HomeMy WebLinkAboutContracts & Agreements_43-2009_CCv0001.pdf .` .
f\GDEEMENTFO8 |N[RASTDUCTO8E
DESIGN SERVICES FOR SAFE ROUTES T0SCHOOLS GRANT
This agreement for infrastructure design services for the City of Redlands' "Safe Routes To
Schools", grunt, [yoic 5 (^^Agocenocut`), is rnudc and entered into this 7th day� of/\priL 2009
("'Effective Date"), by and betvvcenthe City ofBLcd|undo` unouuioipu| corporation ("City")
nYi||dun Engineering ("Consultant"). City and Consultant are sometimes individually
referred
herein uma°Party^`and, together, usthe ^"portiea." '
In consideration of the mutual promises contained herein, City and Consultant agree om fb||ovva:
ARTICLE I - ENGAGEMENT OF CONSULTANT
l.] City hereby cogugmo Consultant to provide infrastructure design services for City's -Safe
Routes ToSchools"grant (the "8crvicco").
12 The Services shall be performed by Consultant in upnoO:xuionul nnooncr, and [onxu|iuui
represents that it has the skill and the professional cspcdisc occcuyo[y to provide the
Services to City at u level of competency presently maintained by other practicing
professional consultants in the industry providing like and similar types ofServices.
ARTICLE 2 - SERVICES OF CONSULTANT
2.1 The Services which Consultant shall perform are more particularly described in Exhibit"A,"
cnddcd "Scope ofScrviccy,`" which is attached hereto and incorporated herein by this
,cfeocooc.
2.Z Consultant shall comply with all applicable Federal. State and local laws and regulations in
the per[hrrnuncc of this Agreement including, but not limited to. the &oncricuus with
Disabilities Act, the Fair Employment and Housing Act and prevailing wage laws.
ARTICLE 3 - RESPONSIBILITIES OF CITY
3.1 City mbo|| make available toConsultant public information in its possession that may assist
Consultant in performing the Services.
3.2 City designates Alan Griffiths auCity's representative with respect to performance ofthe
Services, and such person shall have the authority to transmit instructions., receive
information, interpcctunddeGneCity`opu|icicuanddccisionsvvithrcspecttoperfhnnmnocuf
the Services.
/'ua'd/m,a_,re,muvtsnuuRoutes mSchools cvue5uvo
. °
ARTICLE 4 - PERFORMANCE OF SERVICES
4.1 Consultant shall perform the Services in uprompt and diligent manner and in accordance
with the schedule set forth in Exhibit "B," entitled "Project Schedule."
4.2 / t any time during the term cfthis Agreement, City may request that Consultant perform
Extra Services. As used bcrcio` ^^Ezbu Services" n)eans any work which is determined
�
necessary hyCity for the proper completion ofthe project ocvvorkbbrvvbichtbc3cn/icronre
being porfhnncd^ but which the Parties did not reasonably anticipate would bcnecessary e1
the time ofexecution ofthis Agreement. Provided the Extra Services donot exceed twenty
percent(20Y6) ofthe compensation tnbcpaid bJCity tuConsultant for the Services, such
Gn1cu Services may be agreed tobythe Parties bywritten amendment tothis Agreement
executed byCity's City Manager. Consultant shall not perform, nor bocompensated for.
Extra Services without such written authorization from City.
ARTICLE 5- PAYMENTS TO CONSULTANT
5.1 The total compensation for Consultant's performance n[the Services shall not exceed the
amount o[Fifty-Eight Thousand Eighty Dollars($58,O0U). City shall pay Consultant onu
time and materials basis upiothe not toexceed amount, inaccordance with Exhibit ^^["`
entitled "ProjectCosts," und based upon the hourly rates shown in Exhibit "[),`` entitled
^^Ba1eBohcdulc.`` Both Exhibits^"["aod^^D``orcattached hereto and incorporated herein by
this reference.
5.2 Consultant shall submit monthly invoices tuCity describing the work performed during the
preceding month. Consultant's invoices shall include obrief description ofthe Services
performed.the dates the Sccviceuvvcrcperformed.the number o[hours spent and bywhom.
and adescription ofreimbursable expenses, ifany. City shall pay Consultant nolater than
thirty<3O)days after receipt and approval byCity,o[Coosuhxui`ninvoice, provided(|)the
Services reflected in the invoice were performed to the reasonable satisfaction ofCity in
accordance with the terms of this Agreement, (2) that the number of hours of Services set
forth in the invoice reflects the amount nftinmeordinarily 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 ofthis Agreement.
