HomeMy WebLinkAboutContracts & Agreements_129-2007_CCv0001.pdf AGREEMENT TO FURNISH ENGINEERING AND GEOLOGIC SERVICES
CONSULTING SERVICES FOR THE CALIFORNIA STREET LANDFILL
CELL CONSTRUCTION
This agreement for consulting services ("Agreement") is made and entered into this 7t
day of August, 2007 ("Effective Date"), by and between the City of Redlands, a municipal
corporation ("City") and Vector Engineering, Inc. ("Consultant") who 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 professional engineering and geologic
services associated with installation of a double composite liner at City's California
Street Landfill (the "Services") located at 2151 Nevada Street, Redlands, California.
1.2 The Services shall be performed by Consultant in a professional manner. and Consultant
represents that it has the skill and the professional expertise necessary to provide the
Services to City at a level of competency presently maintained by other practicing
professional consultants in the industry
providing g like and similar typesofservices.
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.
12 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 applicable provisions of the
California Labor Code.
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 provision for Consultant to enter upon City-owned property, as required
by Consultant, to perform the Services.
3.3 City designates Gary Van Dorst, as City's representative with respect to performance of
the Services, and such person shall have the authority to transmit instructions, receive
DJM\Agrec'Vector Auectrient
8/1/2007 9:06 AM
information. interpret and define City's policies and decisions with respect to
performance of the Services.
ARTICLE 4 - PERIOD OF SERVICE
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."
ARTICLE 5 - PAYMENT AND NOTICE
5.1 The total compensation for Consultant's performance of the Services shall not exceed the
amount of Five Hundred Sixty-Four Thousand One Hundred Forty-Five Dollars
($564,145.00). City shall pay Consultant on a time and materials basis up to the not to
exceed amount, in accordance with Exhibit "C" entitled "Project Fee," and based upon
the hourly rates shown in Exhibit"D."entitled Rate Schedule.
5.2 Payments by City to Consultant shall be made within thirty (30) days after receipt and
approval by City of Consultants's invoice, by warrant payable to Consultant. Invoices
shall be sent on a monthly basis.
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: Gary Van Dorst
Municipal Utilities Department
PO Box ')005
Redlands,CA 92373
Consultant: Scott Purdy, Vice President
Vector Encyineering, Inc.
Z1-
143 E. Spring Hill Drive
Grass Valley. CA 95945
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.
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
pursuant to this Agreement 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
WM\Agree"Necfor Agreement 2
81,11/2007 9:06 AM
insurance policies shall include a provision prohibiting cancellation of the policy except
upon thirty (30) days prior written notice to City.
6.2 A. Consultant shall secure and maintain Workers' Compensation and Employer's
Liability insurance throughout the duration of this Agreement in an amount which meets
the statutory requirement with an insurance carrier acceptable to City. The insurance
policy shall include a provision prohibiting cancellation of said policy except upon thirty
(30)days prior written notice to City.
B. Consultant expressly waives all rights to subrogation against City, its elected
officials, officers and employees for losses arising from work performed by Consultant
for City by expressly waiving Consultant's immunity for injuries to Consultant's
employees and agrees that the obligation to indemnify, defend and hold harmless
provided for in this Agreement extends to any claim brought by or on behalf of any
employee of Consultant. This waiver is mutually negotiated by the Parties. This waiver
shall not apply to any damage resulting from the sole negligence of City, its agents and
employees. To the extent any of the damages referenced herein were caused by or
resulted from the concurrent negligence of City, its agents or employees, the obligations
provided herein to indemnify, defend and hold harmless are valid and enforceable only to
the extent of the negligence of Consultant, its officers,agents and employees.
6.3 Hold Harmless and Indemnification. Consultant shall indemnify, hold harmless and
defend 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 any act, omission or failure to act by
Consultant, its officers, employees and agents in performing the Services.
