Loading...
HomeMy WebLinkAboutContracts & Agreements_40-1996_CCv0001.pdf s AGREEMENT TO FURNISH ENGINEERING SERVICES FOR FC}RI) P HYDRA-PNEG' ATIC ,( -PCIT LEI DATION SYSTEM This Agreement is made and enured into as of this 7th day of May, 1995, by and between City of Redlands Municipal Utilities Department, hereinafter referred to as "CITY" and NBS/LOWRY, hereinafter referred to as "ENGINEER". In consideration of the mutual promises, covenants and conditions hereinafter set forth, the parties do hereby agree as follows: ARTICLE 1 -,,ENGAGEMENT OF THE ENGINEER 1.1 The CITY hereby engages the ENGINEER, and the ENGINEER hereby accepts the engagement to perform engineering services for the Ford Park Hydro-Pneumatic Non- Potable Irrigation. System, hereinafter referred to as "Project". 1.2 All services under this Agreement shall be done in a professional manner, and the ENGINEER represents that the firm employs those persons 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 VAX of services, for the professional and technical soundness, accuracy and adequacy of all reports, designs, drawings, specificatiom, and other services an ti '"teriais famished A ment. under teiu ARTICLE 2 - SFRVIC'"FC OF THE ENGINEER 2.1 The ENGINEER shall perform the services required for the Project as defined in Attachment A, Scope of Work. 1 Ford Park Hydro-Pneumatic Non-Potable Irrigation System Project 2.2 Additional services may be provided by the ENGINEER when requested and approved by the CITY and agreed to by the ENGINEER. I ARTICLE 3..- RESPONSIBILITIES OF THE CITY 3.1 The CITY shall 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 CITY shall 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 CITY shall provide all environmental assessments or impact reports required for this project and not otherwise specifically required to be provided by the ENGINEER. 3.4 The CITY shall designate in writing a person to act as the CITY'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 CITY's 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 Attachment B: Schedule. 4.2 The ENGINEER shall proceed with the services under this Agreement promptly and shall prosecute them diligently. -ARTICLE 5 - PAYMENTS TO THE ENGINEER 5.1 For the services performed under Article 2, Owner shall pay the ENGINEER on a time and materials basis at the hourly rates shown in Attachment D, Schedule of Rates, except as provided herein. The maiihour estimates and total project budget are shown in Attachment C, Fee Proposal. The total amount of compensation for the Project shall not exceed the total shown in Attachment C, Fee Proposal, unless the scope of the Project is materially changed and agreed to by the Parties. 2 Ford Park Hydro-Pneumatic Non-Potable Irrigation System Project 5.2 Payment for additional services requested by the CITY per Article 2.2 shall be in accordance with a separately negotiated fee or in accordance with the hourly rates shown in Attachment D: Schedule of Rates. 5.3 ENGINEER agrees that at the point 75 percent of budgeted costs have been expended for the Project, the ENGINEER will notify the CITY in writing, including a brief report on job status, percent complete, analysis of budget, and envisioned expenses to complete the contractual effort. The budget shall not be exceeded except if previously approved by CITY. 5.4 The ENGINEER shall bill the CITY within ten (10) days following the close of each month by submitting an invoice indicating the work performed, who performed the work, under which subtask in the Project budget the work was performed, indirect costs, and if requested, the detailed cost of all work including back-up documentation. Payments by CITY to ENGINEER shall be made within 30 days after receipt and approval of ENGINEER'S invoice, by warrant payable to the ENGINEER. 