HomeMy WebLinkAboutContracts & Agreements_07-1991_CCv0001.pdf AGREEMENT TO FURNISH ENGINEERING SERVICES
FOR THE SITING AND DESIGN
OF THE
NW SAN TIMOTEO CANYON AND CHURCH STREET
WELLS AND APPURTENANCES
This AGREEMENT is made and entered into as of this 5th day of
March, 1991.
by and between City of Redlands Public Works
Department herein after
referred to as "OWNER"
and Krieger & Stewart, Inc.
hereinafter referred to as
"ENGINEER"
In consideration of the mutual promises, covenants and con-
ditions hereinafter set forth, the parties do hereby agree as
follows:
ARTICLE 1 - ENGAGEMENT OF THE ENGINEER
1. 1 The OWNER hereby engages the ENGINEER and the ENGINEER
hereby accepts the engagement to perform engineering
services in connection with the Siting and Design of the
NW San Timoteo Canyon and Church Street Wells and
Appurtenances, hereinafter referred to as the project.
1. 2 All services under this AGREEMENT shall be done in a
professional manner, and ENGINEER represents that the
firm employs those with the demonstrated skill and the
professional expertise necessary to provide high quality
services under this AGREEMENT.
1. 3 The ENGINEER shall be responsible, to the level of
competency presently maintained by other practicing
professional engineers providing the same type of ser-
vices, for the professional and technical soundness,
accuracy and adequacy of all reports, designs, drawings,
specifications, and other services and materials
furnished under this AGREEMENT.
-1-
ARTICLE 2 - SERVICES OF THE ENGINEER
2 . 1 The ENGINEER will perform the services in connection
with the Project as defined in the Proposal Section I -
Scope of Work.
2 . 2 The following additional services may be provided by the
ENGINEER when requested and approved by the OWNER and
agreed to by the Engineer:
1. Additional copies of plans and specifications.
2 . Miscellaneous services not specified elsewhere in
the AGREEMENT.
2 . 3 The ENGINEER will prepare an environmental initial study
for the project. The initial study will include an
analysis of the environmental impacts of the proposed
project as well as identify the mitigation measures
necessary to mitigate adverse impacts to a level of
non-significance.
The ENGINEER will present the initial study to the
City's Environmental Review Committee (ERC) . Following
the ERC hearing, the initial study will be revised to
include comments from said hearing. A mitigation moni-
toring plan will then be developed.
The scope of environmental services includes all
services necessary leading to a negative declaration or
mitigated negative declaration.
ARTICLE 3 - RESPONSIBILITIES OF THE OWNER
3 . 1 The OWNER will place at the disposal of the ENGINEER all
available information pertinent to the Project,
including previous reports and any other data relative
to the Project.
3 . 2 The OWNER will provide access to and make all provisions
for the ENGINEER to enter upon public and private lands
as required for the ENGINEER to perform his services
under this AGREEMENT.
3 . 3 The OWNER will provide all environmental assessments or
impact reports required for this project and not other-
wise specifically required to be provided by the
ENGINEER.
3 . 4 The OWNER will designate in writing a person to act as
the OWNER's representative with respect to the services
to be performed under this Agreement, such person to
have complete authority to transmit instructions,
receive information, interpret and define the Owner's
-2-
policies and decisions with respect to materials, equipment,
elements and systems pertinent to the services covered by
this AGREEMENT.
ARTICLE 4 - PERIOD OF SERVICE
4 . 1 The ENGINEER shall proceed with the engineering services
set forth in Article 2 in accordance with the schedule
defined in the Proposal , Section III - Schedule.
4 . 2 The ENGINEER shall proceed with the services under this
AGREEMENT promptly and will prosecute them diligently.
ARTICLE 5 - PAYMENTS TO THE CONSULTANT
5. 1 For the services performed under Article 2, OWNER will
pay the ENGINEER on a time and materials basis in
accordance with the estimated hourly effort by task and
hourly fee schedule shown in the Proposal , Section IV -
Project Cost. The upset limits shall be $48, 000 for
design engineering services and $62 , 500 for construction
engineering services.
5. 2 Payment for additional services requested by the OWNER
per Article 2 . 2 will be in accordance with a separately
negotiated fee or in accordance with the hourly fees
shown in the Proposal, Section V - Appendix, Fee
Schedule.
5. 3 ENGINEER agrees that at the point 75-percent of budgeted
costs have been expended for the project, the ENGINEER
will notify the OWNER in writing, including a brief
report on job status, percent complete, analysis of
budget, and envisioned expenses to complete the
contractual effort. Budgets shall not be exceeded
except if previously approved by OWNER.
5. 4 The ENGINEER shall bill the OWNER monthly. An invoice
shall be submitted indicating the work performed, who
performed the work, the job category of those performing
the work, identification of outside services and
reimbursable expenses, and backup material, when
requested.
