HomeMy WebLinkAboutContracts & Agreements_191-2003AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE
CAPITAL IMPROVEMENT PROGRAM WATER AND SEWER PIPELINE PROJECT
This Agreement is made and entered into this 7th day of October 2003 by and between the City
of Redlands, a municipal corporation (hereinafter "City") and Boyle Engineering Corporation,
(hereinafter "Consultant")
In consideration of the mutual promises, covenants and conditions hereinafter set forth, City and
Consultant hereby agree as follows
ARTICLE 1 - ENGAGEMENT OF CONSULTANT
1 1 City hereby engages Consultant, and Consultant hereby accepts the engagement, to
perform services ("Services") for Design of the Capital Improvement Program Water and
Sewer Pipeline Project ("Project"), for the City of 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 high
quality Services for the Project at the level of competency presently maintained by other
practicing professional Consultants in the industry providing similar types of services
ARTICLE 2 - SERVICES OF CONSULTANT
2 1 The specific Services which Consultant shall perform are more particularly described in
Attachment "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 rules, laws and
regulations in the performance of this Agreement including but not limited to all
applicable Labor Code and prevailing wage laws
ARTICLE 3 - RESPONSIBILITIES OF CITY
3 1 City shall make available to Consultant information in its possession that is pertinent to
the performance of Consultant's Services
3 2 City will provide access to and make provisions for Consultant to enter upon City -owned
property or rights-of-way as required by Consultant to perform the Services
3 3 City designates Lonny Young as Project Manager, to act as its representative with respect
CAPITAL IMPROVEMENT PROGRAM AGREEMENT
September 2, 2003
Page 2
to the Services to be performed under this Agreement
ARTICLE 4 - PERIOD OF SERVICE
4 1 Consultant shall perform the Services in a diligent manner and in accordance with the
schedule set forth in Attachment "B", entitled "Project Schedule"
ARTICLE 5 - PAYMENTS TO THE CONSULTANT
5 1 The total compensation for Consultant's performance of Services shall not exceed the
amount of $384,385 City shall pay Consultant on a time and materials basis up to the
not to exceed amount, in accordance with Attachment "C", entitled "Project Fee", based
on the hourly rates shown in Attachment "D", entitled "Rate Schedule"
5 2 Consultant shall bill City within ten days following the close of each month by
submitting an invoice indicating the Services performed, who performed the services,
indirect costs, and the detailed cost of all Services, including backup documentation
Payments by City to Consultant shall be made within 30 days after receipt and approval
of Consultant's invoice, by warrant payable to Consultant
5 3 All contractual notices, bills and payments shall be made in writing and may be given by
personal delivery or by mail Notices, bills and payments sent by mail shall be addressed
as follows.
City
Lonny Young
Municipal Utilities Department
35 Cajon Street
P 0 Box 3005
Redlands CA 92373
Consultant
BOYLE Engineering Corporation
1501 Quail Street
Newport Beach, CA 92660-2726
When so addressed, such notices shall be deemed given upon deposit in the United States
Mail In all other instances, notices, bill and payments shall be deemed given at the time
of actual delivery Changes may be made in the names and addresses of the person to
whom notices, bills, and payments are to be given by giving notice pursuant to this
paragraph
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
CAPITAL IMPROVEMENT PROGRAM AGREEMENT
October 7, 2003
Page 3
Section 6 Insurance and indemnification
6 1 Consultant's Insurance to be Primary
All insurance required by this Agreement is to be maintained by Consultant for the
duration of this Project and shall be pnmary with respect to City and non-contributing to
any insurance or self-insurance maintained by the City 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 work All insurance
pohcies shall include a provision prohibiting cancellation of the policy except upon thirty
(30) days prior written notice to City
6 2 Workers' Compensation and Employer's Liability
A Consultant shall secure and maintain Workers' Compensation and Employer's
Liability insurance throughout the duration of this Agreement in amounts which
meet statutory requirements with an insurance carrier acceptable to City
B Consultant expressly waives all rights to subrogation against City, its officers,