6.4 Assianment. Consultant is expressly prohibited from assigning any of the Services
without the express written consent of City. In the event of mutual agreement between
Parties to assign a portion of the Services, Consultant shall add the assignee as an
additional insured and provide City with the insurance endorsements prior to the
performance of any services by the assignee. Assignment does not include printing or
other customary reimbursable expenses that may be provided in this Agreement.
6.5 Comprehensive General Liability Insurance. Consultant shall secure and maintain in
force throughout the duration of the Agreement comprehensive general liability insurance
with carriers acceptable to City. Minimurn coverage of one million dollars (i1,000,000)
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 the insurance policy shall include a provision prohibiting cancellation of said
policy except upon thirty (30) days prior written notice to City. Such insurance shall be
primary and non-contributing to any insurance or self-insurance maintained by City.
Certificates of insurance and endorsements shall be delivered to City prior to
commencement of work.
D.IWAgree'Nector Agreement 3
8,,1;1200 i 8:06 AM
6.6 Professional Liability Insurance. Consultant shall secure and maintain professional
liability insurance throughout the duration of this Agreement in the amount of one
million dollars ($1,000,000) per claim made. Certificate of liability insurance and
endorsement shall be delivered to City prior to commencement of the services.
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 on the project, 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 and a certificate of liability insurance and endorsement
shall be delivered to City prior to commencement of the services.
ARTICLE 7 - GENERAL CONSIDERATIONS
7.1 In the event any action is commenced to enforce or interpret any of the terms or
conditions of this Agreement the prevailing Party shall. in addition to any costs and other
relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for use
of in-house counsel by a Party.
7.2 Consultant shall not assign any of the Services to be performed under this Agreement,
except with the prior written approval of City and in strict compliance with the terms.,
provisions and conditions of this Agreement.
7.3 Consultant's key person to perform the Services is Scott Purdy. President, CEO.
Consultant agrees that this key person shall be made available and assigned to perform
the Services and that she shall not be replaced without concurrence from City.
7.4 All documents, records, drawings, designs, cost estimates. electronic data files, databases,
and other documents developed by Consultant pursuant to this Agreement. 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 will be at City's sole risk.
7.5 Consultant is for all purposes an independent contractor. 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.
7.6 Unless earlier terminated, as provided for below, this Agreement shall terminate upon
completion and acceptance of the Services by City.
DMAgree'Nector Agreement 4
811/20018:00 XNA
..........
7.7 This Agreement may be terminated by City, in its sole discretion and without cause, by
providing Five (5) business days prior written notice to Consultant (delivered by certified
mail, return receipt requested) of intent to terminate.
7.8 If this Agreement is terminated by City, an adjustment to Consultant's compensation shall
be made, but (1) no amount shall be allowed for anticipated profit or unperformed
services., and (2) any payment due Consultant at the time of termination may be adjusted
to the extent of any additional costs to City occasioned by any default by Consultant.
7.9 Upon receipt of a termination notice, Consultant shall immediately discontinue all
services affected, 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 required by this Agreement. Consultant shall be
compensated on a pro-rata basis for work completed up until notice of termination.
7.10 Consultant shall maintain books and accounts of all payroll costs and expenses related to
the Services. Such books shall be available at all reasonable times for examination by
City at the office of Consultant.
7.11 This Agreement, including the Exhibits incorporated herein by reference, represents the
entire agreement and understanding between the Parties as to the matters contained
herein, and any prior negotiations,written proposals or verbal agreements relating to such
matters are superseded by this Agreement. Any amendment to this Agreement shall be in
writing, approved by City and signed by City and Consultant.
7.12 This Agreement shall be governed by and construed in accordance with the laws of the
State of California.
IN WITNESS WHEREOF. duly authorized representatives of the City and Consultant
have signed in confirmation of this Agreement.
CITY OF REDLANDS VECTOR ENGINEERING, INC.