5.5 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 shall be addressed as follows: TO CITY: Gary Phelps Municipal Utilities Department 35 Cajon Street P.O. Box 3005 Redlands CA 92373 TO ENGINEER: Richard A. Bueermann, P.E. NBS/LOWRY 164 W. Hospitality Lane, #1 P.O. Box 8124 San Bernardino CA 92412-8124 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- 3 Ford Park Hydro-Pneumatic Non-Potable Irrigation System Project ARTICLE 6 - INSURANCE AND INDEMNIFICATION 6.1 ENGINEER shall maintain worker's compensation insurance and, in addition, shall maintain insurance to protect CITY from claims for damage due to bodily injury, personal injury, 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, and in the aggregate. The CITY shall be named a primary additional insured on insurance coverage for public liability and property damage. The ENGINEER shall provide CITY with a certificate evidencing such insurance coverage. 6.2 ENGINEER agrees to maintain professional liability insurance pursuant to this paragraph to protect CITY from negligent acts, errors or omissions of a professional nature; the total aggregate of ENGINEER'S professional liability insurance coverage shall be a minimum of $1,000,000. 6.3 ENGINEER agrees to indemnify, hold harmless and defend CITY 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 in proportion and to the extent that they arise out of or result 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 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 CITY and in strict compliance with the terms, provisions, and conditions of the Agreement. 4 Ford Park Hydro-Pneumatic Non-Potable Irrigation System Project 7.3 The key ENGINEER'S personnel proposed for the Project are as follows: Principal in Charge: Richard A. Bueermann, P.E. Charge: Project Manager: R. Barry Bierschbach, P.E. Technical Advisor: Thomas Bayles, P.E. ENGINEER agrees that these key people shall be made available and assigned to the CITY'S Project, and that they shall not be replaced without concurrence from the CITY. 7.4 It is understood and agreed by and between the parties that all documents, records, drawings, designs and specifications, cost estimates, and other project documents developed by the ENGINEER pursuant to this Agreement shall become the property of CITY and shall be delivered to CITY upon completion of services. Any reuse of such documents for other projects and any use of incomplete documents shall be at the CITY'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 CITY or engaged by the CITY for the account of or on behalf of the CITY. 7.6 Unless earlier terminated, as stipulated below, this agreement shall terminate upon completion and acceptance by the CITY of all services approved for performance under Article 2 of this Agreement. 4:1 7.7 This Agreement may be terminated in writing by either party in the event of failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party: providing, that no such termination may be effected unless the other party is given (1) not less than thirty (30) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, and (2) an opportunity for consultation with the terminating party prior to termination. 5 Ford Park Hydro-Pneumatic Non-Potable Irrigation System Project 7.8 If this Agreement is terminated by the CITY for reasons of default by the ENGINEER, an adjustment to ENGINEER's compensation shall be made, but (1) no amount shall be allowed for anticipated profit or unperformed services, and (2) any payment due to the ENGINEER at the time of termination may be adjusted to the extent of any additional costs to the CITY occasioned by the ENGINEER'S default. If termination for default is effected by the ENGINEER, the adjustment in compensation shall provide for payment to the ENGINEER to include a reasonable profit for services rendered and reim- bursement for expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by the ENGINEER relating to commitments which had become firm and approved by CITY prior to the termination. 