Payments by OWNER to ENGINEER shall be made. within 30
days after receipt and approval of ENGINEER'S herein-
above invoice, by warrant payable to the ENGINEER.
All notices, bills and payments shall be made in writing
and may be given by personal delivery or by mail .
Notices, bills and payments sent by mail should be
addressed as follows:
-3-
TO OWNER: CITY OF REDLANDS
Public Works Department
Utilities Division
P. O. Box 3005
2 E. Citrus Avenue
Redlands CA 92373
TO ENGINEER: KRIEGER & STEWART, INCORPORATED
3602 University Avenue
Riverside CA 92501
Attn: Mark E. Messersmith
When so addressed, such notices shall be deemed given
upon deposit in the United States Mail. In all other
instances, notices, bills and payments shall be deemed
given at the time of actual delivery. Changes may be
made in the names and addresses of the person to whom
notices, bills and payments are to be given by giving
notice pursuant to this paragraph.
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
6. 1 ENGINEER shall maintain worker's compensation insurance
and, in addition, shall maintain insurance to protect
OWNER from claims for damage due to bodily injury,
personal injury, or death and claims for injury to or
destruction of tangible property while performing the
services covered by this AGREEMENT. Said public
liability and property damage insurance shall be in a
minimum combined single limit of $1, 000, 000 per occur-
rence. The OWNER shall be named a primary additional
insured on insurance coverage for public liability and
property damage. The ENGINEER shall provide OWNER with
a certificate evidencing such insurance coverage.
6. 2 ENGINEER agrees to maintain professional liability
insurance pursuant to this paragraph to protect OWNER
from negligent acts, errors or omissions of a profes-
sional nature; the total aggregate of ENGINEER'S pro-
fessional liability insurance coverage shall be a mini-
mum of $1,000,000.
6. 3 ENGINEER agrees to indemnify, hold harmless and defend
OWNER and any and all of their elected officials,
officers, agents, engineers, and employees from and
against all claims, loss, damage, charge or expense, to
which they or any of them may be put or subjected to
arising out of or resulting from any willful misconduct
or negligent act or actions, omission or failure to act
on the part of the ENGINEER, his contractors, his
suppliers, anyone directly or indirectly employed by any
-4-
of them or anyone for whose acts or omissions any of them may
be liable in the performance of the services described in
this AGREEMENT.
ARTICLE 7 - GENERAL CONSIDERATIONS
7. 1 In the event of any legal action brought by either party
against the other to enforce any of the obligations
hereunder or arising out of any dispute concerning the
terms and conditions hereby created, the losing party
shall pay the prevailing party such reasonable amounts
for fees, costs, expenses, including attorney's fees, as
may be set by the Court.
7 . 2 The ENGINEER shall not sublet or assign any of the
services covered by this AGREEMENT, except with the
prior written approval of the OWNER and in strict
compliance with the terms, provisions, and conditions of
the AGRE ANT.
7. 3 The key ENGINEER'S personnel proposed for this project
are as follows:
Robert A. Krieger, P.E. - Principal in Charge
Mark E. Messersmith, P.E. - Project Manager
David K. Luker, P.E. , Project Engineer -
Design Engineering Services
Charles A. Krieger, P.E. , Project Engineer -
Construction Engineering Services
Thomas E. Field - Staff Geologist
Michael P. Thornton, P.E. , Project Engineer -
Pipeline Design
ENGINEER agrees that these key people will be made
available and assigned to the OWNER'S project, and that
they will not be replaced without concurrence from the
OWNER.
7.4 It is understood and agreed by and between the parties
that all documents, records, drawings, designs and spe-
cifications, cost estimates, and other project documents
developed by the ENGINEER pursuant to this AGREEMENT
shall become the property of OWNER and shall be
delivered to OWNER upon completion of services or upon
demand. Any reuse of such documents for other projects
and any use of incomplete documents will be at the
OWNER's sole risk.
7 . 5 ENGINEER is for all purposes an independent contractor.
All qualified personnel provided by ENGINEER pursuant to
the provisions of this AGREEMENT are to be employed by
ENGINEER for his account only, and in no event shall
ENGINEER or any personnel retained by him be deemed to
have been employed by the OWNER or engaged by the OWNER
for the account of or on behalf of the OWNER.
-5-
11
11 KRIEGER
='&
(STEWART INCORPORATED
11 4. Preparation of Contract Documents for Wells and Pumping Equipment
Contract Documents will consist of a specification and a site
drawing for each well. It is our understanding that the City' s
basic specification format will be used and Krieger & Stewart will
provide the bid sheets, special requirements, and technical
specifications . The bid sheets will include two bid schedules for
each well, one for the well and one for the well pumping unit and
electrical work.
