HomeMy WebLinkAboutContracts & Agreements_20-2003_CCv0001.pdf AGREEMENT TO FURNISH
CONSTRUCTION MANAGEMENT SERVICES AND ENGINEERING SERVICES
FOR 2003 WATER RECYCLING PROJECT
This Agreement is made and entered into this 4th day of February 2003 by and between the City
of Redlands, a municipal corporation (hereinafter "City") and Carollo Engineers, a Professional
Corporation, (hereinafter"Consultant").
In consideration of the mutual promises, covenants and conditions hereinafter set forth, City and
Consultant hereby agree as follows:
ARTICLE I - ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant, and Consultant hereby accepts the engagement, to
perform construction management and engineering services ("Services") for the 2003
Redlands Recycled Water Project("Project"), for the City of Redlands, California.
1.2 The Services shall be performed by Consultant in a professional manner, and Consultant
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 Consultants in the industry providing similar types of services.
ARTICLE 2 - SERVICES OF CONSULTANT
2.1 The specific Services which Consultant shall perform are more particularly described in
Attachment "A," entitled "Scope of Services," which is attached hereto and incorporated
herein by this reference.
2.2 Consultant hereby agrees to abide by all applicable Federal, State and local rules, laws
and regulations in the performance of this agreement including but not limited to all
applicable Labor code and prevailing wage laws.
ARTICLE 3 - RESPONSIBILITIES OF CITY
3.1 City shall make available to Consultant information in its possession that is pertinent to
the performance of Consultant's Services.
3.2 City will provide access to and make provisions for Consultant to enter upon City-owned
property or rights-of-way as required by Consultant to perform the Services.
RRWP CM Services Agreement
February 4, 2003
Page 2
3.3 City designates Douglas Headrick as Project Manager, to act as its representative with
respect to the Services to be performed under this Agreement.
ARTICLE 4 - PERIOD OF SERVICE
4.1 Consultant shall perform the Services in a diligent manner and in accordance with the
schedule set forth in Attachment"B", entitled "Project Schedule".
ARTICLE 5 - PAYMENTS TO THE CONSULTANT
5.1 The total compensation for Consultant's performance of Services shall not exceed the
amount of$1,583,464.00. City shall pay Consultant on a time and materials basis up to
the not to exceed amount, in accordance with Attachment "C", entitled "Project Fee",
based on the hourly rates shown in Attachment"D", entitled"Rate Schedule".
5.2 Consultant 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 Consultant shall be made within 30 days after receipt and approval
of Consultant's invoice, by warrant payable to Consultant.
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 Consultant
Douglas Headrick George Beliew
Municipal Utilities Department Carollo Engineers
35 Cajon Street 225 West Hospitality Lane, Suite 212
P. O. Box 3005 San Bernardino, CA 92408
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.
ARTICLE6 - INSURANCE AND INDEMNIFICATION
RRWP CM Services Agreement
February 4, 2043
Page 3
6.1 Consultant's Insurance to be Primary
All insurance required by this Agreement is to be maintained by Consultant for the
duration of this Project and shall be primary with respect to City and non-contributing to
any insurance or self-insurance maintained by the City. Consultant shall provide City
with Certificates of Insurance and endorsements evidencing such insurance within fifteen
(15) days of execution of this Agreement, or prior to commencement of work, whichever
occurs first.
6.2 Workers' Compensation and Employer's Liability
A. Consultant shall secure and maintain Workers' Compensation and Employer's
Liability insurance throughout the duration of this Agreement in an amount which
meets the statutory requirement with an insurance carrier acceptable to the City.
Such insurance shall be primary and non-contributing to any insurance or self-
insurance maintained by the City. The insurance policy shall include a provision
prohibiting cancellation of said policy except upon thirty (30) days prior written
notice to City. Certificates of Insurance shall be delivered to City within fifteen
(15) days of execution of this Agreement or prior to commencement of work,
whichever occurs first.
B. Consultant expressly waives all rights to subrogation against the City, its officers,
employees and volunteers for losses arising from work performed by Consultant
for City by expressly waiving Consultant's immunity for injuries to Consultant's
employees and agrees that the obligation to indemnify, defend and hold harmless
provided for in this Agreement extends to any claim brought by or on behalf of
any employee of Consultant. This waiver is mutually negotiated by the parties.