7.9 Upon receipt of a termination notice, the ENGINEER shall (1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver or otherwise make available to the CITY, copies of data, design calculations, drawings, specifications, reports, estimates, summaries, and such other information and materials as may have been accumulated by the ENGINEER in performing services under this Agreement. 7.10 ENGINEER shall maintain books and accounts of all project related payroll costs and all expenses and incidental expense. Books shall be available at all reasonable times for examination by the CITY at the office of the ENGINEER. 7.11 This Agreement, including attachments incorporated herein by reference, represents the entire Agreement and understanding between the parties and any negotiations, proposals or oral agreements are intended to be integrated herein and to be superseded by this written Agreement. Any supplement or amendment to this Agreement to be effective shall be in writing and signed by the CITY and ENGINEER. 7.12 This Agreement shall be governed by and construed in accordance with the laws of the State of California. 6 Ford Park Hydro-Pneumatic Nan-Potable Irrigation System Project IN WITNESS WHEREOF, duly authorized representatives of the parties have signed in confirmation of this Agreement. CITY OF REDLANDS NBS/LOWRY ("CITY") ("ENGINEER") SWEN LARSON RICHARD A. BUEERMANN, P.E. Mayor Mice President ATTEST: Deputy City Clerk, Cagy of Redlands 7 Attachment A FORD PARK ^^^^^ mm"wIRRIGATION ~~SYSTEM S^ ~~^~^ �r^ ^~`~-~~~~~ ~ SCOPE OFWORK . . - Based on the contents of the Request for Proposal, dated March 18, 1996, from the City of Redlands, it is the understanding of NBS/Loxvry that the City wishes to retain the services of a qualified consulting firm to provide design engineering services for the Ford Park Hydro-pneumatic Non-potable Irrigation System Project. (timthe intent ofthe City that the selected consultant will: � Review and assess the existing water system and capacities. r Develop construction p|anm, specifications and estimates, and recommend replacement equipment. � Establish eninstallation plan and construction schedule. It is further understood that the City wishes to continue to use the existing on-site non-potable well and irrigation distribution system. NBS/Lovvry'a pmmpamod scope of work to meet the needs of the project and desires of the City includes spreliminary design phase and afinal design phase. The anticipated tasks are osfollows: 1 ^0 PRELIMINARY DESIGN 1.1 Project Ascertain and confirm the objectives of the design. |timsuggested &mhWadmn that the Parka Department also be included in order that the user's needs are fully considered. 1.2 Data Collecdon, Field Investigation 1.2.1 Collect information on Well No. 11, including water levels, well capa- city and existing pump characteristics. 1.2.2 Collect data onirrigation distribution system layout and sizing. 1.2.3 Obtain irrigation demand and schedule information. 1.2.4 Collect data on electrical availability and conditions. 1.2.5 Obtain/determine site availability. 1.3 Engineering Design 1.3.1 Assess existing facilities and capacities. 1.3,2 Develop preliminary design drawing showing site layout, including well, tank location, existing pump building and required piping. 1.3.3 Size units (new pump, tank and piping). 1.3.4 Prepare draft technical specification. ` , / 1.3.5 Prepare preliminary construction cost opinion. 1,3.8 Submit preliminary design and hold review meeting with City staff. 