' 5.3 All notices shall he given iowriting bypersonal delivery urhymail. Notices sent hymail
should beaddressed as fb||ovvm:
/�u�t,djm"A�-,mum*nmm*l'ex^umomocwo|uCycle suou 2
^ ~
Citv Consultant
Alan Griffiths Ron L. Exn|in
Municipal Utilities and Engineering Dept. Senior Vice President
City nfRedlands Engineering
35 Cajon Street, 8udc l5}\ 650 East Hospitality Lane, Suite 400
POBox 3O05 (onai|ioo) San Bernardino L/\ 92400-3317
0cd|anda, CA92]79
When so addressed, such notices obo|| be deemed given upon deposit in the United States
Mail. Changes may be made in the narnes and addresses of the person to who notices and
payments are to he given bygiving notice pursuant tothis section 5.3.
ARTICLE 6- INSURANCE AND INDEMNIFICATION
0.1 |osurunoc� generally. All insurance required by this /\gncenocnt aba|| be maintained b�
Consultant for the duration o[its performance nfthe Services. Consultant shall not perfbon
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 Cocommencement ofthe Services. All insurance policies shall include
aprovision prohibiting cancellation nrmodification ofthe coverage limits o[the policy
except upon thirty (30) days prior written notice tu City uo|exy cancellation isdue to
nonpayment ofpremium, in which case. City shall bcprovided with ten (10) days prior
written notice.
6.2 Workers* Compensation and Employer's Liability. Consultant shall secure and maintain
Worker*s Compensation and Emplover*s Liability insurance throughout the duration of its
performance o[the Services ioaccordance with the laws o[the State o[California, with an
insurance carrier acceptable toCity.
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 toponpertyoocumion�dby(�nusubaot`yand its of�cco`,cnup|oyecs` and agents' sole
negligent acts oromissions in performing the Services.
6.4 Comprehensive General Liability lnaurnoou. Consultant shall secure and maintain in force
throughout the term of this Agreement comprehensive general liability insurance with
�
carriers acceptable to City. Minimum coverage ofOne Million Dollars ($1,000,000) per
occurrence and Two Million Dollars ($2,000,OOO) aggregate for public liability, property
damage and personal injury iomcguin:d. City shall hcnamed mmuuadditional insured. Such
insurance shall be primary and non-contributing to any insurance or self-insurance
maintained byCity.
6.5 Professional Liability Insurance. Consultant shall secure and maintain professional liability
insurance throu(,hout the term of this Agreement in the amount of One Million Dollars
/�ua Routes mSchools crc|*suw« 3
($1,000,000) per claim made and Two Million Dollars($2,000,000)annual aggregate.
6.6 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,
Erred and non-owned vehicles,and employee non-ownership vehicles.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.
ARTICLE 7- CONFLICTS OF INTEREST
7.1 Consultant covenants and represents that it does not have any investment or interest in any
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) i 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.
lACa',qjM',Agrecments,1safe Routes to Schools Cx Cie 5,doc 4
^ '
7.3 |nthe event City officially determines that Consultant must disclose its financial interests by
completing and filing u Fair Political Practices Commission Form 700, 8tu\cmcrd of
Economic Interests,Consultant shall file the uuhiectForm 700 with the ChvClerk's office
pursuant to the written instructions provided by the Office of the City Clerk.
ARTICLE 8- GENERAL CONSIDERATIONS
8.1 Attorneys' Fees. lothe event any action iycommenced toenforce ur interpret any ofthe
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 ofin-house counsel hyaParty.
8.2 Prohibition Against Assignment. Consultant shall not osoionany ofthe Services, except
with the prior written oppnVvo| of City and in strict compliance with the terms, and
conditions o[this Agreement.
