Loading...
HomeMy WebLinkAboutContracts & Agreements_71-2008_CCv0001.pdf AGREEMENT TO PERFORM PROFESSIONAL ENGINEERING DESIGN SERVICES FOR THE HIGHLINE WATER TRANSMISSION MAIN RELOCATION PROJECT PHASE 11 This agreement for engineering services for Redlands' Highline Water Transmission Main Relocation Project Phase 11 ("Agreement") is made and entered into this 20th day of May, 2008 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City") and Stantec Consulting Inc. ("Consultant"). City and Consultant are sometimes individually referred to herein as a"Party" and, together, as the"Parties." In consideration of the mutual promises contained herein, City and Consultant agree as follows: ARTICLE I - ENGAGEMENT OF CONSULTANT 1.1 City hereby engages Consultant to perform engineering design services for the City's 1 4�1 Highline Water Transmission Main Relocation Project Phase 11 (the "Services"). 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 the Services to City at a level of competency presently maintained by other practicing professional consultants in the industry providing like and similar types of Services. ARTICLE 2 - SERVICES OF CONSULTANT 2.1 The Services which Consultant shall perform are more particularly described in Exhibit"A," entitled "Scope of Services," which is attached hereto and incorporated herein by this reference. 2.2 Consultant shall comply with all applicable Federal, State and local laws and regulations in the performance of this Agreement including, but not limited to, the Americans with Disabilities Act, the Fair Employment and Housing Act and prevailing wage laws commencing at Labor Code section 1770 et seq. and non-discrimination laws including the Americans with Disabilities Act. Pursuant to Labor Code section 1773.2, copies of the prevailing rates of per them wages as detennined by the Director of the California Department of Industrial Relations for each craft,classification,or type of worker associated with the performance of the Services are on file at the City of Redlands office of the Municipal Utilities and Engineering Department, Civic Center, 35 Cajon Street, Suite 15A (P.O. Box 3005 mailing), Redlands, California 92373. 2.3 Consultant acknowledges that if it violates the Labor Code provisions relating to prevailing wage, City may enforce those provisions by issuing a notice of the withholding of contract payments to Consultant pursuant to Labor Code section 1771.6. 1 2.4 If Consultant executes an agreement with a subcontractor to perform any of the Services, Consultant shall comply with Labor Code sections 1775 and 1 1777.7, and shall provide the subcontractor with copies of the provisions of Labor Code sections 1771, 1775, 1776, 1777.5, 1813 and 1815. Consultant acknowledges that the statutory provisions imposing penalties for the failure to comply with state wage and hour laws and to pay prevailing wages may be enforced by City pursuant to Labor Code sections 1775 and 1813. 2.5 Consultant and its subcontractors shall comply with the provisions of Labor Code section 1776 regarding payroll records' maintenance, certifications, retention and inspection. 2.6 Consultant acknowledges that eight (8) hours constitutes a legal day's work pursuant to Labor Code section 1810. 2.7 If applicable, Consultant shall comply with the provisions of Labor Code section 1777.5 relating to apprenticeships, and Labor Code sections 1771, 1775, 1776, 1777.5, 1813 and 1815. ARTICLE 3 - RESPONSIBILITIES OF CITY 3.1 City shall make available to Consultant information in its possession that may assist Consultant in performing the Services. 3.2 City will make reasonable provision for Consultant to enter upon City-owned property, as required by Consultant, to perform the Services. 3.3 City designates Rudy Victorio as City's representative with respect to performance of the Services, and such person shall have the authority to transmit instructions, receive information,interpret and define City's policies and decisions with respect to performance of the Services. ARTICLE 4 -.PERFORMANCE OF SERVICES 4.1 Consultant shall perform the Services in a prompt and diligent manner and in accordance with the schedule set forth in Exhibit "B," entitled "Project Schedule." 