1.3.7 Analyze existing distribution system 2'0 FINAL DESIGN 2.1 Final Construction Documents 2.1.1 Finalize drawings, incorporating concept changes and recommenda- tions from City review meeting. eoomnmn*nda'donsfrmmnCityroviovvmmeedng. 2.1.2 Finalize specifications incorporating Standard. Specifications for Public Works Construction, latest edition, or other specification format as requested by City' if any. 2'1.3 Develop installation plan and schedule, considering irrigation needs and park usage. 2.1'4 Prepare final opinion of probable construction cost. 3.0 PROJECT REVIEW MEETINGS 3.1 aty Conduct semi-monthly review meetings with City staff and other Reviews involved parties aumay beappropriate. TIME SCHEDULE Task WEEKS FROM NOTICE TO PROCEED No. Description 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 m� 1.1 Project Initiation 1.2 Data Collection a Field Invest. 1.2.1 Well Data 1 Z Irrigation System 1.2.3 Irrigation Demand 1.2.4 Electrical Availability 1.2.5 Site Availability 1.3 Engineering Design 1.3.1 Assess Existing System 8 Capacity 1.3.2 Site Layout S Piping 1.3.3 Size Units 1.3.4 Draft Technical Specification 1.3.5 Preliminary Cost Opinion 1.3.6 Submit & Hold Review Meeting 1.3.7 Analyze Distribution System --- a rt rt 2.1 Finalize Construction Documents 2.1.1 Drawings rt 2.1.2 Specifications 2.1.3 Installation Plan 8 Schedule 2.1.4 Final Cost Opinion 3.1 Project Review Meetings ■ ■ ■ ■ ■ ■ ■ Optional Service FEE SCHEDULE City of Redlands Ford Park Hydro-Pneumatic System LABOR Desinger Survey Word CONSULTANTS SES Task Task Mgr.(1) Prin.(2) QA/QC(S) (4) Crew Proc.(5) Subtotal Subtotal Subtotal Subtotal Total No. Description $100 V35 $85 $70 $140 $40 Hours ($) Electrical ($1 Coin t. Roor. $ 1.1 PROJECT INITIATION 4.0 4.0 2.0 10.0 1,020 0 1,020 ---------------------------- ------------------------ ------ ----------- ------ ------ ---------- ------ ------- 1.2 Data Collection/Field Invest. ---------------------- ------------------- ---------------- 1.2.1 Well Data 2.0 2.0 200 200 ----------------------------------- ----------------------------------- ------ ----------- ----- 1.2.2 Irrigation System -- 4. --- ---- ---- - - 0 8.0 12.0 960 960 --- ------ ------ ----- ----- ----- ------280- ------------------------- -- -------------- -- -- ------- 1.2.3 Irrigation Demand 2.0 2.0 4.0 280 ----------------------- ------------ ------ ----------------------------- ------ ------ ----- ----- ----- ------- 1.2.4 Electrical Availability 2.0 2.0 200 8 600 800 ---------------------- ----------- ----------------- ------------------ ------ ------ ----- ----- ------ ------- 14 1.2.5 Site Availability 4.0 2.0 4.0 10.0 1,230 0 1,230 ---------------------- ------------ ----------------------------------- ------ ----------- ----- ----- ------- 1.3 Engineering Design - Prelim. ---------------------- ------------ ----------------------------------- ------ ----------- ----- - 4.0 400 400 1.3.1 Assess Existing System&Cap. 4.0 ---------------------- ----- ------ ----------------------------------- ------ ----------- - --- ----- ------- 1.3.2 Site Layout& Piping 4.0 2.0 24.0 30.0 2,250 -- 2,250 ----------------------------___---------------------- ------------ ------ ------ ----- ------ ---- - ---- 1.3.3 Size Units 4.0 2.0 6.0 570 22 1,000 1,570 ------------------------------------------ ----------------------------- ------ ----------- ----- ----- ------- 1.3.4 Draft Technical Specification 10.0 4.0 20.0 34.0 2,140 22 1,000 100 100 3,240 ----------------------- _-_-4.0 ----- ------------_-20.0 -------94_0 ---------- ------ ---1-000 --------- ---100 ---- ----- ------- 1.3.5 Preliminary Cost Opinion 4.0 4.0 400 3 200 600 ----------------------------------------------------------------------- ------ ----------- ------ ----- ------- 1.3.6 