By: 6z"-xl ��V� By:
� —��o – 3
n Harrison,"Mayor Scott Purdy, Vice nt
Attest:
CitYC,lerk
RIM A,-,rce Hector Agreement 5
81/20011 9:06 AM
EXHIBIT A- SCOPE OF WORK
The following text describes the scope of services that will be provided by Vector Engineering,
Inc. (Vector) for the completion of this project. We have prepared the scope based on our
discussions with the City of Redlands (City) and Cal Edison, our review of the existing project
documentation, as well as our experience performing work at the California Street Landfill
(CSL). Vector has performed design engineering services at the CSL for more than 8 years, and
therefore, has the understanding and capabilities to perform this work in an efficient and timely
manner. As part of this work, Vector will meet with the City and Cal Edison personnel at the
beginning of the project to finalize the scope of services, review additional site information, as
well as discuss other technical issues.
In general, the tasks that will be completed for this project include:
1. Task 1 —Preliminary Design of the Phase 2 Landfill Cell.
2. Task 2 — Permitting Assistance to Incorporate the Filter Cake into the Waste
Stream for the CSL.
3. Task 3 — Final Design, Construction Document Preparation, and Bid
Assistance.
4. Task 4—Construction Quality Assurance/Construction Management Services.
Task 1: Preliminary Design—Phase 2
Task 1 will consist of preparation of a design report and drawings associated with the proposed
design of the double-lined Phase 2 expansion based on the incorporation of the filter cake into
waste stream at the CSL. The design report will consist of the following components:
I. Detailed description of the proposed facility and purpose of the revised design;
2. Liner system design;
3. Leak detection, collection, and removal system design;
4. Stability analyses of waste fill associated with the new liner design;
5. Landfill cell capacity and construction sequencing.
Along with the design report, the drawings associated with this phase of development will be
prepared. The drawings will not be construction ready, but will show all the approximate grades
and liner system components. The drawings to be prepared will include, but not be limited to the
following:
DJ M tAgreel,Vector Agreement 6
8/1/20-07 8:06 AM
6. Title sheet;
1. Existing site plan;
2. Bottom grading plan;
3. Waste fill plan;
4. Landfill cross sections;
5. Liner system, leak detection, and LCRS layout; and
6. Details.
Deliverables: Preliminary Phase 2 Drawings and Design Report.
Task 2—Permitting Assistance
Task 2 below includes the work to assist the City with permitting of the filter cake as a new
waste stream for the CSL. This task has been further subdivided into four separate permitting
tasks to provide more detail of our work scope.
Task 2A: Permitting: Revised Master Plan
Although the Phase 1. area will be designed in relative detail under Task I. the overall
development of the site as it pertains to the filter cake and revised liner is a key issue that must
be addressed for permitting, Vector will prepare development drawings showing the proposed
construction and filling of subsequent phases of the landfill. The capacity and sequencing of each
of the phases will be determined based on the current refuse and presumed filter cake quantities
that have been adjusted for future growth. From the site development work, the overall life of the
site can be estimated along with general construction sequencing and development. This
information would then be included in the permit documents.
As part of the master plan, we will modify the bottom grading of the landfill such that
leachate can be directed away from the single-lined Phase I area and toward the proposed sump
in the Phase 2 cell at the southwest corner of the landfill. Quantities and costs for the revised
landfill configuration and double-lined system would also be generated for future planning and
development of the site.
Deliverables: Site Development Drawings, Site Capacity,and Site Life Calculations.
Task 2B-Permitting:Amendment to the Joint Technical Document
Task 2B will involve the development of documents associated with the preparation of an
amendment to the Joint Technical Document (JTD) for the site. This task primarily consists of
Attachment A—Scope of Work FebruarN, 18,2007
0o,of Redlands Pace 3 of 14
revising the text of the existing permit documents to reflect the proposed disposal of the filter
cake. These revisions will reference the preliminary design report and the revised master plan
documents, which will likely be included as appendices to the JTD amendment. All the revised
figures and drawings will also be presented in the amended JTD.