4.2 At any time during the term of this Agreement, City may request that Consultant perform Extra Services. As used herein, "Extra Services" means any work which is determined necessary by City for the proper completion of the project or work for which the Services are being performed, but which the Parties did not reasonably anticipate would be necessary at the time of execution of this Agreement. Provided the Extra Work does not exceed ten percent (10%) of the compensation to be paid by City to Consultant for the Services, such Extra Work may be agreed to by the Parties by written amendment to this Agreement, 2 executed by City's City Manager. Consultant shall not perform, nor be compensated for, Extra Work without such written authorization from City. ARTICLE 5 - PAYMENTS 10 CONSULTANT 5.1 The total compensation for Consultant's performance of the Services shall not exceed the amount of Ninety One Thousand Two Hundred and Twenty Five Dollars ($91,225). City shall pay Consultant on a time and materials basis up to the not to exceed amount, in accordance with Exhibit"C"entitled"Project Costs,"and based upon the hourly rates shown in Exhibit"D,"entitled"Rate Schedule." Both Exhibits"C"and"D"are attached hereto and incorporated herein by this reference. 5.2 Consultant shall submit monthly invoices to City describing the work performed during the preceding month. Consultant's invoices shall include a brief description of the Services performed,the dates the Services were performed,the number of hours spent and by whom, and a description of reimbursable expenses, if any. City shall pay Consultant no later than thirty(30)days after receipt and approval by City of Consultant's invoice,provided (1)the Services reflected in the invoice were performed to the reasonable satisfaction of City in accordance with the terms of this Agreement, (2) that the number of hours of Services set forth in the invoice reflects the amount of time ordinarily expended for such Services by members of the profession currently practicing in the same locality under similar conditions, and (3) that all expenses, rates and other information set forth in the invoice are consistent with the terms and conditions of the Agreement. 5.3 All notices shall be given in writing by personal delivery or by mail. Notices sent by mail should be addressed as follows: City Consultant Rudy Victorio Robert F. Seeman Municipal Utilities and Engineering Dept. Stantec Consulting Inc. City of Redlands 19 Technology Drive 35 Cajon Street, Suite 15A Irvine, CA 92618-2334 PO Box 3005 (mailing) Redlands, CA 92373 When so addressed, such notices shall be deemed given upon deposit in the United States Mail. Changes may be made in the names and addresses of the person to who notices and payments are to be given by giving notice pursuant to this section 5.3. 3 ARTICLE 6 - ]INSURANCE AND INDEMNIFICATION 6.1 All insurance required by this Agreement shall be maintained by Consultant for the duration of its performance of the Services. Consultant shall not perform any Services unless and until all required insurance listed below is obtained by Consultant. Consultant shall provide City with certificates of insurance and endorsements evidencing such insurance prior to commencement of the Services. All insurance policies shall include a provision prohibiting cancellation or modification of the policy except upon thirty(30)days prior written notice to City. 6.2 Workers' Compensation and Employer's Liability. Consultant shall secure and maintain Worker's Compensation and Employer's Liability insurance throughout the duration of its performance of the Services in accordance with the laws of the State of California, with an insurance carrier acceptable to City. 6.3 Hold Harmless and Indemnification. Consultant shall defend,indemnify and hold harmless City and its elected officials, employees and agents from and against any and all claims, losses or liability,including attorneys' fees,arising from injury or death to persons or damage to property occasioned by Consultant's and its officers', employees' and agents' sole negligent acts or omissions in performing the Services. - 6.4 Assignment. Consultant is expressly prohibited from assigning any of the Services without the express prior written consent of City. In the event of agreement by the Parties to assign a portion of the Services, Consultant shall add the assignee as an additional insured and provide City with the insurance endorsements required by this Agreement prior to the performance of any Services by the assignee. Assignment does not include printing or other customary reimbursable expenses that may be provided for in this Agreement. 6.5 Comprehensive General Liability Insurance. Consultant shall secure and maintain in force throughout the term of this 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. Such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City. 6.6 Professional Liability Insurance. Consultant shall secure and maintain professional liability insurance throughout the term of this Agreement in the amount of One Million Dollars ($1,000,000)per claim made. 4 6.7 Business Auto Liability Insurance. Consultant shall have business auto liability coverage, with minimum limits of One Million Dollars($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 in connection with Consultant's provision of the Services, hired and non-owned vehicles,and employee non-ownership vehicles. Such insurance shall, be primary and non-contributing to any insurance or self insurance maintained by City. City shall be named as an additional insured. ARTICLE 7 - CONFLICTS OF INTEREST 7.1 Consultant covenants and represents that it does not have any investment or interest in real property that may be the subject of this Agreement or any other source of income,interest in real property or investment which would be affected in any manner or degree by the performance of Consultant's Services. Consultant further covenants and represents that in the performance of its duties hereunder,no person having any such interest shall perform any Services under this Agreement. 