This shall not apply to any damage resulting from the sole negligence of City, its
agents and employees. To the extent any of the damages referenced herein were
caused by or resulted from the concurrent negligence of City, its agents or
employees, the obligations provided herein to indemnify, defend and hold
harmless is valid and enforceable only to the extent of the negligence of
Consultant, its officers, agents and employees.
C. In the event Consultant is claiming it is exempt from the provisions of California
Law requiring Worker's Compensation Insurance coverage for the project that is
the subject of this Agreement, Consultant shall provide City with a certificate that
has been filed with the Contractor's State License Board for the State of
California confirming said exemption is applicable to this Agreement. Consultant
will file said certificate with the City prior to work commencing. Consultant
RRWP CM Services Agreement
February 4, 2003
Page 4
further agrees to indemnify, defend and hold harmless the City and its elected
officials, agents and employees from any and all fines, penalties and/or damages
of any kind for violation of any law as it relates to Consultant's failure to provide
worker's compensation insurance, if said exemption from worker's compensation
coverage is found to not apply to Consultant for the project which is the subject of
this Agreement.
6.3 Hold Harmless and Indemnification. Consultant shall indemnify, hold harmless and
defend City and its elected officials, agents, and employees from and against any and all
claims, losses or liability, including attorney's fees, arising from injury or death to
persons or damage to property occasioned by any act, omission or failure of Consultant,
its officer, agents and employees in performing the Services required by this Agreement.
Consultant's obligations under this provision shall not be limited in any way by any terms
of this Agreement, or the insurance limits.
6.4 Assignment and Insurance. Consultant is expressly prohibited from subletting or
assigning any of the services covered by this Agreement without the express written
consent of City. In the event of mutual agreement between parties to sublet a portion of
the Services, the Consultant will add the subcontractor as an additional insured and
provide the City with the insurance endorsements prior to any work being performed by
the subcontractor. Assignment does not include printing or other customary reimbursable
expenses that may be provided in this Agreement.
6.5 Comprehensive General Liability Insurance. Consultant shall secure and maintain in
force throughout the duration of the Agreement comprehensive general liability insurance
with carriers acceptable to City. Minimum coverage of one million dollars ($1,000,000)
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 cancellation of said
policy except upon thirty (30) days prior written notice to the City. Such insurance shall
be primary and non-contributing to any insurance or self-insurance maintained by City.
Certificates of insurance and endorsements shall be delivered to City within fifteen (15)
days of execution of this Agreement or prior to commencement of work, whichever
occurs first.
6.6 Professional Liability Insurance. Consultant shall secure and maintain professional
liability insurance throughout the duration of this Agreement in the amount of one
million dollars ($1,000,000) per claim made. The consultant, in lieu of obtaining an
endorsement extending the reporting period twelve (12) months beyond the current
policy expiration date of July 4, 2003, will provide the City with a certificate of liability
RRWP CM Services Agreement
February 4, 2003
Page 5
insurance and endorsement for the next twelve (12) month policy period of July 4, 2003
through July 4, 2004. Certificate of liability insurance and endorsement shall be
delivered to City within fifteen (15) days of execution of this Agreement or prior to
commencement of work, whichever occurs first.
6.7 Business Auto Liability Insurance. Consultant shall have business auto liability
coverage, with minimum limits of one million ($1,000,000) per occurrence, combined
single limit for bodily injury liability and property damage liability. This coverage shall
include all consultant owned vehicles used on the project, hired and non-owned vehicles,
and employee non-ownership vehicles. The City shall be named as an additional insured
and a certificate of insurance shall be delivered to City within fifteen (15) days of
execution of this Agreement or prior to commencement of work, whichever occurs first.
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 Consultant 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 Consultant's key personnel for the Project are:
Project Manager: Jim Ewing
Consultant 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.
7.4 All documents, records, drawings, designs, costs estimates, electronic data files and
databases and other Project documents developed by the Consultant pursuant to this
Agreement and any copyright interest Consultant may have in said herein described
documents, records and data 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 Consultant is for all purposes an independent contractor. All personnel employed by
Consultant are for its account only, and in no event shall Consultant or any personnel
RRWP CM Services Agreement
February 4, 2003
Page 6
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 the City, without cause,by providing ten (10) days
prior written notice to the Consultant (delivered by certified mail, return receipt
requested) of intent to terminate.