With the incorporation of the filter cake as a waste stream, minor modifications to the site
operations plan will be required. The double-liner will include a leak detection and removal
system; therefore, after closure, the City will be required to monitor the leak detection system
throughout the post-closure period. The closure and post-closure plans and cost estimate will be
modified to include the additional monitoring requirements.
Deliverables: JTD Amendment and Revisions to the Operations and Closure/Post-Closure
Plans
Task 2C. Permitting:Regulatory MeetingvlCorrespondence
Task 2C involves attendance of meetings with, and addressing comments from. the RWQCB
(and other regulatory agencies) during the permitting process. An initial meeting will be held
regulatory t- z:I
with the RWQCB to discuss the proposed concepts for the design associated with incorporation
of the filter cake into the accepted waste stream at the CSL. A second meeting will be held with
the RWQCB to go over the final JTD submittal. This task also includes correspondence with the
regulators and preparation of responses to comments to the JTD amendment.
Deliverables: Responses to Comments as Necessary
Task 2D: Permitting: CEQA Support
Task 2D involves providing support to the City during the CEQA process. This work will
include assisting the City's CEQA consultant with various calculations, text and inserts for the
CEQA documents. Under this task, we would also address comments from the public, regulatory,
agencies, and other consultants regarding design issues following submittal of the CEQA
documents. Vector would also be available for public hearings should it be necessary.
WWAgi-eeNector Aareement
811/2007 8:06 AM
Attachment A—Scope of Work Februam, I8,200?
City of'Redlands pap-e 4 of 14
Deliverables: CEQA Support Documents and Responses to Comments as Necessary
Task 3: Phase 2 Final Design, Construction Document Preparation, and Bid Assistance
Task 3 will consist of preparing a final design report, construction specifications, bid package,
construction quality assurance plan, and drawings associated with the Phase 2 Expansion at the
CSL. This task has been further subdivided into three separate tasks to provide more detail of our
work scope.
Task 3A —Construction Document Preparation: Construction Drawings
Task 3A will consist of updating the design to incorporate the comments or
recommended changes to the preliminary design from the regulators. the City, and Cal Edison.
Our work will primarily include preparing revisions to the drawings to make them "construction
ready". This portion of our work also includes updating all of our calculations and preparing a
final design report. In general, the detailed design drawing set should consist of at least ten
sheets that include the following:
I. Title sheet;
2. Existing site plan;
3. Bottom grading plan with construction coordinates,
4. Bottom grading plan for the clay liner;
5. Leak detection. collection, and removal system layout:
6. Liner system layout;
7. Leachate collection and removal system layout;
8. Surface drainage layout; and
9. Details (minimum 2 sheets).
Deliverables: Construction Drawings and Final Design Report
Task 3B—Construction Document Preparation:Project Manual
For the preparation of the project manual (specifications, bid package, engineer's
estimate. and CQA plan), Vector will look to the City for assistance in preparation of the bidding
requirements, contract forms, and general requirements. We will initially prepare a draft of this
document based on the previous Phase I bid package. The document will then be provided to the
City to modify with any new contractual language and site specific conditions. As part of the
work, Vector will prepare a bid sheet, quantities, and an engineer's estimate of construction
costs. In addition, we will prepare detailed specifications for the double-liner system and a
construction quality assurance plan (CQA plan) that provides for third-party inspection of the
construction activities.
Deliverables: Bid package, Specifications,Engineer's Estimate,and CQA Plan.
DJlei.Agree'.Vector,Agreement 4
8/1!2007 8:06 AM
Attachment A—Scope of Work Februaty, IS,2007
City ofRedlands Page 5 of 14
Task 3C—Bidding and Engineering Support
Once the final design is approved by the agencies, Vector will assist the City in
advertising the Phase 2 construction project to contractors. Vector will attend the pre-bid
conference at the site, address questions, prepare addendums (if necessary), review contractor
bids, and check references. We will also prepare revisions to the design drawings and
specifications as necessary to provided engineering support to the City and contractor throughout
construction.