8.3 Dnuunncnty and Records. All ducuroco1*, records, drawings, designs, cost csiionu1cn,
electronic data files,databases and other documents developed by Consultant in connection
with its performance o[the Services, and any copyright io1crcxt in such documents, shall
become the property of City and shall be delivered to City upon completion of the Services,
orupon the request n[City. Any reuse nfsuch documents. and any use n[ incomplete
documents, mhu|| 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 ugcotn shall have Conion| over the conduct of Consultant or any of
Consultant's employees, except osherein set forth. Consultant shall supply all tools and
instrumentalities required toperform the Services. All personnel employed byConsultant
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 usan agent, nor shall Consultant have any authority, express or
implied, to bind City tnany obligation.
8.5 Termination.
A. Unless earlier terminated as provided for below,this Agreement shall terminate upon
completion and acceptance ofthe Services byCity.
B. This Agreementmay bcterminated bvCity, ioits sole discretion,6yproviding thirty
(30) duwx` prior nvhtcn notice to Consultant (delivered by certified mail, return receipt
of City's intent Vaterminate.
C. If this Agreement isterminated by City,an adJustmodto Consultant's compensation
shall be made, but (1) no mnouui aba | he aUmvvcd for anticipated profit or unperformed
` .
Services, and(2)any payment due Consultant at the Urneoftermination nav be ad Listed to
the extent of an"additional costs to City occasioned b� any default byConsultant.
D. Upon receipt ofutermination notice, Consultant shall immediately discontinue its
provision of the Services and, within five (5) days of the date of the termination oo1ice,
deliver o,otherwise make available to City, copies(in both hard copy and electronic fhrnu,
vvbcrc applicable) of any data, design calculations, drawings, specifications., reports,
oadnnu1cs, mumnmuudca and such other iofbnoodiVo and nuutecimb as may have been
accumulated hyConsultant iuperforming the Services. Consultant shall hrcompensated on
upro-rata basis for Services completed uptnthe date oftermination.
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 tothis /\g,ccnmeoL Such books oho|| be available at all
reasonable times for examination byCity a1the office ofConsultant.
8.7 End»c&gvcenncut/AoncodnncuL This Agreement.including the Exhibits incorporated herein
byreference,represents the entire agreement and understanding between the Pat-ties asiothe
matters contained herein,and any prior negotiations,written proposals or verbal agreements
relating iosuch matters are superseded k»this Agreement. Except usotherwise provided for
herein, any amendment to this Agreement shall be in writing. approved by City and signed
hvCity and Consultant.
8.8 Governing Law. This/\�rccnucnishall hcgoverned byand coosbucdioaccordance vvi1bthe
laws ofthe State o[California.
8.9 Scvcrubilizv. If one or more of the sentences, clauses, paragraphs or sections contained in
this /\gcceomcut is declared invalid, void or unenforceable by u court of competent
jurisdiction,the yunuc shall be deemed ycvcrob|c from the remainder o[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 /\g»cenmcuL
/�cmdlmmgrcementsmufeRoutes mSchools,cvumsom 6
IN WITNESS WHEREOF.duly authorized representatives of the City and Consultant have signed
in confirmation of this Agreement.
CITY OF REDLANDS WI:LLDAN ENGINEERING
By: n B
/`Jon Harrison. Mayor
Attest:
I`:ca',djm'��grecnic iits,S,tfe Rouic s to Schoois Ckcle 5.doc 7
EXHIBIT A
SCOPE OF SERVICES
Background
The City has obtained a$495,000 Safe Routes To Schools Grant from the State of California and needs to
have various infrastructure items designed and engineered for construction at various school sites within the
City or Redlands city limits. All work, design and construction, needs to be completed within the
aforementioned grant amount which includes the City's 10%matching amount.
Scope of Work
This letter contains our proposal to perform infrastructure design for the City's Safe Routes To Schools Grant,
Cycle 5. In addition to technical design and plan preparation far infrastructure work,this effort will include
meetings with the City and School District staffs to clearly articulate the results of the technical design. The
scope of work consists of the following eight tasks.
Task 1, Project Management
The objective of this task is to attend three meetings. 1)A project*kick-off meeting will be scheduled with
City staff to review, in full detail, the requirements for the project. Willdan will conduct this meeting and
provide a detailed explanation of the project scope and schedule indicating milestones.major activities and
delivery dates to the City for review. Each aspect of the project will be discussed, including the design
criteria, utility coordination, plan preparation., special provisions, estimates, and anticipated construction
issues. 2) The *100% PDT' meeting will be held before City signatures are obtained. 3) The `Pre-
construction' meeting will be attended at the time of construction.