7.8 Upon receipt of a termination notice, Consultant 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 Consultant in performing the Services
required by this Agreement.
7.9 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 Consultant.
This Agreement shall be governed by and construed in accordance with the laws of the State of
California.
RRWP CM Services Agreement
February 4,2003
Page 7
IN WITNESS WHEREOF, duly authorized representatives of the City and Consultant have
signed in confirmation of this Agreement.
City of Redlands, Caro o Engineers
("City„) ( sultant")
By: By:
KARL N. (KA EY) HAWS
Mayor
ATTEST: By: _
Title:
Lorrie,Poyzer
City-clerk,City of Redlands
ATTACHMENT A
AGREEMENT TO FURNISH
CONSTRUCTION MANAGEMENT SERVICES
AND
ENGINEERING SERVICES FOR
2003 WATER RECYCLING PROJECT
SCOPE OF SERVICES
INTRODUCTION
The purpose of this Task Order is to provide the CITY with construction management and engineering
services to manage the 2003 Recycled Water Project during the construction and commissioning phase.
SCOPE OF SERVICES
Scope of Services to provide full construction management and engineering services for this project has
been presented herein as various tasks depending on their primary function. In addition,CONSULTANT
will provide reporting and documentation services to support compliance with regulatory agencies.The
following is our Scope of Services:
Task 1—Project Administration Services
Project Administration Services include tasks to properly monitor manpower requirements,progress of
construction,and overview of the construction phase and track the performance requirements of the
Contract Documents.This effort includes the following tasks:
1.1 Principal-In-Charge will provide project administration for both office services and field services.
Duties include monitoring elements of the construction effort for conformance with the project's
intent,providing proactive engineering overview, and managing the manpower to match the
construction effort.
1.2 Project Manager and other appropriate members of the design team will attend periodic meetings
to maintain overview/intent throughout the construction phase. CONSULTANT has budgeted one
member of the design team to attend approximately one meeting per month.
1.3 CONSULTANT will provide monthly reports from project initiation through Final Completion
up to a maximum of twenty(20). This total number could be increased due to project delays that
resulted in minimal construction management support during certain periods. Reports will
present status of construction and records of the progress of key elements of the project
throughout the construction phase.The monthly report will be submitted that presents budgets,
percent completes, issues that potentially could result in Change Orders or Claims,and project
photos.
1.4 Provide office clerical support staff for the work identified in this task.
H:Clienf,,Redlands_SBO\CONTRACI',Agreement2o()3'AttachmentA.doe A-1
Task 2—Office Engineering Services
The intent of Office Engineering Services is for the CONSULTANT to provide overview of design intent,
provide interpretation of the Contract Documents to the CONTRACTOR, and to be responsive to
construction issues as they arise.This effort shall include the following services:
2.1 Project Coordinator(PC)will be designated in CONSULTANT's office to coordinate
transmittals,submittals,RFIs, and potential Change Orders with the appropriate discipline
engineer of the design team. PC will assign budget and schedule due dates for response to
CONTRACTOR.
2.2 The Contract Documents require the CONTRACTOR to provide the following documents within
10 days after the Effective Date of the Agreement:
• A preliminary resource loaded Critical Path Method(CPM)Construction Schedule.
• A preliminary schedule of submittals.
• A preliminary schedule of values.
• A preliminary schedule for procurement of equipment.
• A preliminary schedule for obtaining permits.
CONSULTANT will review and provide comments and identify apparent conflicts that would be
cause for potential claims.The acceptance and adherence to these schedules will be the key to
project success in that it would provide the tools to identify and resolve project conflicts.
2.3 All questions and concerns that arise during construction generated by the CITY,the
CONTRACTOR, or the CONSULTANT will be documented using the Request For Information
(RFI)format.CONSULTANT will review and respond in writing to all the RFIs generated.
Design team members will provide overview in each discipline to incorporate decisions made
during the design phase.The budget includes response to 225 RFIs at an average review time of
3.5 hours each.
2.4 Review and provide engineering support for Change Orders and claims submitted by the
CONTRACTOR. The design team has budgeted response to a total of fifteen(15)Change Orders
at an average of twelve(12)hours each.