The bid schedule for well construction will include bid items for
the conductor bore with sanitary seal, pilot bore, reamed bore,
electric logs, caliper log, blank casing, well screen, sounding
tube, envelope gravel, alignment survey, well development, well
step-drawdown test, constant rate aquifer test, color video of
completed well, and well disinfection. In addition, additive and
deductive bid items will be provided for required adjustments to the
well as construction proceeds.
The bid schedule for the well pumping unit and electrical work will
include bid items for the concrete well pedestal, grading (if
required) , fencing, electrical service, main service switchboard,
electrical work, pump bowl assembly, pump column tube and shaft
assembly, discharge head, and motor.
The site drawings will show site limits, existing utilities, well
locations, site grading as required, site access, site fencing,
electrical service location, and main service switchboard. During
this time we will request from Southern California Edison electrical
5. service for the proposed plants .
Construction Engineering Services
We will assist the City during the bidding period by answering
questions, preparing addenda if required, attending the bid opening,
and assisting City in analysis of bids .
We envision our services during construction to consist of
conducting the preconstruction meeting and providing a memorandum of
same, reviewing and approving submittals (well casing, well screen,
gravel, pumping unit and electrical equipment) , reviewing and
approving partial payment requests, providing correspondence and
conferences with City staff and Contractor(s) during construction,
and providing construction inspection.
For well construction, we envision full-time construction inspection
11 to be required for first day to insure equipment delivered to the
site is adequate for the work, during drilling of the pilot bore,
during placement of the well casing and screen, during placement of
the gravel pack, during well development and well testing. For the
11 -2-
11
11 KRIEGER
67M/ /wooxpox^,Ev
11 balance of the project, we envision intermittent inspection as
required to insure compliance with the Contract Documents.
During drilling of the pilot bore, we will secure our own formation
��
samples and analyze them in our lab to assist us in selecting well
screen and envelope gravel.
For the well pumping unit and electrical work, we envision
witnessing factory tests of the pumping units, full-time inspection
during pumping unit installation, and intermittent inspection for
the balance of the project as required to insure compliance with the
Contract Documents. Once the well pumping plant and connecting
pipelines are completed, we will be present for start-up to check
all equipment including pumping units and electrical controls for
proper operation. We will provide testing of the pumping unit to
confirm flow rate, head, and efficiency.
6. Preparation of Contract Documents for Well Pumping Plant Pipelines
Once the well sites have been selected, we will prepare the Contract
Documents for the well pumping plant pipelines. We envision our
services to consist of meetings with City staff, records search,
design survey, preparation of plan/profile drawings, and preparation
of specifications.
Records search will consist of survey data, record maps, and
utilities. Design survey will include both horizontal and vertical
control. The construction drawings will have a horizontal scale of
l"~4O' and a vertical scale of 1"~4' '
The plan portion of the construction drawings will show existing
improvements and utilities, survey data, proposed pipeline, and all
pipeline appurtenances including connections to the wells. The
profile portion of the construction drawings will show existing
ground surface over the centerline of the pipeline, pipeline
flowline elevatiuou, pipeline ulopeu, utility cr0001ogo, and
pipeline appurteoaoceo.
The pipeline specifications will be based on the City' s standard
format. We will provide the bid sheets and special requirements .
m� 7. Well Pumping Plant Pipeline Construction Engineering Services
If required, we will provide construction engineering services for
the well pumping plant pipelines . Said services will include
attending preconstruction meeting, reviewing and approval
submittals, reviewing and approving partial payment requests,
providing correspondence and conference with City staff and
Contractor(s) during conutructioo, providing construction staking,
and providing full time construction inspection.
-3-
1
I
I
I
SECTION II
gPROJECT TEAM
1
1
I
1
S
C
IKRIEGER
(STEWART INCORPORATED
SECTION II
PROJECT TEAM
A. Members
Robert A. Krieger - Principal In Charge
Robert A. Krieger is the President of Krieger & Stewart and is one
of the two founders. Krieger is a registered civil engineer and has
had considerable experience in well site selection, well
construction, and well pumping plant design and construction.
Krieger will direct the project and be directly involved in the
records review, site selections, and preparation of the Contract
Documents for the wells and pumping equipment.
Mark E. Messersmith - Project Manager
Mark E. Messersmith has been associated with Krieger & Stewart for
over 17 years and is one of the principals. Messersmith is a
registered civil engineer and has had experience in well
construction, well pumping plant design, and considerable experience
in water facilities design and construction. Messersmith will
11 assist Krieger in the site selections and preparation of Contract
Documents for the wells and pumping equipment. Messersmith will
assist City staff with well site acquisition and will be responsible
for preparation of Contract Documents for well pumping plant
pipelines.