Task 4: Construction Quality AssurancelConstruction Management
Task 4 will consist of providing construction quality assurance (CQA) and construction
management (CM) services during the Phase 2 construction of the CSL. Vector will attend a
preconstruction meeting with the selected contractor, observe the construction for compliance
with the plans and specifications, perform field and laboratory testing and analyses of the liner,
and prepare a final CQA documentation report demonstrating compliance with the approved
plan. The CQA documentation report will be submitted to the regulatory agencies for approval.
As part of this task. Vector's CM services will likely include but not necessarily be limited to the
following tasks:
I Assist with pre-bid activities:
Coordination of construction activities:
3. Maintain project files;
4. Support at the pre-construction and weekly meetings,
5. Review of construction schedule,
6. Identification and resolution of conflicts with the Contractor'.
7. Maintain an awareness and document health and safety requirements.
8. Coordination of submittal reviews;
9. Review of Contractor billings and pay quantities: and
10. Review of Contractor's as-built mark-ups.
Vector will provide one, full-time Lead CQA Monitor/CM and a second, part-time CQA Monitor
both experienced with earthworks and liner construction for landfills. In accordance to
California State Law, Vector's CQA/CM staff will be paid at the prevailing wage rate. We have
assumed that our Monitors will work a total of ten hours per day. Based on the Phase I
construction time of 20 weeks, we have assumed that the construction period necessary to
complete the Phase 2 cell with the additional composite liner will be 24 weeks. Should the
construction period differ from the proposed working days, Vector will adjust our hours as
necessary with approval from the City.
Deliverables: CQAIC-,V Documentation,Daily, Reports, and Test Data
WWAgree'Nector Agreement 5
8/1120 7 8:06 AM
Attachment A—Scope of work February 18,2007
City of Redlands Page 7 of 14
EXHIBIT B-PROJECT SCHEDULE
Task I —PRELIMINARY DESIGN
The project kickoff meeting is estimated to occur in the beginning of September. Based on this
date for the start of the project, a final preliminary design will be completed by the end of
November (3 months). This time period includes review by the City. The final deliverable for
this task includes the Phase 2 drawings and design report.
Task 2—PERMITTING
Permitting assistance during the design of the Phase 2 expansion will include revising the master
plan, amending the Joint Technical Document, meetings and correspondence, and CEQA
support. Amending the JTD and revising the master plan will be completed and ready for
submittal the regulatory agencies by December. CFQA support and regulatory assistance will be
ongoing. The total review time by the RWQCB can be extensive. Vector will work with the City
to expedite the review time. For planning purposes this review time is estimated to be 3 months.
Task 3—PREPARATION OF CONSTRUCTION DOCUMENTS
While the project is being permitted. Vector will also be working on the construction documents
for this project. The documents will include contract requirements, technical specifications, a
CQA plan, drawings, and an engineer's estimate. It is Vector's intent to get concurrence of the
design elements from the RWQCB prior to final approval to allow for bidding of the project in
March with final approval of a contractor in June of next year.
Task 4—CONSTRUCTION QUALITv ASSURANCE SERVICES
At this time, the construction period for the CQA services is assumed to be 20 weeks. Assuming
the work begins in June 2008, the project will be complete in late October of 2008. Vector will
provide services at all times when the Contractor is on-site. Should the construction time differ
from 20 weeks, Vector will adjust their time accordingly with approval by the City.