7.2 Consultant agrees it is not a designated employee within the meaning of the Political Reform Act because Consultant: A. Does not make or participate in: (i) the making or any governmental decisions regarding approval of a rate, rule or regulation, or the adoption or enforcement of laws; (ii) the issuance, denial, suspension or revocation of permits, licenses, applications, certifications, approvals, orders or similar authorizations or entitlements; (iii) authorizing City to enter into, modify or renew a contract; (iv) granting City approval to a contract that requires City approval and to which City is a party, or to the specifications for such a contract; (v) granting City approval to a plan, design, report, study or similar item; (vi) adopting, or granting City approval of, policies, standards or guidelines for City or for any subdivision thereof. B. Does not serve in a staff capacity with City and in that capacity,participate in making a governmental decision or otherwise perform the same or substantially all the same duties for City that would otherwise be performed by an individual holding a position specified in City's Conflict of Interest Code under Government Code section 87302. 5 7.3 In the event City officially determines that Consultant must disclose its financial interests by completing and filing a Fair Political Practices Commission Form 700, Statement of Economic Interests, Consultant shall file the subject Form 700 with the City Clerk's office pursuant to the written instructions provided by the Office of the City Clerk. ARTICLE 8 - GENERAL CONSIDERATIONS 8.1 Attorneys' Fees. In the event any action is commenced to enforce or interpret any of the terms or conditions of this Agreement the prevailing Party shall,in addition to any costs and other relief,be entitled to the recovery of its reasonable attorneys'fees,including fees for the use of in-house counsel by a Party. 8.2 Prohibition Against Assignment. Consultant shall not assign any of the Services,except with the prior written approval of City and in strict compliance with the terms, and conditions of this Agreement. 8.3 Documents and Records. All documents, records, drawings, designs, cost estimates, electronic data files,databases and other documents developed by Consultant in connection with its performance of the Services, and any copyright interest in such documents, shall become the property of City and shall be delivered to City upon completion of the Services, or upon the request of City. Any reuse of such documents, and any use of incomplete documents, shall be at City's sole risk. 8.4 Independent Contractor Status. Consultant is for all purposes under this Agreement an independent contractor and shall perform the Services as an independent contractor. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant's employees, except as herein set forth. Consultant shall supply all tools and instrumentalities required to perform the Services. 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. Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent,nor shall Consultant have any authority,express or implied, to bind City to any obligation. 8.5 Termination. A. Unless earlier terminated as provided for below,this Agreement shall terminate upon completion and acceptance of the Services by City. B. This Agreement may be terminated by City,in its sole discretion,by providing thirty (30) days' prior written notice to Consultant (delivered by certified mail, return receipt requested) of City's intent to terminate. 6 C. If this Agreement is terminated by City,an adjustment to Consultant's compensation shall be made, but (1) no amount shall be allowed for anticipated profit or unperformed Services, and(2) any payment due Consultant at the time of termination may be adjusted to the extent of any additional costs to City occasioned by any default by Consultant. D. Upon receipt of a termination notice, Consultant shall immediately discontinue its provision of the Services and, within five (5) days of the date of the termination notice, deliver or otherwise make available to City, copies (in both hard copy and electronic form, where applicable) of 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. Consultant shall be compensated on a pro-rata basis for Services completed up to the date of termination. 