David K. Luker - Project Engineer
David K. Luker has been associated with Krieger & Stewart for over
10 years and is a registered civil engineer. Luker has had
considerable experience in well construction and well pumping plant
design and construction. Luker will assist Krieger in preparation
of Contract Documents for the wells and well pumping plants.
Charles A. Krieger - Project Engineer
Charles A. Krieger has been associated with Krieger & Stewart for
over 5 years and is a registered civil engineer. Krieger has had
considerable experience in well and well pumping plant construction.
Krieger will direct the construction engineering services for the
wells and pumping equipment.
Thomas F. Field - Staff Geologist
Thomas F. Field has been with Krieger & Stewart for over 2 years and
is a graduate geologist. Field has had considerable experience in
well site selection and well construction. Field will assist
-4-
I
KRIEGER
dolTEWART INCORPORATED
Krieger in records review, site selection, and will be the primary
inspector during well construction.
Michael P. Thornton - Proiect Engineer - Well Pumping Plant Pipeline
Michael P. Thornton has been associated with Krieger & Stewart for
over 5 years and is a registered civil engineer. Thornton has had
considerable experience in water facility design and construction.
Thornton will assist Messersmith in preparation of the Contract
Documents for the well pumping plant pipelines .
Other Staff
The project team will be assisted by Krieger & Stewart staff of
engineers, drafters, and inspectors . Krieger & Stewart has over ten
individuals besides the ones listed herein who have had considerable
11 experience in providing inspection services for well construction.
These individuals will be available as needed to assist Field in
providing the necessary inspection. Resumes for Krieger,
11 Messersmith, Luker, Krieger, Field, and Thornton are included in the
proposal appendix.
B. Experience
Krieger & Stewart with the Project Team listed herein has provided
design and construction engineering services for over 50 wells (12"
to 24" in diameter and up to 2,000 feet in depth) , 30 pumping plants
(20 horsepower to 600 horsepower) , and over 1,000,000 feet of
waterlines (6" to 60" in diameter and up to 350 psi working
pressure) .
I
I
11
-5-
11
I
I
I
I
I
I
I
i
SECTION III
PROJECT SCHEDULE
I
I
I
I
i
I
I
I
I
I
11
11 KRIEGER
OTEWART INCORPORATED
11 SECTION III
PROJECT SCHEDULE
11 Based on authorization to proceed by February 12, 1991, we propose to
complete the records review and site selections by March 15, 1991. As
soon as we have City staff approval of the site locations, we will start
the Contract Documents for the wells and pumping equipment. We propose to
complete the site acquisitions and Contract Documents for the wells and
well pumping plants by April 5, 1991.
Allowing six weeks for bidding and award and two weeks for Contract
execution and submittal approval, the construction on the first well could
begin by June 3, 1991.
Assuming 10 weeks for well and pumping equipment construction (we have
assumed some of the well construction and plant work could overlap
reducing the construction time from 12 weeks to 10 weeks) , the first well
should be operational by August 9, 1991. To accommodate this schedule,
contract documents for the well pumping plant pipeline will have to be
completed by April 19, 1991. If construction of the second well
immediately follows completion of the first well, the second well could be
operational by October 4, 1991.
This schedule is optimistic and assumes all components will proceed on a
timely basis without delays. The project could be delayed by problems
with well site acquisition, untimely and incomplete submittals, execution
of contracts, and well drillers unable to start construction quickly.
With all the possible delays, completion of the wells could be delayed 3
or 4 months, until November or December of 1991.
I
11
I
1
11
-6-
011101 0
ifss.**, 1**
IMO
ett1=-.0 s
trifirseet
1 tinistalst
ttosasts
- ilassoso
Iiiiiiiii 1101000*
11100fas 1 Iasi$0 rimi
‘ "1100°A
3 t 4000064010110
I
I
I
I
I
1
SECTION IV
PROJECT COST
1
F
KPEGER
&rum INCORPORATED
SECTION IV
PROJECT COST
A. General
We estimate our fee for providing design engineering services for
the wells and pumping equipment to be $48,000. Said fee does not
include any permit charges nor the cost of the preliminary title
reports or appraisal fees. The estimated fee is shown on Table II
by components of service. We estimate our fee for providing
construction engineering services for the wells and pumping
11 equipment to be $62, 500. Our estimated fee is shown on Table III by
Components of Service.
B. Design Engineering Services
Our fee for design engineering services is based on our experience
with similar projects. Said fee could be affected if there is
difficulty or delays in obtaining the well sites.
C. Construction Engineering Services for Well Construction
Our estimate for construction engineering services for well
construction is based on a 12 week construction period (six weeks
for each site) . For each well, we have assumed we will provide full
time inspection for 140 hours (mobilization, pilot bore, screen and
casing placement, gravel placement, well development and well
testing) . During the pilot bore, we have assumed we will provide
inspection on a 24 hour basis until the pilot bore is complete. In
addition, for each well, we have assumed we will provide 80 hours of
intermittent inspection.
