HomeMy WebLinkAboutContracts & Agreements_117-99_CCv0001.pdf STANDARD AGREEMENT TO FURNISH
ENGINEERING CONSULTING SERVICES
This Agreement is made and entered into this 7"day of December. 1999 by and between the City
of Redlands, a municipal corporation (hereinafter "City") and John Egan and Associates, Inc.,
(hereinafter "Consultant").
In consideration of the mutual promises, hereinafter set forth, City and Consultant hereby agree
as follows:
ARTICLE 1 - ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant, and Consultant hereby accepts the engagement, to
perform professional engineering consulting services("Services")for the Design of Church
Street Widening from Redlands Boulevard to Colton Avenue (the "Project").
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
professional engineering 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
Exhibit "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 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.
3.3 City designates Tom T. Fujiwara, Assistant Public Works Director, 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
Project Schedule set forth in Exhibit "B",which is attached hereto and incorporated herein
by this reference.
ARTICLE 5 - PAYMENTS TO THE CONSULTANT
5.1 The total compensation for Consultant's performance of the Services shall not exceed
$54,700 in accordance with Attachment C - Project Fee. City shall pay Consultant on a
time and materials basis at the hourly rates described in Exhibit "D" entitled "Rate
Schedule," which is attached hereto and incorporated herein by this reference.
5.2 Consultant shall bill City within ten days following the close of each month by submitting
an invoice to City indicating the Services performed to date, who performed the Services,
indirect costs, and the detailed cost of all Services. 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 notices, shall be made in writing and may be given by personal delivery or by mail.
Notices, sent by mail shall be addressed as follows:
city Consultant
Tom T. Fujiwara Thomas J. Crowley, Project Manager
Public Works Department John Egan and Associates, Inc.
35 Cajon Street, PO Box 3005 25814 Business Center Drive, Suite A
Redlands CA 92373 Redlands CA 92374
When so addressed, such notices shall be deemed given upon deposit in the United States Mail.
In all other instances, notice 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.
2
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
6.1 Consultant 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
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 $3,000,000 in the
aggregate. Consultant 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 such insurance shall be primary with respect to
City and non-contributing to any insurance or self-insurance maintained by City.
Consultant shall provide City with certificates of insurance evidencing such insurance
coverage prior to commencing the Services.
6.2 Consultant shall indemnify, hold harmless and defend City and its elected officials,
officers, agents and employees from and against all claims, loss, damages, 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 misconduct or negligent acts or omissions on the part of
Consultant, 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 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 Thomas J. Crowley and John Egan.
Consultant agrees that such key personnel shall be made available and assigned tothe
Project, and that they shall not be replaced without prior concurrence by City.
3
7.4 All documents, records, drawings, designs, costs estimates, electronic data files and
databases and other Project documents developed by Consultant 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 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
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 City, without cause, by providing thirty (30) days
prior written notice to Consultant(delivered by certified mail, return receipt requested)of
its intent to terminate.
7.8 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.
7.9 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.
7.10 Consultant 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 Consultant.
7.11 This Agreement, including the exhibits incorporated herein by reference, represents the
entire agreement and understanding between the parties hereto as to the matters contained
herein, and any prior negotiations, proposals or oral agreements are superseded by this
4
Agreement. Any amendment to this Agreement shall be in writing, approved by the City
Council of City and signed by City and Consultant.
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 Consultant have signed
in confirmation of this Agreement.
City of Redlands John Egan and Associates, Inc.
city ("Consultant")
By:
I t By:
Mayor, City of Redlands hn Egan
ATTEST:
City Clerk, City CR 'dlands
5
CONSULTING SERVICES
EXHIBIT A
SCOPE OF WORK
EXHIBIT A
ENGINEERING SERVICES
FOR
WIDENING OF CHURCH STREET
FROM COLTON AVENUE TO REDLANDS BOULEVARD
John Egan and Associates, Inc. (JEA) is pleased to submit this proposal to provide
engineering services for design of street improvements for Church Street from Colton
Avenue to Redlands Boulevard. Our project team consist of LOR Geotechnical Group,
Inc. who will provide the geotechnical investigations to determine recommendations and
pavement design; GP Surveying will be providing the design topographic survey; and
JEA will be providing project management, right of way, and design services.