8.6 Books and Records. Consultant shall maintain any and all books,ledgers,invoices,accounts and all other records and documents evidencing costs and expenses related to the Services for a period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant pursuant to this Agreement. Such books shall be available at all reasonable times for examination by City at the office of Consultant. 8.7 Entire Agreement/Amendment. This Agreement,including the Exhibits incorporated herein by reference,represents the entire agreement and understanding between the Parties as to the matters contained herein,and any prior negotiations,written proposals or verbal agreements relating to such matters are superseded by this Agreement. Except as otherwise provided for herein,any amendment to this Agreement shall be in writing,approved by City and signed by City and Consultant. 8.8 Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of California. 8.9 Severability. If one or more of the sentences, clauses, paragraphs or sections contained in this Agreement is declared invalid, void or unenforceable by a court of competent jurisdiction, the same shall be deemed severable from the remainder of this Agreement and shall not affect, impair or invalidate any of the remaining sentences, clauses,paragraphs or sections contained herein, unless to do so would deprive a Party of a material benefit of its bargain under this Agreement. 7 IN WITNESS WHEREOF,duly authorized representatives of the City and Consultant have signed in confirmation of this Agreement. CITY OF REDLANDS STANTEC CONSULTING INC. By; QXw� Jon Harrison, Mayor Attest: City erk 8 EXHIBIT "All SCOPE OF SERVICES SCOPE OF SERVICES 1 Kick-off Meeting: Stantec will meet with Municipal Utilities staff to discuss and agree upon the design approach, scope of work and schedule. Obtain as-built records of the existing water, sewer, and storm drain facilities pertinent to the project. Details of the points of connection in the Country Club Reservoir complex will also be discussed. 2. Utility Research and Data Collection: Stantec will collect and review reports, record drawings, grading plans, topographic maps, and other information pertinent to the project. Stantec will perform a utility research investigation through U.S.A. Dig Alert to identify and locate existing underground facilities in the project area as identified by the utilities' owners. Upon receiving a response and listing of the potential utilities in the area, Stantec will contact each utility agency to obtain available as-built record data and any future planning information that is identified to impact the project. Stantec will submit the plans to the utility agencies, and local agencies having jurisdiction over the project alignment for review and comments. 3. Alignment Walk: Stantec staff will perform an alignment walk to identify existing conditions that may affect the design and construction of the project. 4. Topographic Survey: Stantec will establish a network of horizontal/vertical control that can serve as the future basis for construction staking surveys that may be required throughout the course of the project. The network will be constructed using a combination of GPS and conventional survey methods. Stantec will reference the North American Datum of 1983 (NAD 83), horizontally, and a nearby City of Redlands benchmark for the vertical datum. We will contract the services of a qualified photogrammetrist to provide aerial topography and existing planimetric data for the project alignment. The topography will be compiled at a scale of 1" = 40', with one-foot contour intervals. We will perform the necessary fieldwork to establish ground control for the aerial. In addition to the aerial topography, Stantec will perform conventional ground survey techniques to verify the accuracy of the existing topographic data and provide additional topographic detail along the proposed project alignment. We will collect vertical and horizontal data for visible surface utilities lying within the project alignment. Then we will process and integrate the additional field generated topographic data into the aerial topographic data. Stantec will identify existing property lines, existing easements, and right-of- way within the project alignment. 5 Design Criteria: Stantec will consult with Municipal Utilities staff to determine the design criteria for the project. Existing City design criteria will be adopted where applicable. Stantec will establish preliminary pipeline design criteria related to pipe materials, pipe class, laterals, valves, appurtenances, air releases, cathodic protection, telemetry, and water quality sampling. Each - 1 - criterion will be reviewed on a case-by-case basis to ascertain that the criterion is appropriate for the situation presented. 