employees and volunteers for losses ansing 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 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 is valid and enforceable only to the extent of the negligence of
Consultant, its officers, agents and employees
6 3 Comprehensive General Liability Insurance Consultant shall secure and maintain in
force throughout the duration of this Agreement comprehensive general liability
insurance with earners 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 Consultant shall obtain an
endorsement that City shall be named as an additional insured
CAPITAL IMPROVEMENT PROGRAM AGREEMENT
October 7, 2003
Page 4
6 4 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 The Consultant must obtain an
endorsement extending the reporting period twelve (12) months beyond the current
policy expiration date of 12/31/03
6 5 Business Auto Liability Insurance Consultant shall have business auto liability
coverage, with minimum limits of 1 million ($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 Consultant shall obtain an endorsement that City
shall be named as an additional insured
6 6 Assignment and Insurance Requirements. Consultant is expressly prohibited from
subletting or assigning any of the services covered by this Agreement without the express
wntten consent of City In the event of mutual agreement between parties to sublet a
portion of the Services, the Consultant will add the subcontractor as an additional insured
and provide City with the insurance endorsements prior to any work being performed by
the subcontractor Assignment does not include printing or other customary reimbursable
expenses that may be provided in this Agreement
6 7 Hold Harmless and Indemnification Consultant shall defend, indemnify and hold
harmless City, its elected officials, officers, employees and agents, from and against any
and all actions, claims, demands, lawsuits, losses and liability for damages to persons 01
property, including costs and attorney fees, that may be asserted or claimed by any
person, firm, entity, corporation, political subdivision or other organization arising out of
or in connection with Consultant's negligent and/or intentionally wrongful acts or
omissions under this Agreement, but excluding such actions, claims, demands, lawsuits
and liability for damages to persons or property arising from the sole negligence or
intentionally wrongful acts of City, its officers, employees or agents
ARTICLE 7 - GENERAL CONSIDERATIONS
7 1 In the event any action is commenced to enforce or interpret any of the terms 01
conditions of this Agreement the prevailing party shall, in addition to any costs and othei
relief, be entitled to the recovery of its reasonable attorneys' fees
7 2 Consultant shall not assign any of the Services required by this Agreement, except with
the prior written approval of City and in strict compliance with the terms, provisions and
CAPITAL IMPROVEMENT PROGRAM AGREEMENT
October 7, 2003
Page 5
conditions of this Agreement
7 3 Consultant's key personnel for the Project are
Project Manager
Project Engineer
Phillip E Stone, PE
Raymond Lyons, PE
Consultant agrees that the key personnel shall be made available and assigned to the
Project, and that they shall not be replaced without concurrence from City
7 4 All documents, records, drawings, designs, costs estimates, electronic data files,
databases, and other Project documents developed by the Consultant pursuant to this
Agreement and any copyright interest in said above described 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 for other projects and any use of
incomplete documents will be at City's sole risk
7 5 Consultant is for all purposes an independent contractor 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 by City of the Services
7 7 This Agreement may be terminated by the City, without cause, by providing ten (10) days
prior wntten notice to the Consultant (delivered by certified mail, return receipt
requested) of intent to terminate
7 8 Upon receipt of a termination notice, Consultant shall (1) promptly discontinue all
services affected, and (2) 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 9 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
CAPITAL IMPROVEMENT PROGRAM AGREEMENT
October 7, 2003
Page 6
7 10 Consultant shall maintain books and accounts of all Project related payroll costs and all
expenses Such books shall be available at all reasonable times for examination by the
City at the office of Consultant
7 11 This Agreement, including the attachments incorporated herein by reference, represents
the entire agreement and understanding between the parties as to the matters contained
