.We will prepare and distribute the agenda beforehand and prepare and distribute the
0
minutes to all attendees afterwards.
90% Design: After the 50% design review meeting, we will proceed to 90% design. This
submittal will contain the construction notes and details specific to this project.The complete bid
documents, Special Provisions and the Technical Specifications will also be included in the 90%
design submittal. This proposal includes one (1) 90% design review meeting with the City to
discuss comments before we proceed to the next design stage.We will prepare and distribute the
agenda beforehand and prepare and distribute the minutes to all attendees afterwards.
100% Design: Upon approval by the City of the 90% design, we will proceed to the 100%
design stage. This submittal will incorporate City comments and finalize the plans and
specifications. We will prepare the engineer's estimate of probable construction cost at this
stage. Based on our discussions with the City of Redlands, we will not prepare separate traffic
control plans. We will however specify that the contractor abide by the Work Area Traffic
Control Handbook(WATCH).This proposal includes one(1) 100%design review meeting with
the City to discuss any final comments. We will prepare and distribute the agenda beforehand
and prepare and distribute the minutes to all attendees afterwards.
Final Documents: Upon receipt of comments from the City on the 100%documents, we will
finalize the plans,bid documents,specifications and engineer's estimate.We will incorporate all
4
review comments and submit thoroughly cross-referenced, quality checked and peer reviewed
final reproducible construction documents, signed and stamped.
We estimate the final plan set to include:
1. Title Sheet
2. General Notes, Abbreviations, Vicinity Map, Location Map, Special Notes, Sheet
Index
3. Details
4. — 19. Plan Sheets
This proposal includes printing required for production of the final documents including budget
for the review sets at 50%, 90%and 100%. We will submit one set of signed and sealed mylars
of the final approved full size construction plans with one set of camera-ready original
specifications.
Record Drawings: At the completion of the construction project, RCE will update the project
plans to reflect the contractor's and City inspector's redlines.We will provide"record drawing"
mylars and AutoCAD files to the City.
Assumptions and Exclusions:
Potholing and survey of potholed locations are not included in this proposal and
are assumed to be undertaken by the City or provided as an additional set-vice,
K.%Capital Prqjects'Water Projects,CIP Replacement Project 2010Desigti,,Contract�Agreement,,RCE Consultants.010 Water ClPdoc
Revised 12/15/09
• Preparation of Proposed Easement documents is excluded and is assumed to be
the responsibility of the City, if required.
• Locations of existing laterals and services will be based upon available record
data and this proposal excludes the field location of underground laterals and
services.
• Environmental, Geotechnical, Structural and Mechanical Engineering are
excluded from this proposal.
• Aerial Topography is excluded and can be provided if required as an additional
service.
KlCaprtal Projects"Water Pro JectsUP Replacement Project'�010',,Dcstgn%,ConlracMLrllemenftRCE Consultants.2010 Water CIRdoc
Revised t2/15/09
EXHIBIT 'fBff
K capital Prqject.;\Water Projccts';CIP Replacement Projectl010,,Design',Contracf,,AgreemenfRCE Consultants,2010 Water CIP do,
Revised 12/15/09
City of Redlands
2010 CIP Water Main Replacements
ec .
i
Start Finish 2010
December January February March April May June July
2 6 2 2 3 : 1 2. 3 7 1 2 2 7 , 2 2 4 1 1 2 2 9 : 2 3 6 : 2 2 4 1 1 .
1 0 nays Notice of Award t ue 0:19/10 1 um 1 19;i0 Tue 1119 Notice of Award
2 143 days Design Tue 12/15/09 Wed 7/7/10
3 G'days Kick-Cif Meeting Tuc?1=19/'10 Tu€=1119;10 Tue 1/19
4 30 olys Research and Utlfity Coordination Tue 12015!09 Thu 1728,(10
'? 20 days, Base Mani Preparation firom Record Drawings; Tue 1/19/10 Tue 2/18;10 . :.:.