D. Construction Engineering Services for Well Pumping Plants
Our estimate for construction engineering services for well pumping
plants is based on an 8 week construction period (4 weeks for each
site) . For each plant, we have assumed we will provide 30 hours of
full-time inspection (pumping unit factory tests and pumping unit
11 installation) , 60 hours of intermittent inspection, and 20 hours
inspection for plant start-up and pumping unit testing.
Our estimate for construction engineering services is based on our
experience with similar projects ; however, our actual fee for
construction engineering services will depend on the efficiency,
competence, and diligence of the Contractor(s) .
E. Fee Schedule
11 We propose to invoice the City on a monthly basis for services
performed in accordance with our fee schedule. A copy of our
-7-
KRIEGED
c//EwmD, /wcon"vpmEo
11 current fee schedule is included in the appendix of our proposal.
Our current fee schedule is scheduled to be adjusted on July 1,
1981. Our design engineering services were estimated utilizing the
N�
current fee schedule and our construction engineering services were
-
estimated utilizing the fee schedule anticipated after July 1, 1991'
11
-8-
TABLE II
CITY OF REDLANDS
CHURCH STREET WELL AND SAN TIMOTEO CANYON WELL
ESTIMATED COST FOR DESIGN ENGINEERING SERVICES
ASSISTANT
CONSULTING PRINCIPAL STAFF ENGINEER/ 2—MAN
ENGINEER ENGINEER ENGINEER STAFF GEOLOGIST DRAFTER CLERCIAL SURVEY CREW
TOTAL
COMPONENT HOURS $ HOURS $ HOURS $ HOURS $ HOURS $ HOURS $ HOURS $ $
RECORDS REVIEW 40 4,000 40 3,520 40 2,240 9,760
SITE SELECTION 40 4,000 40 3,520 40 2,880 24 1,080 24 768 16 2,160 14,408
PREPARE CONTRACT DOCUMENTS 20 2,000 40 3,520 80 5,760 80 4,480 100 4,500 40 1,280 21,540
SUBTOTAL 100 10,000 120 10,560 120 8,640 120 6,720 124 5,580 64 2,048 16 2,160 45,708
REIMBURSABLES (5X); 2,285
CONSULTING ENGINEER @ $100.00/HR
PRINCIPAL ENGINEER @ $88.00/HR ENGINEERING SERVICES TOTAL: 47,993
STAFF ENGINEER e@ $72.00/HR
ASSISTANT ENGINEER 8 $56.00/HR ENGINEERING SERVICES ROUNDED: 48,000
DRAFTER &) $45.00/HR
CLERICAL @ $32.00/HR
2—MAN SURVEY CREW a $135.00/HR
PROPOSAL/48P13T2
2/9/91
TABLE III
CITY OF REDLANDS
CHURCH STREET WELL AND SAN TIMOTEO CANYON WELL
ESTIMATED COST FOR CONSTRUCTION ENGINEERING SERVICES
(WELLS AND WELL PUMPING PLANTS)
CONSULTING PRINCIPAL STAFF
ENGINEER ENGINEER ENGINEER INSPECTOR CLERCIAL
TOTAL
COMPONENT HOURS $ HOURS $ HOURS $ HOURS $ HOURS $ $
BIDDING PERIOD 2 212 10 940 10 760 1,912
PRECONSTRUCTION MEETING 4 376 6 456 4 180 4 136 1,148
SUBMITTAL REVIEW 2 212 4 376 24 1,824 2,412
PARTIAL PAYMENT REQUESTS 10 760 760
CORRESPONDENCE/CONFERENCES 20 2,120 20 1,880 240 18,240 40 1,360 23,600
CONSTRUCTION INSPECTION 660 29,700 29,700
SUBTOTAL 24 2,544 38 3,572 290 22,040 664 29,880 44 1,496 59,532
REIMBURSABLES (5X): 2,977
CONSULTING ENGINEER a $106.00/HR
PRINCIPAL ENGINEER a $94.00/HR ENGINEERING SERVICES TOTAL: 62,509
STAFF ENGINEER B $76.00/HR
INSPECTOR a $45.00/HR ENGINEERING SERVICES ROUNDED: 62,500
CLERICAL B $34.00/HR
NOTE: HOURLY RATES WERE BASED ON OUR ANTICIPATED FEE SCHEDULE EFFECTIVE JULY 1, 1991.
PROPOSAL/481'13T3
2/9/91
%„.