Additional meetings requested by the City shall be billed on a time-and-materials basis. per Willdan
Engineering's rate schedule.
Task 2, Design Survey
Willdan will perform surveys necessary to design the sidewalk improvements for the sites at Kimberly
Elementary School, Lugonia Elementary School and Montessori School. We will establish horizontal and
vertical ground control necessary to produce a l-=201 scale digital topographic map, established on the
California Coordinate Svstem.
The design survey will be limited to fifty (50) feet beyond the existing curb returns at all intersections and
include all items within the public right-of-way. Additionally,we will take shots within the property so that
the existing grades can be established to address drainage concerns and construct retaining walls.
We will take cross sections at fifty(50)foot intervals,or closer if necessary,at the three school sites. We will
set nail and tins and establish benchmarks. Finally, Willdan will create right-of-way lines from available
records., supplemented with assessor's information.
Task 3, Research and Development
Willdan will obtain available as-built drawings,survey data and utility contact information from the City of
Redlands. The research may include assessor parcel maps, tract rnaps, recently completed or planned
'ca"djiii�IALreciiieiit.stSal',,,Routes to Schools(',,cle S doc
A-1
.
improvement drawings.aa1nikdrawings.municipal improvements Such aswater and sewer nu1Ui&\atlases.
and/or GIS information. VViUdun will verify known underground utilities nuavoid conflicts with proposed
street improvements.
l[mmk 4, Utility Nwtt0umkiomu
Willdan will contact all utility companies within the project limits and request Current utility atlases and as-
built information.
Wi[klan will mu [ notices to ud|dv companies in accordance with City's procedures. Documentation of
contacts and responses will hecopied 0mthe City. WUWanwill prepare utility notices and deliver them to the
City for mailing under City letterhead. lfaodesired bythe City, VViUduncan transmit these notices under
Wi|Nun'x letterhead; however,the City xbu|i be responsible for any fees assessed to Wi\\dun by the utility
companies. In either case, all responses, questions, and correspondence frorn the utility companies will be
addressed to VViUdan`o utility coordinator.
Willdan will also provide utility dispositions identifying existing utility locations above and below ground.
\YiUduu is responsible for the 8/UovvinA:
\)Notify and coordinate with the utility agencies regarding the project-related modification oftheir
facilities. Determine special requirernents for utility facilities including protection,right-of-way,and
construction methods within the vicinity ofthe utility.
2) The objectives o[this task are io ruukc 'Prc|inniom[y,` ^Sccmnd` and "Fino|` utility
notices and inhold u 'Utility [ic}d` nmcc\in-.
3> Submit upreliminary and fiou| set ofplans tneach utility company that provides the
location, elevation of& utility. and the conflict area clouded to show' the utility
companies the areas that conflict.
4) Verify that the pr icct`s Uon| design is compatible with konr/u utilities in the project
area ioho installed, relocated, adjusted or otherwise rundificd, including adding utility
relocation windows into the construction schedule munecessary.
YVii|danvviU provide the Ci1yucopy oftransmittals, submittals, and |cneo sent to utilities and
agencies regarding the project.
'Kmmkm 5,35% Level Completion
VVi||dunwill prepare the Preliminary 35%Design Plans and Table. The Pn:|iminury23596Design Plans will
show., in plan view,the proposed street improvements in accordance with the City's RFP.
The Preliminary J5% Design P|uum is intended to include the following:
}) Design Survey.
Z) Putcndui project impacts toexisting private improvements and utilities will be identified.
�) Proposed improvements ofoudr.gutter, driveway,drainage devices,etc.
4) Engineer's Estimate.
Preliminary Design Estimates--Preliminary quantities will be deten-nined based on AutoCAD Land Desktop
and Civil 3Dsoftware. Quantity backup calculations will be compiled and submitted upon request. \Vi)|dun
will develop estimates of probable construction costs based on cost datacornpiled by Caltrans,and recent bid
results provided 6ythe City. The estimates will beprepared electronically inMicrosoft Excel spreadsheets,
/\c&dlnxAgremmrna�aueu^uRO,,usch^v|mcNuw`um &_2
. .