5 2 deys Design Survey -ri/12(1 G Rio:3/12710 --
7 25 days Prellnl nary Water Pipeline Design Wad 3/10/10 Tue 4/13/10 ----
8 2 days Sle Visit Tue 4/6/10 Wed 4/7/10 _ -1
J
9 'C days DJ aft Special Provisions and Technical S.eci ;tions 3/31,(1 0. ._--
€' Wed Tue4/i9/iC
crraye Submit 50%Design to City and Caltrans T tie 4;13/10 "tui;4/i3 110
Tue 4/13 �
t 1 113 oays City Review of 50 Design Wed 4/14/1;) Tuo 4/27/10
City Review at 501/6 Design
12 0 nays Review Meeting with City Tue 4+27/10 Tue 4/27:10 Review Meeting with City a Tue 4127
13 'ar clays In Crrocrete City Comments aria Comple,le 90%Design Wed 4728110 Tue 5/18!10 -
14 rr chyli Prepare Bid Documents and Specifications Tue 5'11/10 Tue 5/18/10
5 2 days, Prepare.Engineers Estimate of P,=able Con ruci(ort C;ooat Mon 5117/10 Tue 5/18!10
6 0(say' Submit 90%Design to City and Caltrans Tue 5;18110 Tue 5 183 14
Tue 516 �
17 C days City Review of 90%Design Wed 5/19110 TUe 6/1/10 City Review of 901 Design
16 0 Jays, Review Meeting with City Tuu;;ti/iv Tue 6/llt0 Review Meeting with City Tue 6/1
9 ,crys IncarocraTe City Comments and Complete 100%I)osigr Wed 602/10 Tue 6/15 10 Incorporate City Comments and Complete 10141 Design
210 :i drays Final:instruction Documents ano a"pecifi;a5ons Wed 6;9/10 Tue 6/15,10;
21
Day i . l crgin er's Estimate of Probaule Consifuction Cast We 6/16/10 Wed 6/16/10
22 `7 day.o Submit 100%Documents to City and Caltrans Wed 6/16(10 Wed 6t161)10 Wed 6n6 �
23 13(Jay's C;iy Review of 100%Documents Thu 6i 17/10 Weld 8/K/l0 City Review of 1 DO/.Documents _
24 d Jay", Review Meeting with City Wed 6/36/10 Wad O'ns 10 wed 6130
25 ix(Jay, Incorporate Final Comments Thu 711110 Wed 7/7/10
Incorporate Final Comments
26 0 days Submit Find Approved Plans Wed 77/10 Wed 717r10 wed 7/7 �
Task _ kslitesaone + Rolled Up Critical TOOK _ Split _ ___ Group By Summary
ask sur'ma'y Hoiled Up Milestone External TasBs Deadline
G (Ire"- Rotted tkp Task -.. 1 Rrli4eo 1)p Progress j���� r;l;ect 5urn111&ry
EXHIBIT "C"
K:',Capital Projects'%water Prqjects£CIP Replacement Project 2010�Desigtr,,Contract%Agreement,,RCE Consultants.2010 Water CIPAOC
Revised 12115/09
City of Redlands
P
2010 CIP Water Main Replacements
I!
4��'°; �
Word
PM/Sr,Project Ea78enior Proca .0Adm 2-Person Serve
Principal Coordinator Designer in Support Party Pro}ect Surveyor Direct Cost Subtotals Fee
oescrptian 250.0 177.0 125.0 65.0 255.0 180.0 lira. $
0%Design Submittal
-Kick-Off Meeting ""____.___._.____.___.._......._.. 5.0 1 8.0 $ 4.044.60
A Searci, _ t2.i1 45.0 $ 3.645.0E1
u
base MaD Pregaraticn;lel,, -3iJ1+ft"G`'i�__..._.._.._ '0.0 �}P7.0 ----- _ _ 237.0 $ 30.445.4}4
5 v 1 EC v 1 OO.i,i 268-0 $ 59-800.,%
Site Visit ------ to^ --------- -- 16.0 $ 2.600.00
Plan V:rw .,�._ 2.Q 2U1:O.0 162.0 $ 24.540.00
Profile tat conflicts;nly'i ______.._....2_"___.... 4.0 40-� _- 46.0 $ 6.208.00
_._____�_____.
Title Sheat i.G 4.{v ,c„Q $ 677.00
ij.YeGitrCaftGnS 2..0 4.11 24,p Co-i4b-6 $ 5,248,00
usi sties:ate Op 'c
Schectuie --- 10 $ 177.00
0
'_0
Meesrna,Agenda k4inuies 2.0 j.6_..._ 4.0S 492.00
Gell*ans Coorcinavon 2. .-` - 48.0 $ 2.354.00
Pm+eot stanaement 72.0 13.0 $ 2,374.00
Reoroamiion t31 sheets x_3 sets x$8 .r sheet) _.__m _.. _ _ £200.00 0. $ 200.00
SubtRa 7.0 57 494 51 160 100 $200.00 869.0 $135,904.00
0%Desi n Submittal
e'ians ?r, 40.0 7p.0 88.0 $ 12.082.60
Water Details 16,0 _.�.__ __.__ 17-0 $ 2:477.00
tt
Pavmo�Getalls _ t.tt 16.P _ ?7.0 $ 2-177.00
._._._.