2.5 CONSULTANT will review all shop drawings for general compliance with the Contract
Documents. CONTRACTOR will be notified of acceptance, exceptions, and corrections required
as noted.CONSULTANT has budgeted for 220 shop drawings at an average time of six(6)hours
each.Per the Contract Documents,the CONTRACTOR would be responsible for additional
reviews after the first resubmittal. As a result of negotiations during design with the membrane
supplier, it is anticipated that review time of their submittals will be minimal.
2.6 Not applicable.
2.7 CONSULTANT will be proactive and aggressive in its claims avoidance approach.
CONSULTANT relies on experienced staff and effective procedures for prevention and
mitigation of construction claims. A log of claims will be kept, with the status noted. Situations
may occur where,to avoid delay, CONTRACTOR will be directed to proceed with work they
li:\Client,RedlandsLSBO\CONTRACTAgreeniciit2OOl',AttachmentA,doe A-2
deem as extra to the Contract. For disputed work performed by the CONTRACTOR under
protest,we will verify field costs.
2.8 CITY will provide interface with the cogeneration project.
2.9 CONSULTANT will interface with pipeline project by attending two(2)of its project meetings.
2.10 Record Drawings: CONSULTANT will review the marked-up drawings furnished by the
CONTRACTOR. CONSULTANT will prepare one set of reproducible record drawings.These
drawings will show changes made during the construction process,based on the marked-up
prints,drawings, and other data furnished by the CONTRACTOR. The RE will review the field
set routinely for accuracy and completeness. CONSULTANT will provide the record drawings to
the CITY within 45 days upon receipt of the complete marked-up drawings.A CD-ROM with all
drawings in the latest version of AutoCAD will be provided upon acceptance of the record
drawings.
2.11 Provide clerical support in CONSULTANT's offices in support of this Task.CONSULTANT to
maintain a full set of project documents in local office as backup to field records.
Task 3—Field Services: Engineering,Inspection,and Commissioning
The intent of the Field Services for this project is to represent the CITY as the Owner's Representative at
the construction site and to provide quality overview of the CONTRACTOR's work.This effort shall
include the following services:
3.1 Provide an onsite full-time Resident Engineer(RE)to be the lead contact with the
CONTRACTOR. The RE will provide leadership to the project team. RE's major duties are
summarized as follows:
3.1.1 Receive, log, and schedule all transmittals and submittals generated by the CITY,the
CONTRACTOR,and the CONSULTANT.By monitoring submittal status,RE will
reduce potential for delay claims.Additional,RE will monitor submittal response for
change in contract price.
3.1.2 Schedule and preside over weekly project progress meetings.Purpose of these meetings
will be to review construction activities of the preceding and upcoming week.The look
ahead will permit the RE to schedule support staff to respond to construction/inspection
needs.Review schedule for equipment procurement and delivers to coordinate with
construction issues related to the specific equipment. Review status of submittals and
CONSULTANT's response to identify any impact on schedule. Document meeting with
minutes and distribute to all attendees and interested stakeholders.
3.1.3 Review and process CONTRACTOR's request for Change Orders in accordance with the
Contract Documents and the CITY's Change Order policy. Coordinate input from office
engineer and provide CONTRACTOR with recommendation.Notify Claims Mitigation
Specialist of contractural issues.
3.1.4 Interface with Project Coordinator and CONTRACTOR on RFIs and differences in
interpretation of Contract Documents.
H:,,Client',Redland$._SB(:Y,,CONTRAC-P,Agreement2003'AttachmentA.doe A-3
3.1.5 Manage the inspection team by coordinating manpower to match the CONTRACTOR's
schedule.Monitor the quality assurance program,test results,and inform,
CONTRACTOR of work that may not be in conformance with Contract Documents.
3.1.6 Maintain project construction records in the field trailer.
3.1.7 Review the CONTRACTOR'S request for payment.Note any discrepancies with
inspector's records and attempt to resolve issues with CONTRACTOR.Recommend
payment request to CITY.
3.2 Provide a civil-mechanical inspector to monitor quality of the construction activities in
accordance with requirements of the Contract Documents. Inspector will provide daily reports
and documentation of construction activities. He will routinely take photographs of work to
provide visual records. Inspector will report directly to the RE. Discrepancies will be noted. RE
will interface with CONTRACTOR to determine course of action to rectify situation. In case of
dispute or work being preformed on time and material bases, Inspector will witness and verify
actual work time and quantities completed.