Tasks 6, Plans and Estimates(PJ&0)
The general scope nfVViUdun`aservices fhr1hiaphase ofwork consists o[the preparationofSO%. |00%.and
final improvements p|uns, table with listed improvements for l| of the 14 school sites, and engineer's
construction cost estimate.
Prepare Final Plans--- VViUdnn will prepare final design plans that include street improvement. signing and
striping,plans iofacilitate the proposed improvements, The final plans will becomputer-drafted inAutoCAD
fonno1 on City standard base sheets. The plans will be prepared at abodzontu| scale nfl`^+2O`. Final
drawings will be stamped and signed by aCalifornia registered professional engineer.
Prepare Final Specifications-The City will provide Wi||daowith its boilerplate specifications and general
tcc6uiou\ provisions in the current version in Microsoft Word for Windows D/nnu1. VVi|ldon will be
vcmp000ib|r for compiling the project specifications, signed by uCivi| Engineer registered in the State of
California,which are complete and ready for bidding purposes. The latest edition ofthe Gncen600k(Standard
Specifications for Public Works Construction) and subsequent amendments) will be used for the project.,
except for signing and striping. The technical portion of the Caltrans Standard Specifications will be used for
the oi�ningand striping.
Prepare Final Engineer*s Estimate—Willdan will prepare a detailed engineer's estimate in Microsoft Excel
spreadsheet format. The items will bearranged iochronological order nfconstruction. The estimate will bc
based upon recent bid prices for similar projects as maintained by the City, YVi{lJan and Caltrans. Backup
quantity calculations will be provided showing detailed computations for accuracy of the quantities upon
request.
VViUJuowill deliver tothe City the following documents:
|} One())set ofo,i�iva| drowiu�aofthcOno} dnxi�n;
2) Two(2)sets ofblue lines o[the final design:
3) One(i)CDcontaining original drawings ofthe final design;
4) Two(2)copies o[final quantity calculations and cost estimate; and
5) Two(2)copies o[necessary documentation.
Tasks 7^Quality Assurance
Prior to the submittal of a project to the City.the appropriate staff members will review the project to ensure
all infbnnu1ionisaccurate, The staff assigned todothis are those that are not directly involved inthe project.
This enables objectivity iothe review and catches mistakes that may not be caught by staff members too
close tnthe work. The Project Manager will also field walk the project tn make sure the plans adequately
addresses all of the necessary improvements. This iyunimportant step inthe project tomitigate for potential
change orders during construction.
Tasks 8,Construction Support
Wi|(dan will be available to answer questions regarding the technical provisions ofthe contract
special provisions.the design drawings,or design issues brought up during the bidding process and
/
pre-construction meeting. The preparation ofaddenda regarding omissions orconflicts iuthe design
will beprepared atnocharge tothe City.
/'�o�djnxxor�em*nw"m^t'eRoutes mSchools cvac5um /\_3
EXHIBIT B
PROJECT SCHEDULE
Willdan Engineering shall complete all infrastructure design and plans within 4 months from the City's
Notice to Proceed.
I�'Ca'Atv'Agrcernents'Sat,Route,TO SC11001S CN Cie 5 doc B-1
EXHIBIT C
PROJECT COSTS
The estimated fee tocomplete all infrastructure design and plans is$58,080,perTViildoo Engineering's fee
proposal received 6ythe City ouFebruary 4, 2O09.