SECTION V
APPENDIX
L
IKRIEGER INCORPORATED • ENGINEERING CONSULTANTS
I _ OTEWART 3602 University Av•Riverside,CA 92501 •Tel 714-684-6900•Fox 714369-5026
FEE SCHEDULE
90/91
I CLASSIFICATION
I . RATES
UHOUR
Engineering,Services
I Consulting Engineer
Principal Engineer 100.00
88.00
Senior Engineer 80.00
Staff Engineer 72.00
I Associate Engineer
Assistant Engineer 64.00
56.00
Junior Engineer 49.00
I Senior Designer
Staff Designer 53.00
Junior Designer 58.00
47.00
I Senior Drafter
Staff Drafter 45.00
Junior Drafter 51.00
40.00
Senior Construction Inspector 42.00
I Staff Construction Inspector
Junior Construction Inspector 34.00
Utility Technician 38.00
2,8.00
I Surveying Services
Principal Surveyor 80.00
Senior Surveyor 72.00
Staff Surveyor 65.00
I Associate Surveyor
Survey Technician 56.00
45.00
3 Man Crew and Equipment 170.00
Services
nesCrew and Equipment 135.00
I 2 Support Se
Senior Secretary 32.00
I Staff Secretary
Junior Secretary 28.00
Utility Clerk 30.00
24.00
Outside Services
ISpecial Consultants and Purchased Services Cost + 15%
Reimbursable Expenses
I Vehicle Mileage
0.35/Mile
Subsistence,where applicable (Field Services)
Cost
Copies, prints, telephone, delivery charges Cost
The above rates are subject to change on or about July 1 each year due to salary and cost increases.
A FINANCE CHARGE of one and one half percent (1-1/2%) per month (18% per year) will be added to
I any unpaid amount commencing thirty (30) days from date of invoice. A mechanic's lien may be filed for
any invoice remaining unpaid after thirty (30) days from date of invoice.
1 9005
1
I
Resume
of
MARK E. MESSERSMITH
1990
EDUCATION: B.S. in Civil Engineering
University of California, Davis (1968)
M.S. in Environmental Engineering
University of California, Irvine (1971)
REGISTRATION: Registered Civil Engineer, California, No. 22020
AFFILIATIONS: Member - American Concrete Institute
Member - American Society of Civil Engineers
Member - American Water Works Association
Member - National Society of Professional Engineers
Member - Society for Testing and Materials
Member - Southern California Water Utilities Association
Member - Steel Structures Painting Council
Member - Water Pollution Control Federation
EXPERIENCE: 1982 to Present: Vice President
1973 to 1982: Associate Engineer to Principal Engineer
Krieger & Stewart, Incorporated
Representative Assignments:
Design and preparation of construction drawings and specifications
for water systems including pipelines, reservoirs, and pumping
plants; design and preparation of construction drawings and
specifications for sanitary sewers; site development including
street improvements, grading, water facilities, sewer facilities,
and storm drain facilities; structural design; administration of
construction contracts and supervision of construction inspection;
Assessment District engineering; preparation of water and wastewater
standard specifications and standard drawings; preparation of water
and wastewater master plans; preparation of Environmental Impact
Reports.
1972 to 1973 : Design Engineer
Neste, Brudin & Stone, Inc.
Representative Assignments:
Design and preparation of construction drawings and specifications
for a 1 MGD wastewater treatment plant; design for converting an
existing 1 MGD anaerobic digester to an aerobic digester;
preparation of an operation and maintenance manual for a 1 Ma)
activated sludge wastewater treatment plant.
1968 to 1972: Civil Engineering Assistant
City of Los Angeles
Representative Assignments :
Design of storm drain facilities ; design of sanitary sewer systems ;
participation in preparation of project reports.
9002
11
Resume
of
DAVID K. LUKER
1990
F
EDUCATION: San Bernardino Valley College (1982)
Mount San Jacinto Junior College (1975-1979)
Civil Engineering
International Correspondence Schools (1978-1979)
REGISTRATION: Registered Civil Engineer, California, No. 36810
Licensed Land Surveyor, California, No. 5744
AFFILIATIONS: Member - National Society of Professional Engineers
Member - American Water Works Association
Member - Water Pollution Control Federation
Member - National Water Well Association
Member - California Land Surveyors Association
EXPERIENCE: 1987 to Present: Vice-President
1980 to 1987: Associate Engineer to Senior Engineer
Krieger & Stewart, Incorporated
11 Representative Assignments:
Service as expert witness in litigation matters involving
drainage, flooding, and well construction; service as city
engineer, public works director, and planning director;
preparation of assessment district engineer's reports,
environmental studies and assessments pursuant to CEQA
requirements; engineering design, surveying, inspection and
project management of water wells, pumping plants, water
pipelines, water reservoirs, sanitary sewers, and other
civil works; water supply, power use, utility rate, and
flood hydrology studies; preparation and performance of
computer work for earthwork computation, hydrology studies,
hydraulics, and water system network analyses.