PROJECT DESCRIPTION
Project consists of widening Church Street from Colton Avenue to Redlands Boulevard.
The goal of the project is to construct a 64-foot wide street where possible. We will be
looking at issues that affect the right-of-way requirements versus street width, utility
relocations, and impacts to existing structures and historical features. In general, the
project includes construction of new asphalt concrete pavement, curbs and gutters,
sidewalks and drainage improvements. For the most part the existing pavement
section will be completely removed and replaced. There are areas where the existing
pavement and curb and gutter will be saved and a pavement overlay is required. We
will be looking at the existing drainage inlets and making provisions to relocate these
drains using the existing drain system. In the area of the Mill Creek Zanja Channel we
will be providing calculations and design of a Caltrans Standard Plan RCB to
accommodate the flows determined by the Army Corps of Engineers (ACOS). The
improvements will be constructed in accordance with the contract plans, specifications,
and policies, procedures and requirements of the City of Redlands.
SCOPE OF SERVICES
PHASE I - PRELIMINARY DESIGN
Phase 1 services will include sufficient research, survey, and preliminary design to
establish the project's improvements and right-of-way requirements.
1.1 Research: Conduct a thorough research of the utilities in the project area,
existing street right-of-way, survey control, hydrology and mapping information,
and existing storm drain and street improvement plans.
1.2 Survey/Base Sheet Topo: Perform field centerline survey to establish record
street alignment including searching for and verifying all existing monumentation.
Perform field cross sections at 50-foot intervals from right-of-way to right-of-way
(full width). At intersections, perform cross sections on adjacent streets 150 feet
from Church Street for curb return design. Profile existing driveways adjacent to
Church Street for match-up design. At the Mill Creek Zanja crossing, provide
cross sections 200 feet each side of Church Street and flowline profiles 400 feet
upstream and downstream. Topographic information will include utilities, trees,
signs improvements and anything that may affect design. Prepare base sheets
showing the above field information in a 1"=40' scale Autocad@ format.
1.3 Geotechnical Report: Perform five exploratory borings to a maximum depth of
20 feet within the street improvement location. Obtain selected soil samples at
each boring location; conduct laboratory soil tests including, but not limited to
sieve analysis, sand equivalent, insitu moisture content, unit weight, optimum
moisture content, dry density, direct shear, and R-value. Prepare a geotechnical
report that includes the details of the field investigations and a summary of the
laboratory testing and recommendations for the street pavement structural
section.
1.4 Preliminary Design: Base sheets will be developed consisting of right-of-way
from assessor parcel maps, information from existing street improvement plans,
utilities, and survey topographic information. We will prepare a preliminary
layout of the proposed street improvements to better understand the impact of
the improvements on the existing conditions. We will be looking at providing a
64-foot curb to curb width of the street and evaluate reducing this width in
conjunction with eliminating street parking and reducing the right-of-way
requirements. The goal is to provide two lanes in each direction. This task will
also identify the utilities in conflict with the proposed street improvements and
provide the City with information to begin coordination with the affected agencies
and departments. This task will confirm the right-of-way requirements.
1.5 Right-of-Way Acquisition: Prepare a right-of-way exhibit (1"=40' scale) of the
entire project area showing the existing right-of-way and the proposed right-of-
way, parcel lines, and assessor parcel numbers. Obtain the vesting deeds of the
affected parcels and provide legal descriptions and plats for these parcels within
the project limits. Provide assistance to City in coordinating with affected
property owners on potential improvements to their property.
1.6 Coordination Meetings: Provide project management services for quality
control, administration, and coordination of the work. Provide meeting time
during the preliminary phase of the project with the City. This will include data
gathering meetings, design constraints and procedures, permit requirements,
and field verifications with the affected agencies,
PHASE 2 - FINAL DESIGN
Phase 2 services will consists of preparing the plans and engineer's estimate and
support during the bidding period.