11,1 tAgreeNector Agreement 7
8/1/2007 8:06 AM
ATTACHMENT C-COST ESTIMATE
SUMMARY OF PROJECT COSTS
CALIFORNIA STREET LANDFILL
PHASE 2 EXPANSION PROJECT
TASK 1 -PRELIMINARY DESIGN-PHASE 2 $39,110.00
TASK 2A-PERMITTING:REVISED MASTER PLAN $38,990.00
TASK 2B-PERMITTING:AMENDMENT TO THE JOINT TECHNICAL DOCUMENT $19,590.00
TASK 2C-PERMITTING:REGULATORY MEETINGS/CORRESPONDENCE $16,420.00
TASK 2D-PERMITTING:CEQA SUPPORT $10,980.00
TASK 3A-DOCUMENT PREPARATION:CONSTRUCTION DRAWINGS $47,620.00
TASK 3B-DOCUMENT PREPARATION:SPECS,CQA PLAN,ENGINEER'S ESTIMATE $25,920.00
TASK 3C-BIDDING AND ENGINEERING SUPPORT $17,495.00
TASK 4-CONSTRUCTION QUALITY ASSURANCE/CONSTRUCTION MANAGEMENT $348,020.00
TOA-t#]40f SECT t $$64,E45.Oti>
TASK 1-PRELIMINARY DESIGN-PHASE 2
Personnel Hours Rate per Hour Subtotal Cost
Principal Professional If(Purdy) 48 $130.00 $6,240.00
Principal Professional I(Thiel) 8 $120.00 $960.00
Senior Professional II(Christie) 56 $110.00 $6,160.00
Senior Professional 11(Ramey) 64 $110.00 $7,040.00
Project Professional fit(Russell) 48 $100.00 $4,800,00
Staff Professional if 150 $80.00 $12,000.00
Clerk 16 $45.00 $720.00
Total Personnel Costs $37,920.00
ESTIMATE OF EQUIPMENT AND DIRECT EXPENSES
Description Rate per Unit Units Subtotal Cost
Publication/Reproduction $50 2 $100.00
Shipping/Postage(Documents) $35 4 $140.00
Travel $450.00 2 $900.00
Phone/FAX $50.00 1 $50.00
Total for Equipment and Direct Expenses $1,190.00
39,rtit?.Oti
TASK 2A-PERMITTING:REVISED MASTER PLAN
Personnel Hours Rate per Hour Subtotal Cost
Principal Professional 11(Purdy) 40 $130.00 $5,200.00
Principal Professional I(Thiel) 8 $120.00 $960.00
Senior Professional 11(Christie) 56 $110.00 $6,160.00
Senior Professional II(Ramey) 64 $110.00 $7,040.00
Project Professional III(Russell) 48 $100.00 $4,800.00
Staff Professional 11 176 $80.00 $14,080.00
Clerk 8 $45.00 $360.00
Total Personnel Costs $38,600.00
ESTIMATE OF EQUIPMENT AND DIRECT EXPENSES
Description Rate per Unit Units Subtotal Cost
Publication/Reproduction $100 2 $200.00
Shipping/Postage(Documents) $35 4 $140.00
one/ AX $50.00 1 $50.00
Total for Equipment and Direct Ex nses $390.00
��8,99ti.0E1>
TASK 2B-PERMITTING:AMENDMENT TO THE JOINT TECHNICAL DOCUMENT
Personnel Rate per Hour Units Subtotal Cost
Principal Professional 11(Purdy) 40 $130.00 $5,200.00
Senior Professional II(Christie) 16 $110.00 $1,760.00
Senior Professional II(Ramey) 56 $110A0 $6,160.00
Project Professional 11(Russell) 24 $90.00 $2,160.00
Staff Professional 11 40 $80.00 $3,200.00
Clerk 16 $45.00 $720.00
Total Personnel Costs $19,200.00
ESTIMATE OF EQUIPMENT AND DIRECT EXPENSES
Description Rate per Unit Units Subtotal Cost
Publication/Reproduction $100 2 $200.00
Shipping 1 Postage(Documents) $35 4 $140.00
Phone/FAX $50.00 1 $50,00
Total for Equi went and Direct Expenses $390.00
Tt3f01 tGfst&='f�51('2$ $'E9:590.OQ
TASK 2C-PERMITTING:REGULATORY MEETINGS/CORRESPONDENCE