3.3 Provide a part time electrical specialty inspector to monitor loop checks,and wire pulling.
Electrical inspection efforts will be coordinated with construction activities on a part-time, as
required,basis.Electrical inspector will also interface with Zenon representatives regarding
issues related to their equipment. Budget reflects the level of inspection anticipated for project.
3.4 An instrumentation specialist will be provided to witness and monitor the onsite acceptance
testing of the plant control system software. After installation on the plant PLCs,emphasis will be
given to system start-up and checkout.
3.5 During the construction phase, a senior-level structural engineer that was involved in the design
will,as required by the RE,visit the site to assist on structural issues as they are identified. His
visits will be coordinated with the RE.
3.6 During the construction phase, a senior-level mechanical engineer that was involved in the design
will,as required by the RE,visit the site to assist on mechanical issues as they are identified. His
visits will be coordinated with the RE.
3.7 Provide coordination between the design team,Zenon, and the CONTRACTOR on critical
project issues as they are identified. The intent is to be responsive to installation issues so that the
CONTRACTOR is not delayed in his work activities.
3.8 Operational Specialist Start-Up Assistance: During the facility's equipment and process
functional testing, an operations specialist will be provided by the CITY to witness and sign-off
that the functional test being performed by the CONTRACTOR and Zenon are acceptable. This
procedure will be used for the major equipment and processes. In conjunction with the process,
functional testing the instrumentation and control process testing will be conducted.Assistance
by the consultant will be by request from the City.
3.9 Provide minimal clerical support staff for tasks identified herein.
ti:',C,Iient',Redlands_SBOiGONTRACT.Agreenient2043,AttachmetitA.doc A-4
Task 4—Regulatory Compliance Services
4.1 Title 22 Report—Wastewater Treatment Plant: The use of recycled water is overseen by the
Department of Health Services(DHS)which requires,under Article 7,the preparation,review,
and approval of an engineering report, commonly referred to as an Engineering Compliance
Report or Title 22 Report.The Report provides confirmation that the proposed production of
recycled water is in compliance with the reclamation criteria and that all environmental factors
affecting public health are considered and mitigation measures are taken so as to not impose
undue risk to public health.The CONSULTANT team will prepare a Title 22 Report for
production of recycled water to meet the applicable regulatory requirements contained in Title 22,
Division 4, Chapter 3, Water Recycling Criteria of the California Code of Regulations(Title 22).
The Title 22 Report shall consist of a draft and final submittal.The draft document shall be
complete and thus allow reviewers to make final adjustments to the work if needed.The final
document shall incorporate all revisions.A draft Title 22 Report will be submitted to the CITY,
DHS,and RWQCB for review. It is anticipated that a meeting with DRS will be held to review
the draft submittal. CONSULTANT will prepare and distribute the meeting minutes.The final
submittal will incorporate review comments received from the CITY,DHS,and RWQCB in
order to obtain Title 22 approval. It is assumed that a new/revised NPDES permit for the plant is
not required.
4.2 Operation and Maintenance Manual: CONSULTANT design team will provide a basic Operation
and Maintenance Manual (O&M) for the new and upgraded facilities at the wastewater treatment
plant.The new chapters will replace revised/upgraded chapters in the CITY's existing O&M
Manual.The manual will provide an operational description for each of the project facilities and
an overall integrated process guideline. Issues including operational reliability,control, and
monitoring.In addition,the CONSULTANT, in coordination with the Contractor,will gather the
individual O&M Manuals from the various equipment suppliers, including Zenon.These manuals
will be assembled and organized for reference by Owner's operation staff. Existing facilities
O&M Manual sections that are not being revised by this project are not included in this effort.
4.3 Chlorine Contact Tank Tracer Study: The purpose of the tracer test is to determine the modal
contact time in the Chlorine Contact Tank as stipulated by DHS guidelines.The Title 22
requirements specify that wastewater is considered disinfected by"A chlorine disinfection
process following conventional treatment or its equivalent that provides CT(the product of total
chlorine residual and modal contact time measure at the same point)value of not less than 450
milligrams-minutes per liter at all times with a modal contact time of at least 90 minutes,based
on peak dry weather design flow..."The method for conducting a CT Tracer Test are described
in the publication by AWWA Research Foundation: Tracer Studies in a Water Treatment Facility:
A Protocol and Case Studies. CONSULTANT team will prepare tracer test protocols that will be
submitted to DHS for review and approval. A meeting with DHS will be held.After approval of
the Test Protocols,the Tracer Test will be performed at the plant. It is assumed that the CITY will
provide laboratory support including the tracer chemical and miscellaneous material necessary to
perform the test.After completion of the test, CONSULTANT will prepare the Tracer Study
Report that will be submitted to DHS. A second coordination meeting will be held with DHS.