2.1 Plans: Prepare final plan and profile (1"=40' scale} of the of Church Street
improvements from Colton Avenue to Redlands Boulevard. Improvements to
include curb and gutter and sidewalk, relocation of existing drainage inlets, Mill
Creek Zanja Channel improvements, identifying utility relocations, pavement
overlay of pavement to remain, and construction notes and details. We will be
sizing a Caltrans Standard Plan RCB under Church Street and the Mill Creek
Zanja Channel. We will be utilizing flow rates provided by the ACOS. Channel
improvements will be limited to the RCB and minor channel improvements to
provide for the new box. No major channel improvements are anticipated at this
time. Additional plans will include striping, curb painting, and street signs
2.2 Engineer's Estimate: Prepare quantity calculations and engineer's estimates for
all street and drainage construction items.
2.3 Bid Support: Answer bidders' questions and prepare addenda or clarifications
to plans during the bidding phase.
2.4 Coordination Meetings: Continue to provide project management services for
quality control, administration, and coordination of the work. Provide
coordination and project status meetings with the City to obtain plan approval.
ASSUMPTIONS
• City to perform any required coordination and submittals to affected agencies
and departments. This may include Caltrans, Railroad, City of Redlands Utility
Department, Southern California Edison, The Gas Company, General
Telephone, and Cable.
• City to obtain any required environmental permits. This may include ACOE, Fish
and Game, and Water Quality Control Board.
• City to prepare the bid package, general conditions, specification, and bid
schedule.
i
CONSULTING SERVICES
EXHIBIT B
pROJECT SCHEDULE
WORK3NG DAYS
am�mmmmmm�mmmmm
HIM Ilia Ilia CALENDAR DAYS
KICK OFF MEEnNG sign
RESEARCH
film oil"11111111151
! 'Ilia
���II�A�III�I�MIa
PREUMINARY DESIGN
GN�II�MIIlia Ilia
III'll 111II111EIII111nII111I111Ioil 11PREUMINARY DESIGN MTG.
RIGHT-OF-WAY DOCUMENTS
INq
�Ilia.,.nm6L DESIGN PWE 1111 111N 11111
PLANS (90X COMPLETE)
C" RE%nV# IN 1111 IN IN 11111 Ilia
flIAN�
"S (100% COMPLETE)ENGNEER*S ESTIMATE
i110� �l�
CONSULTING SERVICES
EXHIBIT C
PROJECT FEE
EXHIBIT C
FEE OF SERVICES
JEA proposes to complete all services on a fixed fee basis. Total fixed fee for the work
described under "Scope of Services" is proposed as follows:
PHASE I - PRELIMINARY DESIGN $33,900.00
PHASE 2 - FINAL DESIGN $20,800-00
TOTAL FIXED FEE $54,700.00
CONSULTING SERVICES
EXHIBIT D
RATESCHEDULE
EXHIBIT D
SCHEDULE OF FEES
PRINCIPAL ENGINEER $140.00/HOUR
SENIOR ENGINEER $110.00/HOUR
PROJECT ENGINEER $100.00/HOUR
SENIOR DESIGNERIPLANNER $84.50/HOUR
ASSOCIATE ENGINEER $76.00/HOUR
DESIGNER $67.00/HOUR
DESIGN ENGINEER $63.50/110UR
DESIGNER/DRAFTER $63.50/HOUR
DRAFTER/ENGINEERING ASSOCIATE $66.00/HOUR
CADD OPERATOR I $47.00/HOUR
CARD OPERATOR II $62.50/HOUR
ENGINEERING TECHNICIAN $51.50/HOUR
CADD OPERATOR/ENGINEERING AIDE $37.00/HOUR
COMPUTER SYSTEM CONSULTANT $ 80.00/HOUR
ADMINISTRATIVE SUPERVISOR $62.00/HOUR
ADMINISTRATIVE ASSISTANT $56.00/IIOUR
CLERICAL $35.00/HOUR
UTILITY CLERK/TECHNICAL AIDE $21.50/HOUR
CONSTRUCTION SERVICES SUPERVISOR $88.50/HOUR
SENIOR INSPECTOR $72.50/HOUR
INSPECTOR $63.50/HOUR
LICENSED SURVEY SUPERVISOR $45.00/HOUR
SURVEY CREW, 2-MAN $150.001HOUR
SURVEY CREW,3-MAN $195.00/HOUR
MISCELL-ANEOUS SERVICES
MILEAGE $0.40/MILE
DIRECT EXPENSES
IN-HOUSE REPRODUCTION AT COST
SUBCONTRACT SERVICES & FEES COST + 10