herein, and any prior negotiations, proposals or oral agreements are superseded by this
Agreement Any amendment to this Agreement shall be in writing, approved by the City
Council of 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 authonzed representatives of the City and Consultant have
signed in confirmation of this Agreement
City of Redlands
("City")
By
Peppier
r Pro Tem
ATTEST
Loner Poyzer
J
City Clerk, City of Redlands
Boyle Engineering, Corporation
("Consultant")
By
(i Int?1'
Title
AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE
CAPITAL IMPROVEMENT PROGRAM WATER AND SEWER PIPELINE PROJECT
ATTACHMENT A
SCOPE OF SERVICES
Project Understanding
The City of Redlands is moving ahead with implementation of water and sewer pipeline projects from the City's
capital improvement program The target is to have construction contracts awarded by February 2004
The projects are comprised of the replacement or repair of existing pipelines and the construction of new master
plan water and sewer pipelines identified in the City's capital improvement program They are short reaches
located at various sites throughout the City In addition, the City's operations staff has identified problem areas
that need correction A total of 25 water projects and 5 sewer projects have been identified, some which
encompass multiple streets A table listing the locations is included at the end of this scope of work
Two bid packages are envisioned, one for the waterline work and one for the sewer work
Scope of Services
100 Alignment Study and Preliminary Engineering Phase
101 Attend "kick-off" meeting. Boyle and City staff will meet to discuss the project requirements and obtain
pertinent information Boyle staff will record and distribute copies of the meeting minutes to all present
102 Establish the pipeline design criteria. Prepare and review preliminary design criteria with City staff The
design criteria will be finalized following receipt of City staff comments prior to commencement of final
design The design criteria for the waterlines will include pipe material, general location of pipeline
appurtenances such as operating valves, blow -offs, air and vacuum release valves, trenching details, depth
of cover, method of pipe restraint and other applicable information The design criteria for the sewer lines
will include pipe material, manhole spacing, trenching details and other applicable information The City
has expressed the intention that existing sewer lines be replaced rather than rehabilitated However, if the
situation arises where rehabilitation techniques could be advantageous, they will be considered
103 Research location of underground utilities. This involves field and office contacts with public, private
and municipal utilities This includes main line facilities only (not service connections), for such
underground utilities as water, sewer, storm drain, oil or fuel, gas, telephone, electrical, television, cable,
irrigation and traffic control systems
104 Gather street improvement plans and right-of-way documents These will be provided by the City and
utilized without independent review by Boyle
105 Preparation of preliminary plan sheets Prepare preliminary plan sheets to illustrate the concept of the
project and then review with the City at a meeting for concurrence The plans will have progressed to the
point where the streets have been mapped, underground utility lines are shown in the plan view and a
tentative alignment for the new pipe line is shown in the plan view The alignment will be dimensioned
from the street centerline, although stationing will not yet be developed
200 Design Survey & Mapping
Field surveying, aerial photography and topographic mapping will be provided for preparation of plan and
profile sheets Topographic mapping will be produced by photogrammetric methods Design field
surveying will include horizontal and vertical control for the mapping with additional details required for
design The mapping will be prepared in AutoCAD format at a scale of l"=40' California Surveying
Corporation will be responsible for field surveying and aerial control for the topographic mapping
Topographic mapping will be prepared by Arrowhead Mapping
300 Geotechnical Investigation
A geotechnical investigation will only be required for the 24 -inch sewer replacement project in State Street
and Alabama Street, designated as Project 5 on the attached list of projects
Our geotechnical subconsultant, Kleinfelder, Inc , will perform a geotechnical investigation that will
provide soils -related criteria for the project design as well as information useful during the construction of