Submittal & Review Meeting 4.0 2.0 2.0 8.0 750 7 500 100 100 1,350 ---------------------------- ------------------ ----- ----------- ------ ----------- ----- ----- ------- 1.3,7 Analyze Distribution System See Supplemental Sheet > - --------------------- ------------------------------------------------ ------ ----------- ---- ------ ------- rt 2.1 FINAL CONST. DOCUMENTS - --------------------------- ----------------------------------------- ---- n 2.1.1 Drawings 32.0 2.0 4.0 80.0 1180 9,410 40 3.000 12,410 --------------------------------------------- -------- -- .01 34 2.1.2 Specifications 10.0 2.0 2.0 r - 2,240 ---3-311---2-,5-0-0 1- L=i- 20.o 4,740 (Continued) NBS' ---------- JLOWRY FEE SCHEDULE City of Redlands Ford Park Hydro-Pneumatic System LA60R _ -prol I A'ol DrehpOr 5�wwy Word QONSULTAIYTS{�� pfPFN8E5 _ Talk Task A�r.r1) Rln.{2)1 ativwp) M! crow Roc.{ subpar se►brnEar ��su6rorr s+,brota! TOW No. Description 100 f135 1 f70 $140 $40 Hors E� t 2.1.3 Installation Ran&Schadula 4.0. ^--4.0 __ 6.0 -_560 zx 1.0� _-. - -- -- - -----------------------� _--�----�----- ----- ---- ------------------ ------ 2.1.4 --- - --- 2.1.4 Final Cwt Opinion 4.0' 2.0 5.0 460 7 500 _'-- -r-_ _r'_0 ow ----------------------- { ----�-__ +------ ----- --- ---- ---- ----- ------ ---- MONTHLY 3.1 --SE�i11-------REVIEW ttiATCi -_ 6.01 - 6_0 __--_ ----- -.--_ ---6.0 --24_0 --2.200 ----8 ----- ---_ ---- ----- - x650 i I Toast Labor ►s) 106.0 20.011 14.0 112.0 4.0 60.0 316.0 : •:i`: .: V...-[..C... ToAei lwbor ) 10.800 2.700 1,180 7.640 586 2.400 Zb.z>70 Tole1 ConsWftnls 17a 10,850 : . Toast EWwmde o 20052 TOTAL(i) Personnel(l) Bierschbach (3) Bayles (5) Blaine (2) Buewrnann (4) Sarenana �,LOW RY i SUPPLEMENTAL SHEET FEE SCHEDULE City of Redlands Ford Park Hydro-Pneumatic System -—-- LABOR Prat:_ ihmfter sty mw word CONSULTANTS EXPENSES Tmk Task 11/Qr.(1) Part(11 x(3) (4) crew Proc.(5) SubbohW subiwW 5ub0ala! Subtow TOW No. O►sa tion $100 f 13.5 sw $70 f t 40 $40 Noun M Ebeft wl G ----Ane---- lrIf'a-,lion sytctem--�- 20-0 --�-0 --^'4.0 ___-- ---- ---B.D --s4.o -^?'� 200 --- __ 200 _ 3.190 Tolol Labor"sJ 20.0 z.0 4.0 0.0 0.0 6.0 34.0 Total Labor 2.000 270 3i0 0 0 320 2,930 roe.t Conwi tartly Toirl Egmmes 200 200 momTOTAL (f) $.7.130 Personnel(1) Blerschbach (3) Bayles (5) Blaine (2) Buewrnann (4) Swenana LOWRY _--- Attachment D � ~ %0--WRY SCHEDU � LE OF '' OU '' L ' , ' ^ ^ ' , , RATES Effective July [ l9V5 1713311141111111111111111 Engineering/Planning Design and 8rmftinm Senior Principal $135,00 Senior Designer — $75.00 Principal 120.00 Oosigoo/ 70�00 Phnc|yo| [nyi000r/Hnoom 100,00 Senior Dmha/ 55.80 Senior Engineer/Planner 86.00 Umhur 45�00 EnOi0000/P|onmor 75,00 Engineering Technician *08 /bsislootEoQioonr/90000r 511,00 Construction Management Surveying Principal [oOinooVYnoshochooMUr 2.8 x Direct Salary Principal Surveyor '$100.00 Senior [oOioeor/loostm(hooWmr 2.8 x Direct Salary Senior Surveyor 86.00 Resident Engineer/Construction Eng 2.8 x Direct So{o/y Supervising Surveyor 75.00 Assistant Construction Engineer 2.0 x Direct Salary Survey Technician 45.00 Inspector 2.8xDirect Salary Survey Crew (3Person) 175.00 Survey Crew (2 Poouo) 14H0 Travel Time 5O%xCrew Rate Mi|uu0u (Survey Truck) .50/Mi|o ! SERVICES AND EXPENSES -- Systems 6nulyst/S,Financial Analyst $85.00 Computers: Programmer/Financial Analyst 65.00 PC Connect Time 0.Q�'-- �r Senior Technician 55,0Storage�O0 Disk Storage (Per Mb) ll3—' M Technician 45.00 Reports: Minimum) --' [mmhv Assistant 45.00 Lines Printed .02/Lino Secretary 4HU CPU Time SO/Second. Word �d 3� OU ` —''`~�~/~~~/""=°�" rmoumVms .lO/[opy Mileage .32/Mile Subsistence At Cost Other Expenses Cost+ )5% Billing rates include overhead and are subject to change each year due to oohm bargaining oUmomaots and cost ufliving increases.