Sgevfications 2.0 4.6 46.0 $ 5.248.00
Cos':Eswr.atC
Schepute 2,0 20 $ 250.00
Meetmq.Agenda,Minutes 1. 2.a 4v $ 49206
Cahrans C oordmawnE.0
16.0 25.0 $ 3-666.00
'nenraduc6on(33 s=-ees x-3 sats x$6 aer freet)-.-_ $26;:.00 AO $ 20O.00
Subtotal- 6.039 145 57 0 0 $200.00 208.0 $ 27,958.00
La Design SubmiEtat ��
Plans 2.ii B., 3E,.0 46.0 $ 6.416.00
cySec kayos ..0 40 1 F,.0 5-(i 29.0 $ 3,478,0
Cost Estimate 1 01B.G 9.0 $ 1-177.00
Sct,tdule 2.G 20 $ 250.60
Age
g da. ^ Z0
Meetin 4.6 $ 49260
. nhhin�tes 1
Caltrans Ca r i ataon 2;v 16 C _�.... 24.0 $ 3.416.00
WPrrec!Management -.-.--..�__._._.�.._______ --------- ---- n.;; - ----- -- ------ 9.0 $ 1.666.00
eorodur non 133 sheets x 3 sets z$6 per sheer) $200.60 0_0 $ 200.00
u tots 4,0 30 80 9 0 0 $200.00 123.0 _L17,095M
e 22.0 $ 3.031.000
--
Spe:r=eatieas
g,{} 8,0 ---... 18.0 $ 4.947.00
i;aststi late 2.5 $ 338.50
_Galirars uoor-dinaticc 4.177.00
pro-ect Mana ernerl -.G -�2.0 _ 3.0 $ 604.00
M ars (33 sneer x 512 per sheet) $.?96.00 0.0 $ 396.00
3.0 8 1 36 8 0 0 $396.00 54.5 $ 7,493.50
-80414 Drawings _ T01
_:3C.i? -458.00
,,nProject Management 4,C 708M
__ a:96.00 396.66
----0.0 8 30 0 0 0 $396.00 ,562.00
Tatars ^--141.5 7ss.a T' 85.0 160.0 400.0 u 1392.0 1292.5 $194,012.50
EXHIBIT "Dtf
Rate Schedule
HOURLY CHARGE RATE AND
EXPENSE REIMBURSEMENT SCHEDULE
Professional Survev/Manpinlr
Engineering Intern.....................................$ 56.00 Survey Technician 1 $ 115.00
Designer/CAD Operator..................I.........$ 110.00
Engineer I...................................................$ 112.00 Survey Technician II/Field Supervisor
Engineer II............................................. $ 120.00 $ 125.00
Engineer III/Senior Designer.... S 125.00
Senior Engineer......................... ...... .........$ 135.00 Senior Surveyor. $ 141.00
Project Engineer/Project Coordinator........$ 160.00 Project Surveyor. $ 180.00
Project Manager/Sr.Project Coordinator...$ 177.00
Senior Project Manager.............................$200.00 Two-Person Survey Party..........................$255.00
Principal.....................................................$250.00 Three-Person Survey Party........................$340.00
Expert Witness Testimony*.......................$400.00 One-Man Survey Party., ....... .......$ 190.00
Administrative
Administrative Clerk.................................. 52.00
Word Processor/Admin. Support...............$ 65.00
Graphic Designer/Survey Research...........$ 105.00
Reproduction,special photography,postage,delivery services,express mail,out-of-area telephone calls,printing
and any other services performed by subcontractor,will be billed at cost plus 15%.
Reimbursable In-House Costs
Photo Copies(B&W 8.5':x11")......$ 0.20/Each Large Format Copies ................. 1.00/S.F.
Photo Copies(B&W I I'3xI 7"). $ 0.35/Each Mileage...........................................$0.65/Mile
Color Copies(up to 8.5"xI V)...... $ 1.50/Each Compact Disks................................$10.00/Each
Color Copies(to 11"x17")..............S 2.50/Each
NOTE: All rates arc effective to November 1,2010.There will be a negotiated increase in rates,5%minimum per year,
for contracts extending beyond October 31,2010.
Four hour minimum
K.\Capital Projects''Water Projects'CIP Replacement Project 2010'Desigr`,Contract'vkgreemenrFkCE Consultants-2010 Water CIPAOC
Revised 12/15/09
EXHIBIT "E"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
2010 CAPITAL IMPROVEMENTS PROGRAM
WATER PIPELINE REPLACEMENT PROJECT
Every employer except the State, shall secure the payment of compensation in one or more of the
following ways:
(a) By being insured against liability to pay compensation in one or more insurer duly
authorized to write compensation insurance in this State.
(b) By securing from the Director of Industrial Relations, a certificate of consent to self-
insure, either as an individual employer or as one employer in a group of employers,
which may be given upon furnishing proof satisfactory to the Director of Industrial
Relations of ability to self-insure and to pay any compensation that may become due to
his or her employees.
I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be
insured against liability for Workers' Compensation or to undertake self-insurance in accordance with
the provisions of that Code, and I will comply with such provisions before commencing the
performance of the work of this Agreement. (Labor Code §1861).
RCE Consultants, Inc. Date:
By:
Richard L Clark, P.E.
16