Personnel Hours Rate per Hour Subtotal Cost
Principal Professional II(Purdy) 56 $130.00 $7,280.00
Senior Professional 11(Ramey) 64 $110.00 $7,040.00
Staff Professional It 24 $80.00 $1,920.00
Clerk 4 $45.00 $180.00
Total Personnel Costs $16,420.00
ESTIMATE OF EQUIPMENT AND DIRECT EXPENSES
Description Rate per Unit Units Subtotal Cost
Publication/Reproduction $50 2 $100.00
Shipping/Postage(Documents) $35 2 $70.00
Travel $450.00 4 $1,800.00
Total for Equipment and Direct Expenses $1,970.00
LLOTAL COSTS�Usk 2C
$18,39Q,S0>
TASK 2D-PERMITTING:CEQA SUPPORT
Personnel Hours Rate per Hour Subtotal Cost
Principal Professional If(Purdy) 24 $130.00 $3,120.00
Senior Professional 11(Ramey) 48 $110.00 $5,280.00
Staff Professional Il 24 $80.00 $1,920.00
Cleric 8 $45.00 $360.00
Total Personnel Costs $10,680.00
ESTIMATE OF EQUIPMENT AND DIRECT EXPENSES
Description Rate per Unit Units Subtotal Cost
Publication/Reproduction $50 2 $100.00
Shipping/Postage(Documents) $100 2 $200.00
Total for Equipment and Direct Expenses $300.00
iWE
d 1 MOO
TASK 3A-DOCUMENT PREPARATION:CONSTRUCTION DRAWINGS
Personnel Hours Rate per Hour Subtotal Cost
Principal Professional If(Purdy) 40 $130.00 $5,200.00
Principal Professional 1(Thiel) 8 $120.00 $960.00
Senior Professional Ii(Ramey) 56 $110.00 $6,160.00
Senior Professional 11(Christie) 24 $110.00 $2,640.00
Project Professional 11(Russell) 40 $90.00 $3,600.00
Staff Professional II 150 $80.00 $12,000.00
Staff Professional 1 200 $70.00 $14,000.00
Cleric 36 $45.00 $1,620.00
Total Personnel Costs $46,180.00
ESTIMATE OF EQUIPMENT AND DIRECT EXPENSES
Description Rate per Unit Units Subtotal Cost
Publication/Reproduction $250 5 $1,250.00
Shipping/Postage(Documents) $35 4 $140.00
Phone/FAX $50.00 1 $50.00
Total for Equipment and Direct Expenses $1,440.00
< $47;f�2tlf{�ta
TASK 3B-DOCUMENT PREPARATION:SPECS,CQA PLAN,ENGINEER'S ESTIMATE
Personnel Hours Rate per Hour Subtotal Cost
Principal Professional It(Purdy) 32 $130.00 $4,160.00
Principal Professional I(Thiel) 8 $120.00 $960.00
Senior Professional It(Ramey) 64 $110.00 $7,040.00
Senior Professional II(Fritzler) 40 $110.00 $4,400.00
Project Professional II(Russell) 40 $90.00 $3,600.00
Staff Professional II 56 $70.00 $3,920.00
Clerk 16 $45.00 $720.00
Total Personnel Costs $24,800.00
ESTIMATE OF EQUIPMENT AND DIRECT EXPENSES
Description Rate per Unit Units Subtotal Cost
Publication/Reproduction $250 4 $1,000.00
Shipping/Postage(Documents) $35 2 $70.00
Phone/FAX $50.00 1 $50.00
Total for E ui ment and Direct Ex enses $1,120.00
TASK 3C-BIDDING AND ENGINEERING SUPPORT
Personnel Hours Rate per Hour Subtotal Cost
Principal Professional 11(Purdy) 48 $130A0 $6,240.00
Senior Professional II(Ramey) 56 $110.00 $6,160.00
Staff Professional 11 40 $70.00 $2,800.00
Clerk 8 $45.00 $360.00
Total Personnel Costs $15,560.00
ESTIMATE OF EQUIPMENT AND DIRECT EXPENSES
Description Rate per Unit Units Subtotal Cost
Publication/Reproduction $50 2 $100.00