6. Preparation of Construction Plans: Stantec will prepare construction drawings including plan, profiles, details, and sections. Construction drawings will be prepared on standard City of Redlands 24" x 36" sheets. Scale of plan and profile sheets will be 1-inch = 40-feet horizontal on plan and 1-inch = 4-feet vertical for profile grades. One set of construction drawings will be prepared for bidding and construction. Stantec will provide pipeline designs to include pipe shell structural design,joint design details, lining and coating details, bedding and backfill details, anchorage and thrust restraint, pipe specials, material specifications, proper handling during pipe transportation and pipe installation. Stantec will design transmission main appurtenances, such as blow-offs, air release-air vacuum valves, cathodic protection, and mainline valves when not covered by City Standards. Based on our project understanding, Stantec proposes that a total of 17 plan sheets will be required for this project. This will include a title sheet, two (2) sheet index and general notes sheets, 11 plan and profile sheets, one (1) Country Club Reservoir site piping layout, and two (2) connection and general detail sheets. 7. Technical Specifications: Stantec will prepare detailed technical specifications and bidding documents for the project. The specifications will include the general requirements, Bidding Schedule, Special Provisions, and Technical Specifications and reference to the City Standards. The specifications will be prepared for a single document to be used for bidding purposes. It is our understanding that the City will prepare and finalize the Construction Contract documents for bidding purposes. The City will be responsible for, but not limited to, the preparation of the front-end documents, general provisions, notice inviting bids, and standard specifications. 8. Probable Opinion of Costs: Stantec will prepare an engineer's estimate of probable construction costs at the 95% and final completion levels. The draft version prepared for the 95% completion level submittal will be updated and finalized for the final submittal. Quantities will be taken from the plans, reviewed, and double-checked. Design unit costs will be reviewed against similar project bid histories from other similar projects. 9. Project Schedule: Stantec will prepare a detailed design and construction schedule for the pipeline project. The schedule will be prepared in Microsoft Project and will provide estimates of recommended and known timelines and milestones. 10. Deliverables: Stantec will furnish two (2) copies of the preliminary 50% completion level construction plans and two (2) copies of the preliminary 95% completion level construction plans and specifications for City review and comment. Stantec will submit the plans to the utility agencies, and local -2- agencies having jurisdiction over the project alignment for review and comments. Stantec will incorporate all applicable review comments and submit reproducible mylars, 24" x 36", and specifications for final review and acceptance by the City. 11. Permit Processing/Agency Coordination: It is our understanding that Stantec will assist the City in submitting and processing any necessary permits for the project. Stantec will submit plans to Municipal Department staff for your internal processing of City encroachment permits by your staff. Based on discussions with staff, traffic control plans are assumed not to be required for the project. It is also assumed in our proposal that any permit fees will be paid by the City. Stantec has assumed that all of the construction will occur within the public right-of-way or within City-owned property. Therefore, no new easements will be required. 12. Proiect Meetings: Throughout the project, Stantec will attend review and progress meetings with City staff and other parties to ensure that design, operational and review comments are being addressed. It is anticipated that Stantec will participate in the following meetings: Project kick-off meeting, 50% completion level review meeting, 95% completion level meeting, and other meetings scheduled on a monthly basis. Stantec has budgeted, in addition to the kick-off meeting, a total of 4 additional meetings during the progress of this project. 13. Project Management: Stantec will provide the resources as required to manage the above-described tasks in a cost effective, timely, and professional manner. This task will include, but not be limited to: oversee and coordinate prime and subconsultants efforts, facilitate the design interface and maintain coordination with all parties, and attend meeting with the City and others as requested by the City. All efforts required to provide in overall project management will be consolidated into other tasks represented in this proposal. 