4.4 Coordination with representatives of SAWPA, SWRCB Water Recycling Projects Office, and
those representing the State Revolving Fund. Provide the required reports and project
information.
11:�client`'Redlands_SBOICONTRACIAAgreenienL?003�AttachmentA.doe A-5
Task 5—Other Direct Costs
Consultants will obtain the services of subconsultants and specialty firms to provide Other Direct Costs
for this project.Other Direct Costs will include:
5.1 Travel and subsistence for specialty inspection and other project-related requirements.
5.2 Reproduction of three Operation&Maintenance manuals,three Title 22 Reports,and one set of
record mylars.
5.3 A specialty firm will provide construction survey to ascertain line-grade at start-of-construction.
In addition,they will confirm the location of major structures as requested by the Resident
Engineer.
5.4 A geotechnical firm will provide support to the Resident Engineer in evaluating soil condition as
determined in the project Contract Documents.
5.5 A subconsultant will provide for material testing in accordance with requirements of the Contract
documents as coordinated by the Resident Engineer.
5.6 Subconsultant shall review material tests for conformance with the Contract Documents.
5.7 Project equipment and communication shall be provided by consultant to support the project.
H:lCtient\Redlands_SBIY,CONTRAC.T-,Agreenient2003,,AttachmentA,doc A-6
ATTACHMENT B
AGREEMENT TO FURNISH
CONSTRUCTION MANAGEMENT SERVICES
AND
ENGINEERING SERVICES FOR
2003 WATER RECYCLING PROJECT
PROJECT SCHEDULE
Consultant shall commence work immediately following approval of the Scope of Work and
authorization from the City. Consultant has reviewed the project with City and agrees that the following
schedule presents a reasonable time frame in which to complete the work. The schedule is tied to the
construction contract for the Project.
Item Date
1. Receive Notice to Proceed February 4,2003
2.Final Completion(540 days plus NTP) September 1,2004
Consultant and City mutually agree that they will work earnestly toward meeting the above tentative
schedule.The level of construction management by the Consultant is highly dependent on the Contractor
and the procurement and delivery of equipment. Should the Scope of Services change,both Consultant
and City will work together to develop a revised schedule and scope of services if required.
H:,,Clienf'Redlands—SBU`CONTRACT,Agreement2003`,'AttachmentB.doc B-1
ATTACHMENT C
AGREEMENT TO FURNISH
CONSTRUCTION MANAGEMENT SERVICES
AND
ENGINEERING SERVICES FOR
2003 WATER RECYCLING PROJECT
PROJECT FEE
Fee proposals for each Task are presented on the attached pages. It is agreed that the Consultant has
apportioned the total proposed fee among the Tasks of this Agreement for project management purposes
only and that any unused fee from any task may be applied to other Tasks at Consultant's discretion. Any
substantial transfer of budget between Tasks will be coordinated with the City.
CITY and CONSULTANT agree to review the job progress at the mid-point and at the ninety percent
(90%)complete period in accordance with the construction schedule to determine the effort required to
complete various job tasks and to make the appropriate adjustments,if required,to this Agreement.