1 Safe Routes macxwmcyc/rsunc [_l
EXHIBIT D
WILLDAN ENGINEERING
Schedule of Hourly Rates
Effective July 1, 2008 to June 30, 2009
ENGINEERING LANDSCAPE ARCHITECTURE
Principal Engineer..............................................._..$200.00 Group Manager......I...... 180.00
Group Manager.........................................................180.00 Principal Landscape Architect.... ................150.00
City Engineer.... .................... .............--... ...........180.00 Senior Landscape Architect...............,....................._125.00
Project Manager........................................................180.00 Associate Landscape Architect........ ........ ............115.00
Program Manager.....................................................180.00 Assistant Landscape Architect .................................100.00
Supervising Engineer................................................160.00
Senior Engineer.........................................................145.00 BUILDING AND SAFETY
Senior Design Manager............................ ---.......145.00 Group Manager ... ...... .................. ............A80.00
Design Manager........................................................135.00 Supervising Plan Check Engineer............--.........-150.00
Associate Engineer...................................................135.00 Building ...... ...... ......150.00
Senior Designer.........................................................130.00 Plan Check Engineer.................................-............,..140.00
Senior Design Engineer 11 130.00 Deputy Building Official.............................................140.00
Senior Design Engineer I..........................................125.00 Inspector of Record.------....-........... ...-..............140.00
Designer 11 ............ 120.00 Senior Plans Examiner........---...... ..........-.....-125.00
Designer I...... ............ 115-00 Supervising Building Inspector....................... ....A25.00
Design Engineer 11.....................................................120.00 Plans Examiner............. ..........115.00.................................
Design ngineer I......................................................115.00 Senior Building Inspector..................................-..----..115.00
Senior Drafter.. -................--.... .....-110.00 Supervisor Code Enforcement.........._....................,.115.00
Drafter 11 ........... ........ ...-100-00 Building Inspector......... ...... 10.00
Drafter I....... ......--.......... ......95.00 Supervising Construction Permit Specialist............-105.00
Technical Aide...----........... .....85.00 Senior Construction Permit Specialist.............. .......100.00
Senior Code Enforcement Officer................................95.00
CONSTRUCTION MANAGEMENT Assistant Building Inspector.........................**95,001110.00
Group Manager....-... ...... ....180.00 Code Enforcement Officer... ....I....-.......... -1-.......80'00
Project Manager........................................................180.00 Construction Permit Specialist.......................,,,,,-........80.00
Senior Construction Manager....................................155.00 Assistant Construction Permit Specialist.... ...*.....85.00
Construction Manager......................_...,.....,..,..........145.00 Plans Examiner Aide....-....-....... ........ ....--75.00
Assistant Construction Manager---.......................120.00 Assistant Code Enforcement Officer..... ...... .....70.00
Utility Coordinator...................._............................-...125.00
Labor Compliance Manager......................................120.00 PLANNING
Labor Compliance Specialist.......................................95.00 Group Manager...... ...... ....---.-180.00
Principal Planner-.....................................................150.00
INSPECTION SERVICES Principal Community Development Planner..............150.00
Supervising Public Works Observer.... .......---120.00 Senior Planner......... ...... .......----...... 130.00
Senior Public Works Observer- ----......110.00 Senior Community Development Planner-...--.-..130.00
Public Works Observer....... **100-00/110,00 Associate Planner....... ............. ................. 115.00
Assistant Public Works Observer ...... **100,00/110.00 Associate Community Development Planner......-....,115.00
Assistant Community Development Planner.........--105.00
SURVEYING Assistant Planner,.............................................._-.--..105.00
Group Manager.........................................................180.00 Planning Technician...,.........................................._....85.00
Supervisor-Survey&Mapping......... .......---.....-155,00 Community Development Technician-...............-......85.00
Senior Survey Analyst...............................................130.00
Certified Party Chief-�.....-..... ........ ....130.00 ADMINISTRATIVE
Senior Calculator..... ..................... ................120.00 Computer Data Entry.................................-.................65.00
Calculator 11..... .................. ........... ................110.00 Clerical,...... ...... .................... ........_...... ...-65.00
Calculator I.-..........--.........................-........--......100.00 Word Processing..........................................-...-..........65.00
Survey Analyst 11.......................................................115.00 Personal Computer Time............................... .......30.00
SurveyAnalyst I........................................................100.00
Survey Party Chief-.................................................115.00.
Field Party(One).......................................................180.00 Mileage reimbursement will be charged at the current Federal
Field Party(Two).......................................................235.00 guideline rate at the time of billing. Vehicles will be charged at
Field Party(Three).... ....... ...........-...... ....295,00 a monthly rate of$500.00.
Prevailing Wage Project,Use$110.00 1
Additional billing classifications may be added to the above listing during the year as new positions are created.Consultation in connection with littgatiow,
and court appearances will be quoted separately. The above schedule is for straight time.Overtime will be charged at 1.25 times,and Sundays and
holidays,1.70 times the standard rates,Blueprinting,reproduction,messenger services,and printing will be invoiced at cost plus fifteen percent(15%).