Shipping/Postage(Documents) $35 1 $35.00
Travel $450 4 $1,800.00
Total for Equipment and Direct Expenses $1,935.00
C
TASK 4-CONSTRUCTION QUALITY ASSURANCE/CONSTRUCTION MANAGEMENT
Personnel Hours Rate per Hour Subtotal Cost
Principal Professional 11(Purdy) 180 $130.00 $23,400.00
Senior Professional 11(Fritzler) 120 $110.00 $13,200.00
Senior Professional 11(Ramey) 64 $110.00 $7,040.00
Lead CM/CQA Monitor -regular time(24 weeks) 960 $75.00 $72,000.00
Lead CM/CQA Monitor-overtime' 340 $105.00 $35,700,00
CQA Monitor -regular time(16 weeks) 720 $75.00 $54,000.00
CQA Monitor-overtime' 280 $105.00 $29,400.00
Staff Professional 11 32 $80.00 $2,560.00
Clerk 40 $45.00 $1,800.00
Total Personnel Costs $239,100.00
'Overtime is defined as every hour over 8 hours per day(40 hours per week)up to 12 hours per day
Construction assumed for 20 weeks:
(50 hour work weeks during excavation-14 weeks,60 hour work weeks during liner installation-10 weeks)
ESTIMATE OF EQUIPMENT AND DIRECT EXPENSES
Description Rate per Unit Units Subtotal Cost
Personnel Mob/demob-lump sum $800.00 2 $1.600.00
Equipment/Laboratory Mob/demob-lump sum $1,500.00 1 $1,500,00
Site Visits -CQA Manager $450.00 16 $7,200.00
Laboratory Trailer with Soils Equipment-weekly $200.00 24 $4,800.00
On-site vehicle-(Lead CQA Monitor)-weekly $250.00 24 $6,000.00
Per Diem-(Lead CQA Monitor)- weekly $600.00 24 $14,400.00
On-site vehicle-(CQA Monitor)-weekly $250.00 18 $4,500.00
Per Diem-(CQA Monitor)- weekly $600.00 18 $14,800.00
Nuclear Density Gauge-weekly $175.00 24 $4,200.00
Punch PresstTensiometer-weekly $175.00 10 $1,750.00
Remolded Hydraulic Conductivity Testing $310.00 24 $7,440.00
Hydraulic Conductivity Testing(drive tubes) $260.00 42 $10,920.00
Field Hydraulic Conductivity Testing $120.00 36 $4,320.00
Conformance Testing(geomembrane) $125.00 18 $2,250.00
Conformance Testing(geocomposite) $140.00 9 $1,260.00
Conformance Testing(geotextile) $220.00 5 $1100.00
Conformance Testing(GCL) $320.00 9 $2,880.00
Conformance Testing(LCRS gravel) $240.00 5 $1,200.00
Conformance Testing(sampling at manufacturing plant) $200.00 3 $600.00
Phone/fax/copy-weekly $50.00 24 $1,200.00
Misc.Field Supplies-weekly $100.00 24 $2,400.00
Computer-weekly $50.00 24 $1,200.00
Shipping-each $135.00 40 $5,400.00
Final Report-Lump Sum $10,000,00 1 $10,000.00
Total for E ui ment and Direct Expenses $108,920.00
,::. 3483211
Attachment A—scope of work February 18,2007
City of Redlands Page 9 of 14
EXHIBIT D—FEE SCHEDULE
The unit rates for personnel will be provided under the following categories and individuals.
Principal Professional II(Purdy/Suryasasmita) - $130/hour
Principal Professional I (Thiel) -$120/hour
Senior Professional Ii (Ramey/Woodward/Christie/Fritzler) - $110/hour
Project Professional III(RusselVAnderson)-$100/hour
Staff Professional It- $80/hour
CQA Monitor-$75/hour. $105/hour for overtime
Clerk- $45/hour
WWAgree'vector Agreement 9
8/I/2007 8:06 AM