14, As-Built Drawings: When the project is completed, the original mylars will be modified as necessary to reflect the as-built conditions. It is assumed that the as-built information will be provided to Stantec by the City's Inspector and the contractor at the end of the project or during construction if major changes are required. The electronic files for the project will be revised and new signed mylars will be generated reflecting any additional information or revised data provided by the City. Stantec will then submit the AutoCAD files and mylars to the City. Optional Items 1. Geotechnical Investigation: Stantec's geotechnical consultant, Converse Consultants, will perform a geotechnical investigation, if required, along the proposed alignment to provide information to better understand geotechnical conditions and make recommendations to mitigate any potential problems due -3- to poor soils conditions if they are detected. For purposes of this proposal, it is assumed that the geotechnical investigation will include at least the following services: document reviews, 6 to 8 borings to a depth of 10 feet, laboratory testing and report preparation. This task is included as it may provide additional information to contractors to help minimize their construction cost risk through knowing more information, however may not be necessary for actual project design. Upon your review of this proposal, we can discuss this option in more detail if you so desire. 2. Potholing: Stantec will perform potholing, if required, to determine locations and elevations of existing utilities, improvements, and related facilities. Stantec's pothole subconsultant, Kantex, will obtain any right-of-way construction permits required for potholing operations. All labor, material, equipment, and associated costs for completing the potholing will be included. For the purposes of estimating costs involved to complete the potholing, Stantec has assumed that six (6) potholes will be provided. Regardless if this optional item is chosen by the City, Stantec will include in the specifications a requirement for the contractor to pothole in advance of his construction to verify location of existing utility crossings. PROJECT REPRODUCTION Any reproduction costs generated by Stantec to produce the review submittal copies, as described above, are included as a part of this proposal. Final copies of the Construction Contract documents required for bidding purposes will be the responsibility of the City of Redlands. PROJECT SCHEDULE In accordance with recent discussions, Stantec proposes to complete the design and submit final contract documents by late October 2008. This schedule includes City review times of ten working days for plan review purposes. Stantec has prepared a proposed design schedule based on the dates discussed above. (See attached schedule). Individual task items are included under each scope of service heading. This schedule represents projected milestones and Stantec provides no warranty as to the dates referenced herein. Actual completion dates can vary substantially from projections due to agency review times, client review or revisions to scope, or for other reasons outside the control of Stantec. Stantec and its Project Manager are committed to ensure timely completion of the proposed work. FEES Stantec has prepared a proposed budget based on the scope of work items as outlined herein. A table is provided to show the breakdown of labor hours and fees by task. As shown on the attached table, the estimated time and materials not-to-exceed fee is $91,225. This proposed budget equates to a percentage of 7.13% of the City's estimated construction budget of$1,279,750. Also attached to this proposal is a copy of Stantec's fee schedule indicating the hourly rates of personnel performing services for this project. Should the City desire to provide additional information along the alignment or at the various points of connection to complement our design as a means of securing better construction bids, Stantec can provide the following optional tasks: 1) geotechnical investigation for the project ($11,600) and 2) perform potholing at potentially critical utility crossings ($8,900). Alternatively, the City may consider contracting these services directly. EXHIBIT "B" PROJECT SCHEDULE City of Redlands Highline Replacement Project Phase 11 ID Task Description Duration Start Finish A r'08 I Ma '08 Jun'08 I Jul708 Au '08 Se '08 Oct'08 I Nov'08 611130 7 4 1118 5 1 812 9 6 13'2097 3 i1617� 431 7'14! 1�8 5 i12i1926 2 9116330 1 Award of Project 1 day Tue 5120/08 Tue 5/20/08 5/20 his schedule represents projected milestones and tantec provides no warranty as to the dates reference 2 Notice to Proceed 1 day Tue 5127/08 Tue 5/27/08 5/27 erein. Actual completion dates can vary substantially _ . rom projections due to agency review times,client 3 Kick-off Meeting 1 day Fri 5/30/08 Fri 5/30/08 5/30 eview or revisions to scope,or for other reasons utside the control of Stantec. 