A subconsultant management fee of fifteen percent(15%)will be added to the direct cost of all subconsultant services to provide for the cost of
administration,consultation,and coordination,Valid July 1,2008 thru June 30,2009,thereafter,the rates may be raised once per year to the value of
change of the Consumer Price Index for the Los Angeleslorange County area,but not more than five percent per year,
Client#:6540 WILLDAN
DATE
AOR- CERTIFICATE OF LIABILITY INSURANCE 02/18/(MM/DD")
09
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Dealey, Renton&Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O.Box 10550 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Santa Ana,CA 92711-0550
714 427-6810 INSURERS AFFORDING COVERAGE
INSURED Wilidan Engineering INSURER A: Zurich American Insurance Co.'
INSURER s. American Automobile Ins.Co.
2401 E.Katella Avenue,Ste.300 .........—--------------
Anaheim,CA 92806 INSURER C: XL Specialty Insurance Co. —---------------
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
FNSRTTYPE OF INSURANCE POLICY NUMBER !POLICY EFFECTIVE POLICY EXPIRATION
LT, DATE(MMIDD"! DATE(MMIDDfY It LIMITS
A �GENERAL LIABILITY IGLO904316303 11/09/08 11/09109 EACH OCCURRENCE $1,000,000
X COMMERCIAL GENERAL LIABILITY
FIRE DAMAGE(Any one fire) $1,000,000
CLAIMS MADE 1,7X OCCUR 1;INDP.CONTRACTORS MED EXP(Any we person)
JIM-"
!X CONTRACTUAL INCLUDED
PERSONAL&ADV INJURY $1 000 000
li:BFPD XCU GENERAL AGGREGATE
$2,000,000
I GEN'L AGGREGATE LIM IT APPL IES PER: PRODUCTS-COMPIOPAGG $2,404,000
PRO-
POLICY X LOC
A I AUTOMOBILE LIABILITY BAP904316203 11/09108 11/09/09 COMBINED SINGLE LIMIT
ANY AUTO $
(Ea accident) 1,000,000
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS $
(Per person)
HIRED AUTOS
I
BODILY INJURY
X NON-OWNED AUTOS (Per accident) $
PROPERTY DAMAGE
$
(Per accident)
GARAGE LIABILITY
AUTO ONLY-EA ACCIDENT $
I ANY AUTO EA ACC $
OTHER THAN
AUTO ONLY: AGO $
EXCESS LIABILITY EACH OCCURRENCE $
OCCUR CLA'MS MADE
_AGGREGATE
$
1 DEDUCTIBLE
I RETENTION $
is
B WORKERS COMPENSATION AND IWZP80967141 :11/09/08 11/09/09X 1 WC YTATU
LIM f; IOTH
EMPLOYERS'LIABILITY i
j E.L.EACH ACCIDENT $1,000,000
E-L.DISEASE-EA EMPL OYEE $1,000,000
E.L.DISEASE -POLICY LIMIT 1$1 004,404
C OTHER Professional iDPR9614659 11/09/08 11109/09 $1,000,000 per claim
Liability
$2,000,000 arml aggr.
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
General Liability policy excludes claims arising out of the performance of professional
services
Re: Traffic and street Improvement
City of Redlands Is additional insured as respects to General and Auto
(See Attached Descriptions)
CERTIFICATE HOLDER AD D ITIONAL INSURED;INSURER LETTER: CANCELLATION Ten Day Notice for Non-Payment of Premium
SHOULD ANYOFTH EABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Redlands DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL30---,,DAYSWRrrTEN
Alan Griffiths,Municipal Utilities&Eng.Dep NOTICETOTHE CERTIFICATE HOLDER NAMED TOTHE LEFT,BUTFAILURE TODOSOSHALL
35 Cajon Street#15A IMPOSE NOOBLIGATION OR LIABILITYOF ANYKIND UPON THE INSURERJTS AGENTS OR
PO Box 3005 REPRESENTATIVES,
Redlands,CA 92373 AUTHORIZED REPRESENTATIVE
ACORD 25-S(7/97)1 of #S247804/M247803 RLL 0 ACORD CORPORATION 1988
DESCRIPTIONS (Continued from Page 1)
Liability as required by written contract.Primary and Non-Contributing
coverage applies to GL&Auto Liability as required by written contract.