the water and sewer lines The specific tasks to be performed are outlined in Kleinfelder's Scope of Work,
which is included at the end of this section
400 Final Design and Bid Document Preparation
401 Perform the pipeline design PVC pipe will be used for waterlines 12 inches and less in diameter Two
pipe materials, ductile iron and PVC, will be considered for design of the 16 -inch waterlines Vitrified clay
and PVC pipe will be considered for the sewerlines The plans will reflect these alternative pipe materials
where applicable Basic subtasks involved are
• Develop and calculate the pipeline alignments
• Pipeline structural and bedding design This includes thrust restraint requirements on waterlines
• Design of pipeline appurtenances
Traffic control plan. Because of the short nature of these projects and the relatively small pipe sizes, the
specifications will include the requirements for traffic control during the construction The specifications
will call for the contractor to prepare and submit for the City's approval any required traffic control plans
402 Prepare the plans. Plans will be prepared in AutoCAD, at a scale of 1" = 40' The plan sheets will be
comprised of a plan view at 1" = 40' A 1" = 4' vertical scale profile will be included for all sewer lines
and for waterlines larger than 12" Details of connections and appurtenances will be included as necessary
The following is a preliminary listing of plan sheets
Waterlines
• 1 title sheet with location map
• 1 sheet of general notes, sheet index, and agency index
• 30 plan sheets (5 with profiles)
• 2 sheets of details
Sewerlmes
• 1 title sheet with location map
• 1 sheet of general notes, sheet index, and agency index
• 10 plan and profile sheets
• 1 sheet for trenching, bedding and street reconstruction details
• 2 sheets for a siphon and diversion details on the State & Alabama project
• 2 sheets for manhole base details
The City will provide Boyle with an electronic copy of the City's standard title sheet
403 Prepare specifications The special provisions will be prepared for incorporation with the City's contract
documents and general provisions to form the bidding package Two complete sets of bid packages will be
prepared, one for the waterline improvements and one for the sewer improvements The special provisions
will include, in addition to the material related items, special construction requirements The special
provisions will incorporate requirements in areas relating to such items as traffic control, pavement removal
and replacement, and utility requirements City standards will be referenced as much as possible The City
will provide the "boiler plate" portion of the specifications to Boyle for review and comment
404 Process plans through utilities. Preliminary plans will be submitted to affected utilities for verification of
the location of their facilities Any required environmental processing will be performed by the City
405 Prepare an opinion of probable construction cost. An opinion of probable construction cost will be
prepared to aid the City in its further planning and for the purpose of evaluating bids The opinion will be
itemized in accordance with the schedule of work items contained in the contract documents Since Boyle
has no control over actual costs of labor or materials submitted at the time of bid, we cannot guarantee the
accuracy of the opinion of probable construction costs
406 Progress submittals A progress meeting to review the proposed water and sewer pipeline alignment
described in Task 105 will be scheduled at the approximate 30 percent completion stage A progress
submittal will be made to the City at the 90 percent completion stage of design for review Four sets of the
plans and specifications will be submitted Boyle will meet with City staff to review comments The plans,
specifications and opinion of probable construction cost will then be revised for final submittal to the City
407 Deliver originals to the City. The original plans (on Mylar) and reproducible specifications will be
delivered to the City for copying for bidding and record purposes Electronic files of the plans on disk in
AutoCAD format and of the specifications in MS Word will be provided to the City
408 Quality Control Boyle will perform a quality control review of the project documents prior to all
submittals
409 Coordination/Permit Processing Boyle will coordinate with the San Bernardino County Flood District
and Caltrans (Project 21 in Lugonia Ave) for processing of permits required for construction of the
pipelines facilities across District right-of-way Any required fees shall be paid by the City of Redlands