4 Utility Research 8 Data Collection 15 days Mon 6/2/08 Fri 6/20/08 5 Alignment Walk t 1 day Mon 6/9/08 Mon 6/9/08 I � 6 Topgraphic Survey ' 20 days Mon 6/9/08 Mon 7/7/08 7 Geotechnical Investigation(Optional) 30 days Mon 6/23/08 Mon 8/4/08 8 Design Criteria 5 days Mon 6/23/08 Fri 6/27/08 I g(Optional) Y 9 Patholin3 days Tue 7/15/08 Thu 7/17/08, 10 Preparation of Construction Plans 91 days' Wed 7/2/08 Fri 11/7/08 11 Prepare 50la Completion Level Plans 40 days Wed 7/2/08 Wed 8/27/08 o , l 12 Submit 50%Completion Level Plans to Redlands 1 day Thu 8/28/08 Thu 8/28/08 8/28 13 Redlands Review of 50%Package ( 10 days Thu 8/28/08 Thu 9/11/08 I 14 Prepare 95%Completion Level Plans 20 days Fri 9/12/08 Thu 10/9/08 j 15 Submit 95%Completion Level Plans to Redlands 1 day Fri 10/10/08 Fri 10/10/08 10/10 4 16 Redlands Review of 95%Level Package 10 days Fri 10/10/081 Thu 10/23/08 1 17 Prepare Final Construction Plans 10 days Fri 10/24/08 Thu 11/6/08 18 Submit Final Construction Plans to Redlands 1 day Fri 11/7/08 Fri 11/7/08 I . 11/7 pe_ _ days 19 Technical S cifications 35 da Fri 9/19/08 Thu 11/6/08 LJ - _y 22 Probable Opinion of Costs � 27 days Wed 10/1108 Thu 11/6/08 25 Project Schedule 5 days' Fri 10/3/08 Thu 10/9/08 i 26 Permit Procedures/Agency Coordination 51 days Thu 8/28/08 Fri 11/7/08 I g days Mon 6/30!08 u A Thu 10/23/08 ti n 27 Project Status&Review Meetings 82 n I 32 Project Management 113 days Mon 6/2/08 Fri 11/7/08 Project: Exhibit e_v2.mpp Page 1 Date: wed 517/08 EXHIBIT"C" PROJECT COSTS City of Redlands Municipal Utilities and Engineering Department Estimated Cost Breakdown of Total Fee Revised Engineering Design Services for Highline Replacement Project-Phase ii Stantec I&A c" � a �a i S $ S r; 1 iKick-offMcetin 3 3 6 $1,215 $1,215 2 1 Utility Research and Data Collection 2 10 12 $1,214 $1,214 3 AligntnentWalk 4 4 8 $99 $992 4 To22graEhic Survey 2 1 10 12 4 1 20 49 $7,525 $6,000 $13,525 5 =Design Criteria 2 4 6 $93 $934 6 i Prepare Construction Plans 17 Sheets 2 47 92 1 354 495 $57,873 $250 $58,123 7 Prepare Technical Specifications 4 16 20 $3, $3,044 8 Prepare Opinion of Probable Cost Estimate ] 3 3 1 7 $91 $917 9 ,Pr are Project Schedule 2 I 3 $44 $447 10 ;Deliverables $ 501/.Design Submittal t 1 2 $24 $124 $372 95%Design Submittal 1 2 1 4 $45 $148 $598 Plan Sets to Utilities 1 2 3 $28 $332 $617 Final Qesi n Submittal 1 1 2 2 6 1 $72 $223 $947 I I Permit Processing/Agency Coordination 2 4 1 6 $93 $934 Redlands Permit 1 2 4 7 $71 $717 12iProectMeetin s 4 12 9 21 $3,3 $3,399 l3 jAs-Built Drawings 2 4 16 22 $2,55 $2,550 Deliver of Electronic Files&M tars 1 2 1 4 $45 $ 230 $680 Subtotal 5 76 145 388 5 16 10 12 4 20 681 $83,41 $1 307 $f,041 $91,225 101�11 (JwOim�0 st.160 S13,148 $21.315 $39,188 S505 $1,472 $1,210 S1,452 $368 S4,100 %of total hours 0.7ie 11.2°% 21.3% 57.0% 0.7% 2.3% 1.5% L8% 0.61/. 2.9°% 100.001% %of total dollars 1.4°% 15.7% 25.4% 46.71/. 0.6°% 1.8% 1,4% 1.7°% 0.4% 4.9°% 100.00°% Percentage of City's Construction Budget= 7.13% EXHIBIT "D" RATESCHEDULE stmftC City of Redlands - Fee Schedule LEVEL HRLY RATE DESCRIPTION 1 - N/A 2 - N/A 3 $57 Clerical 4 $64 Engr.Aide I, Clerical II, 5 $70 Engr.Aide ll, Clerical III, 6 $78 Engr.Aide III, Assist. I, 7 $85 Technician I, Asst.Engineer I, Survey Assistant I, Assist. II, 8 $92 Technician II, Asst.Engineer 11, Survey Assistant II, Assist. III 9 $101 Technician III, Asst.Engineer III, Survey Assistant III, Processing Coordinator I 10 $110 Designer I, Engineer I, Mapping Specialist I, Field Coordinator/Tech I,Processing Coordinator 11, 11 $121 Designer II, Engineer 11, Mapping Specialist 11, Field Coordinator/Tech 11,Processing Coordinator 111, 12 $134 Designer III, Engineer III, Mapping Specialist III, Field Coordinator/Tech III,Processing Manager 1 13 $147 Project Engineer I, Project Surveyor I, Project Designer,Processing Manager 11 14 $160 Project Manager I, Project Engineer 11, Project Surveyor II 15 $173 Project Manager II, Project Engineer 111,Project Surveyor III 16 $185 Principal,Project Manager III 17 $197 Principal 11 18 $232 Vice President 1 19 $273 Vice President 11 Survey $150 1-Person Crew Crew $205 2-Person Crew $245 3-Person Crew Direct costs,such as filing fees,will be paid by the Client. Reimbursable costs,such as printing,all reproduction,blueprinting,travel and lodging(as applicable),and photocopying will be billed at cost(plus 15-percent),and all extra work will be billed in accordance with Stantec's Standard Fee Schedule. All extra work shall be performed on a time-and-materials basis per the Standard Fee Schedule. All subconsultant costs shall be charged at actual cost plus 10%. P:A2040"2008\1 10 Redlands Highline PipelineABudgeAfixhibit D_dce