1979 to 1980: Project Designer
To-Mac Engineering
Representative Assignments:
Design of water systems and streets; participation in
hydrology studies; preparation of tract maps, survey maps,
and legal descriptions.
1976 to 1979: Engineering Technician
Rancho California Water District
Representative Assignments:
Design of pumping plants, water pipelines , sanitary sewers,
and other civil works.
9008
11
Resume
Eof
CHARLES A. KRIEGER
1990
EDUCATION: Bachelor of Science in Engineering
University of California, Davis (1984)
11 REGISTRATION: Registered Civil Engineer, California No. 44545
AFFILIATIONS: Member - American Concrete Inspectors Association
Member - American Society of Civil Engineers
Member - American Water Works Association
Member - California Groundwater Association
Member - Inland Counties Water Association
Member - National Water Well Association
Member - Southern California Water Utilities Association
Member - Water Pollution Control Federation
EXPERIENCE: 1985 to Present: Assistant Engineer to Staff Engineer
Krieger & Stewart, Incorporated
Representative Assignments:
Preparation of contract documents (specifications and
drawings) and supervision of construction inspection for
water well, storage reservoir, and public road projects ;
construction inspection of wastewater treatment plant,
storage reservoirs, water wells, and well pumping plant
facilities ; participation in preparation of appraisals for
water and sewer systems; participation in preparation of
domestic water system general plans; preparation of
Environmental Impact Report; administration of construction
contracts .
1984 to 1985: Teaching Assistant
Department of Civil Engineering
University of California, Davis
Representative Assignments:
Preparation of lecture materials; organization and
preparation of laboratory experiments and field exercises
for undergraduate classes; conducting undergraduate
engineering courses.
1978 to 1984: Technician to Junior Engineer
11 Krieger & Stewart, Incorporated
Representative Assignments:
Design and construction surveying; construction inspection
of water and wastewater facilities; preparation of
inventories for water system appraisals; participation in
structural design of timber, masonry, steel, and concrete
structures .
9003
It
IDeaume
of
THOMAS F. FIELD
I
l9AO
11 EDUCATION: B.A. in Geology
California State University, Chico (1985)
AFFILIATIONS: Member - Geological Society of America
Member - American Water Works Association
Member - California Groundwater Association
Member - National Water Well Association
EXPERIENCE: 1980 to Present: Staff Geologist
Krieger & Stewart, Incorporated
Representative Assignments :
Well design including well log preparation and well
screen and envelope gravel selection; aquifer and pump
test design and monitoring; groundwater contamination
g investigations ; mineral resource assessment; design
and construction surveying.
1987 to 1989; Staff Geologist
Richard Mills Associates
Representative Assignments :
Geologic mapping and field reconnaissance; downhole
logging; aerial photo investigations; fault
search/seismic trench logging and interpretation;
groundwater investigations ; environmental site
assessments.
1986 to 1987: Hydrologic Technician
D.S. Geological Survey, Water Resources
Divioiou, Santa Barbara
Representative Assignments :
Water quality analysis for Santa Barbara saltwater
intrusion project; acid rain station site supervision
(National Atmospheric Deposition Program) ; Gibralter
Dam and Jameson Reservoir water budgeting for domestic
supplies to Santa Barbara and Montecito, California;
stream gauging; hydrographic surveying.
8907
Ii
FResume
of
MICHAEL P. THORNTON
1990
EDUCATION: B. S. in Civil Engineering
California State Polytechnic University, Pomona (1985)
REGISTRATION: Registered Civil Engineer, California No. 44226
AFFILIATIONS: Member - American Society of Civil Engineers
Member - American Water Works Association
Member - Water Pollution Control Federation
EXPERIENCE: 1986 to Present: Assistant Engineer to Staff Engineer
Krieger & Stewart, Incorporated
Representative Assignments:
11 Design and preparation of construction drawings and
specifications for water pipelines, sanitary sewers, site
developments, and municipal improvements; design and
construction surveying; computerized mapping and coordinate
geometry; hydraulic network analysis; and construction
inspection.
1985 to 1986: CHJ Incorporated, Colton, California
Representative Assignments:
Soils engineering including preliminary soils investigations
and percolation test evaluation.
1983 - 1985 Rockwell International, Anaheim, California
Representative Assignments:
Mass properties engineering.
I
I
9002
AGENDA ITEM NO.
COUNCIL MEETING OF 3-5-91
REQUEST FOR COUNCIL ACTION
•
SUBJECT: AGREEMENT TO FURNISH ENGINEERING SERVICES FOR THE SITING
AND DESIGN OF THE NW SAN TIMOTEO CANYON AND CHURCH STREET
WELLS AND APPURTENANCES
MOTION:
I move that the Council approve the Agreement to Furnish Engineering
Services for the Siting and Design of the NW San Timoteo Canyon and
Church Street Wells and Appurtenances with Krieger & Stewart, Inc. , of
Riverside.