H:,Clienf,Redlands_SBO`CONTRACTtAgeeement20031AttachmentC Ldoc C-1
Exhibit C
Estimated Work Effort
Construction Management and Engineering Services During Cc
2003 Water Recycling Project
Wastewater Treatment and Disposal Facilities
City of Redlands
Final
Item No. Item Description J-04 J-04 Total
Task 1 -Project Administration Services
1.1 Principal In Charge 10 40 220
1.2 Project Manager 10 40 210
1.3 Monthly Report 6- 20 164
1.4 Clerical 20 20 180
Project Administration Services Sub-total 48 120 774
Task-2 Office Engineering Services
2,1 Project Coordination 20 20 680
2.2 Preconstruction Activities 0 0 60
2.3 RFI Response(225 RFI's@ 3.5hr ea) 0 0 788
2.4 Evaluate/Respond to Change Orders,CO DWG 20 40 180
2.5 Shop Drawing Review(220 @ 6hr ea) 00 980
2.6Scheduling/Project Controls ---0 ............ "0, 0
2.7 Claims Mitigation 30 30 60
2.8 Coordinate with Cogen Project(by City) 0- 0 0
2.9 Coordinate with Pipeline Project —--------------------------------- 001 30
2.10 cord Drawings 1 160-- 1601 340
Ll 1 Clerical 40 40 720
Office Engineering Services Sub-total 270 290 3,838
Task-3 Field Services
3.1 Resident Engineer 170 170 2,9951
3.2 Inspector 1 - --------------------- 0 0 2,390
&3 Electrical Inspector --------- 0 0 260
11 1 1
3.4 ------I&C Inspection 0 0 240
3.5 Stnuctural Engr.Site Visits 0 0 32
3.6 Mechanical Engr.Equipment Installation Inspection 08 40
3.7 co-ordination with Zenon 0 1 0- 112
3,8 _--Startup Assistance(by City) -0 0
3.9 Clerical Field Support 16 20 280
Field Services Sub-total 186 198 6,349
Task-4 Regulatory Compliance
4.1 Title 22 Report-Plant 60 0 200
4.2 opera—tions Manual(Upgraded-Facility Only) 120 0 860
4,3 Tracer Study 80 0 160
4.4 SRF/SAWPA Reporting 30 0 160
Additional Services Sub-total 230 0 1,380
Total 734 608 12,3411
h tchenNedfands sbokcontracV�greement2OD3kattachmentc2 As C-2
ATTACHMENT C
AGREEMENT TO FURNISH
CONSTRUCTION MANAGEMENT SERVICES
AND
ENGINEERING SERVICES FOR
2003 WATER RECYCLING PROJECT
PROJECT FEE
Description Amount
I. TASK I —4 LABOR COSTS(')
a. Consultant Labor
7,368 hours Ca) $119.70/hour $ 881,950
B. Subconsultant Labor
4,973 hours @$118/hour 586,814
Subtotal: $ 1,468,764
11. TASK 5 AND OTHER DIRECT COSTS
a. Travel & Subsistence $ 4,000
b. Reproduction 7,300
c. Survey 2,400
d. Geotechnical 5,000
e. Material Testing 20,000
f. Labor for Review/Monitoring Test Data
By Subconsultant 4,800
h. Project Equipment and Communication
Expenses @,$5.77/hour 71,200
Subtotal: $ 114,700
TOTAL: $ 1,583,464
(1) Hourly Rate is estimated average rate over duration of agreement per the Fee Schedule.
Actual rate invoiced will be in accordance with Fee Schedule.
li:i('IientiRediand!k_SBO'ICONTRAC'P.Agreement2003,Attacliment C3.doc C-3
ATTACHMENT D
AGREEMENT TO FURNISH
CONSTRUCTION MANAGEMENT SERVICES
AND
ENGINEERING SERVICES FOR
2003 WATER RECYCLING PROJECT
CAROLLO ENGINEERS
FEESCHEDULE
Hourly Rate
Engineers/Scientists (E/S)
E/S 1 $ 92.00
E/S 11 105.00
E/S 111 113.00
E/S IV 121.00
E/S V 129.00
E/S VI 139.00
E/S VII 156.00
E/S VIII 179.00
Principal 192.00
Engineering Aides(EA)
EAI 61.00
EA 11 70.00
EA III 76.00
EA IV 82.00
EA V 90.00
EA VI 112.00
EA VII 126.00
Engineering Technicians(ET)
ETI 56.00
ET H 63.00
ET HI 70.00
ET TV 77.00
ET V 83.00
ET VI 96.00
ET VII 114.00
ET VIII 126.00
Support Staff
Office Aides 44.00
Clerical 61.00
Word Processors 64.00
Travel and Subsistence At Cost
Mileage Charge Per Mile .40/Mile
Other Direct Costs Cost+ 10%
H:I,Client^,Redlands—SBO'%CONTRAC.T\Agreement2003,,AttachmentD.doe D-1