(INDUSTRY)
AMS 25.3(07197)2 of 2 #S247804IM247803
Additional insured— Automatic - Owners, Lessees Or ZURICH
Contractors - Broad Form,
Palic No. Eff.Date of Pc Exp.Date of,P ol Eft.Date of End Producer I Amq P�,M I Retum Prem. ..I
e�
D ley $ N/A S N/A
100Q9 316303 11/09/08 11/09/09 11/09/08 Dealey,
E E to,
Renton
THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
A. WHO IS AN INSURED(Section 11)is amended to include as an insured any person or organization whom you are required
to add as an additional insured on this policy wider a written contract or written agreement.
B. The insurance provided to additional insureds applies only to"bodily injury","property damage"or"personal and advertis-
ing injury"covered under Section 1,Coverage A,BODILY INJURY AND PROPERTY DAMAGE LIABILITY and
Coverage B,PERSONAL AND ADVERTISING INJURY LIABILITY,but only if:
I. The"bodily injury"or"property damage"results from your negligence;and
2. The"bodily injury","properly damage"or"personal and advertising injury"results directly from:
a. Your ongoing operations;or
b. "Your work"completed as included in the"products-completed operations hazard',performed for the additional
insured,which is the subject of the written contract or written agreement.
C. However,regardless of the provisions of paragraphs A.and B.above:
1. We will not extend any insurance coverage to any additional insured person or organization:
a. That is not provided to you in this policy;or
b. That is any broader coverage than you are required to provide to the additional insured person or organization in
the written contract or written agreement;and
2, We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of.
a, The Limits of Insurance provided to you in this policy;or
b. The Limits of Insurance you are required to provide in the written contract or written agreement.
D. The insurance provided to the additional insured person or organization does not apply to:
1. "Bodily injury","property damage"or"personal I and advertising injury"that results solely from negligence
of the additional insured,or
2. "Bodily injury","property damage"or"personal and advertising injury"arising out of the rendering or failure to
render any professional architectural,engineering or surveying services including
U-GL-1 173-A CW!9103)
Page 1 of 2
a. T,11e preparing,approving,or failing to prepare or approve maps,shop drawings,opinions.reports,surveys,
field orders,change orders or drawings and specifications;and
b. Supervisory,inspection..architectural or engineering activities.
E, The additional insured must see to it that:
1. We are notified as soon as practicable of an"occurrence"or offense that may result in a claim:
2. We receive written notice of a claim or"suit"as soon as practicable;and
3. A request for defense and indemnity of the claim or"suit"will promptly be brought against any policy issued by
another insurer under which the additional insured also has rights as an insured or additional insured,
F. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other in-
surance available to any additional insured person or organization unless the other insurance is provided by a contractor
other than you for the same operations and job location.Then we will share with that other insurance by the method de-
scribed in paragraph 4.c.of SECTION TV-COMMERCIAL GENERAL LIABILITY CONDITIONS.
Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as writ-
ten.
U-GL- ;175-A CW(9/03)
Page 2 of 2
^ ^
PQLICYNUMBER: BAp9043I6203 COMMERCIAL AUTO
CA2O48O2AS
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
������U������~�'���� INSURED
����x��n��� m ���
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified
bythis endorsement.
This endorsement identifies person(s)or organization(s)who are"insureds"under the Who is An Insured Provision of
the Coverage Form. This endorsement does not alter coverage provided inthe Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Endorsement effective
02/18/09
Named Insured
Willdan Engineering
SCHEDULE
Name ofPenaon(s)nrQrBanization(n):
City of Redlands
Alan Griffiths, Municipal Utilities & Eng. Dep
35 Cajon Street #15a
Po Box soos
Redlands, CA e2373
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable tothe endomemant.)
Each person or organization shown in the Schedule is an "insured"for Liability Coverage, but only to the extent that
person or organization qualifies as an "Insured"under the Who is An Insured Provision contained in Section 11 of the
Coverage Form
CA204D02U& Copyright, Insurance Services Office, Inc., 1998 Pagel of1