STAFF RECOMMENDATION:
Staff recommends that Council approve the subject agreement with
Krieger & Stewart, Inc. , of Riverside.
DISCUSSION:
As the State of California enter its fifth consecutive year of drought
and both the State Department of Water Resources and federal water
authorities announce drastic supply cutbacks to farm and urban water
users, the importance of an abundant supply of local water resources is
underscored. Historically, the City of Redlands reliance upon imported
State water has been minimal, largely due to a relatively abundant
supply of local surface and groundwater. Typically, the supply of
water to the City's water customers has come from the following
sources: 25% Santa Ana River; 33% Mill Creek; 40% groundwater; and 2%
. imported State water.
The demand for water in Redlands has increased as a result of
population and commercial/industrial growth. Even with a growth
control measure in place, water supplies must be increased by a minimum
of 450 ac. ft. per year in order to meet incremental demands, water
resource reliability and the traditional Redlands lifestyle.
Incremental demands have been historically met by the acquisition of
water stock in local water companies and treating the water at the
treatment facilities. This source of supply was preferred over
groundwater supplies because it minimized power requirements necessary
to operate wells. However, water stock availability has decreased and
groundwater sources and State project water have been more readily
available.
State project water is an important source of supply to the City, but
recent events, such as shutdowns for repair, curtailments due to the
drought and seismic vulnerability underscore the belief that this water
source does not afford the reliability necessary for a primary water
source.
REQUEST FOR COUNCIL ACTION
' AGREEMENT - NW SAN TIMOTEO CANYON AND CHURCH STREET WELLS
PAGE 2
Groundwater appears to be a very good alternative to both local surface
and State project waters. Groundwater has several key advantages:
o Locally available and relatively abundant
o Stored in natural groundwater "reservoirs" and readily
available upon demand with proper planning and investment in
well facilities
o Easily tied into the distribution system
o Locally controlled, in general
o Water efficient (less evaporation)
o Less subject to certain natural disasters and terrorism
The disadvantages of groundwater include reliance upon electric energy
to run wells, risks associated with well development and risks
associated with contaminants in groundwater.
Redlands has increased its attention to groundwater resources. The
Rees Well - Well Head Treatment Facilities are currently under
construction in order to return that well to production by early
summer. Well head treatment facilities for Well 31A are currently out
to bid and may be on line by October. In addition, several new wells
are planned in the Capital Improvement Program and currently budgeted.
The northwest San Timoteo Canyon and north Church Street areas have
been identified as likely locations for two domestic water production
wells. These well sites also appear to be the two most practicable to
have on line for use this slimmer.
With the short time frame involved to site, design, drill, develop, and
connect the wells to the distribution system, staff determined that
engineering experts must begin work immediately. After careful review
of the request for qualifications issued in December, the firm of
Krieger & Stewart, Incorporated, of Riverside, was determined to be the
most capable of completing the project within the short timeframe.
Krieger & Stewart, Inc. has successfully sited and designed many wells
in both San Bernardino and Riverside Counties. Krieger & Stewart has
successfully completed several other projects for the City, most
noteworthy the Citrus Avenue and Roosevelt Road Trunk Sewers. These
projects crossed both the high school parking lot and downtown area.
The Public Works Commission commended both staff and Krieger & Stewart
with regards to this project.
The scope of services and fees were negotiated with Krieger & Stewart
and appear reasonable for the services to be provided.
COMMISSION RECOMMENDATION:
The NW San Timoteo Canyon Well and Church Street Well are shown in the
FY 89/90 to FY 93/94 Water System Capital Improvement Program. The
Capital Improvement Program was reviewed by the Public Works Commission
at their August 1990 meeting.
REQUEST FOR COUNCIL ACTION
AGREEMENT - NW SAN TIMOTEO CANYON AND CHURCH STREET WELLS
PAGE 3
ALTERNATIVES:
The alternative is to not approve the Agreement for the siting and
design of the subject wells. It is essential that the City continue to
develop its water resources. Groundwater is a key resource and these
wells appear to be the most practicable under the current drought
conditions and with immediate need for water.
FISCAL IMPACT:
The projects are scheduled in the FY 89/90 to FY 93/94 CIP for
implementation. The projects are budgeted in the approved FY 90/91
annual budget. The cost of siting and design of the well and well head
facilities ($48, 000) and the cost of well construction phase
engineering services ($62 , 000) , represent 12 . 6% of the budget estimate
of $875, 000 for the two wells.
Prepared by: Concurrence:
<
(C.; C .
L.�
SEONG ( 44 ) KIM, P. E. RONALD C. MUTTER
Deputy 7 blic Works Director Assistant City Manager/
Utilities Public Works Director
Reviewed by:
ilituder
JIM ►N
City/Mana 7 er