500 Bidding
501 Bidding. Questions will be answered during the bidding phase
Project Street
Number
1 Opal
Capri
Capri
2 Beryl
Florence
Naples
Turquoise
Olivine
Pioneer
Beryl
Tourmaline
3 Mill Creek Road
4 Mariposa
5 Alta
6 NOT USED
7 Grant
Home Place
8 NOT USED
9 Alabama
Bermuda
10 Oak
Franklin
11 Sunset
Sunset
12 Garden Hill
13 Richardson
Gould
From
Capri
Agate
CITY OF REDLANDS
MUNICIPAL UTILITIES DEPARTMENT
CIP - WATER
2003-2004
To Type Size Length
(INCHES) (FEET)
Florence
Turquoise
x -country
Florence
Florence
210
Brighton
Mentone
Tate WTP
C'2 View
San Bernardino
Home Place
Alvarado
Redlands Blvd
Palm
Ford
Oak
780' west
Edgemont
Garden
Coulston
Richardson
N Terminus R 8 2,600
Crafton R 12 2,600
1,100
Mentone R 8 1,000
Olivine R 8 1,320
R 6 1,320
Naples R 8 330
Naples R 8 330
Texas M/P 16 2,600
Capri R 8 1,750
Capri R 8 1,320
Plummers Lane R 8 1,200
Country Club R 8 330
Pioneer R 8 1,320
Fern
Grant
Industrial Park
550'[ South
Franklin
Cynthia
Valle Vista
Rossmont
Garden
North Termnus
Curtis
R
R
M/P
R
R
R
R
MIP
M/P
R
R
8
8
12
8
12
12
8
8
8
8
8
600
200
550
550
2,000
500
780
1,000
230
1,320
1,320
Remarks
14 Wardway
15 Crescent
46 NOT USED
17 Verde Vista
18 Westwood
19 Pennsylvania
20 Myrtle
Sonora
Clark
La Poloma
21 State Hwy 38
22 San Bernardino
23 Washington
24 Dale
25 Texas
26 Pioneer
27 Palm
28 Stuart Avenue
CITY OF REDLANDS
MUNICIPAL UTILITIES DEPARTMENT
CIP - WATER
2003-2004
Zanja View Mill Creek Road M/P 8 1,000 Confirm
Allessandro Knoll 12 2,130
Country Club
Mariposa
Church
Olive
Olive
Myrtle
Clark
Church
Orange
Colton
Brookdale
San Bernardino
Webster
Bermuda
Eureka
West Terminus
Mariposa
600' West
Fern
Fern
La Paloma
Fern
Occidental
Clover
Western
Hamlin
Pioneer
Orange
10 Fwy
Texas
M/P 8 620
R 8 2,000 Realign onto Westwood
M/P 12 600
R 8 1,320
R 8 1,300
R 8 300
R 8 900
R 12 1,300
R 12 1,320
R 8 2,000
R 8 700
M/P 16 1,320
M/P 12 1,260
M/P 12 1,400
R 12 1,300
Total Feet 48,940
Total Miles 9 3
CITY OF REDLANDS
MUNICIPAL UTILITIES DEPARTMENT
CIP - SEWER
2003-2004
Project Street From To Type Size Length
Number {INCHES} (FEET)
1 Clay Lugonia Western R 8 800
Washington Delaware Western R 8 1,350
2 South of Sun Webster Columbia R 8 350
3 Post Union Colton R 8 750
4 Sun Church Chapel R 8 1,600
5 State Kansas Alabama R 24 1,500
Alabama State Redlands R 24 2,600
1
Remarks
AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE
CAPITAL IMPROVEMENT PROGRAM WATER AND SEWER PIPELINE PROJECT
ATTACHMENT B
PROJECT SCHEDULE
City of Redlands
WATER AND SEWER PIPELINE CIP PROJECTS
DESIGN SCHEDULE
Qtr 4, 2003
Qtr 1 2004
ID
Task Name
Duration
Start
Finish
Predecessors
Au. Se.
Oct Nov Dec
Jan Feb
days
Tue 10!07!03
Mon 11/17103
1
100 Alignment Study and Preltlminary Engineering Phase
30
2
101 Attend kick off meeting
1 day
Tue 10/07/03
Tue 10/07/03
10/07
3
102 Establish pipeline design criteria
1 day
Tue 10/07/03
Wed 10!08!03
2
10/07
10/08
4
103 Research underground utilities
12 days
Tue 10/07/03
Thu 10/23/03
2
10!07 1M
1
123
5
104 Gather street improvement & right -of way documents
10 days
Tue 10!07!03
Tue 10/21/03
2
10/07 BE
10
21
6
105 Preparation of preliminary alignment plan sheets
22 days
Thu 10/16/03
Fri 11!14103
5FS-4 days
100.1
• it
11114
7
Review alignment with City
1 day
Mon 11!17103
Mon 11/17/03
6,
1/17
days
Tue 10/07/03
Tue 11/11/03
!
8
200 Design Survey
25
21111
9
Provide design survey and prepare aerial topographic mapping
25 days
Tue 10/07/03
Tue 11/11103
2
10107 mgeggs111
,
10
300 Geotechnical Investigation
40 days
Fri 10/31/03
Fri 12/26/03
1111N
11
Secure geotechnical investigation
40 days
Fri 10/31/03
Fri 12/26/03
2FS+18 days
10131
12/26
12
400 Final Design and Document Preparation
45 days
Wed 11!12103
Tue 01/13104
II
1
13
401 Perform pipeline design
15 days
Mon 11/17/03
Mon 12108!03
7
11/17
IME 12/08
14
402 Prepare civil plans
90 days
Mon 11!17103
Mon 01/12/04
7
11/17
■
IMEMBEMEN
`1112
15
403 Prepare specifications
20 days
Tue 12/16/03
Mon 01112!04
14FF
12/16 1�E
1/12
16
404 Process plans through utilities
15 days
Tue 12123!03
Mon 01/12/04
14FS 15 days
1212 EMAI
01/12
17
405 Prepare opinion of probable construction cost
8 days
Wed 12!24!03
Mon 01/05/04
14SS+27 days
01
05
-
18
406 Progress submittal review by City
5 days
Tue 12/09/03
Mon 12/15/03
14FF 20 days
12/09
I
19
407 Deliver originals to City
1 day
Mon 01112!04
Tue 01!13104
14
01/12 1 :.1113
20
408 QC reviews
40 days
Wed 11/12/03
Tue 01!06104
6FS 3 days
11)12 EMEMEREE
Dir 6
21
409 Coordination/permit processing
25 days
Wed 12/10/03
Tue 01!13104
19FF
12/10 1/13
22
Advertise
24 days
Tue 01!20!04
Fri 02!20104
19FS+4 days
01/20 F
23
Receive Bids
1 day
Fri 02/20/04
Fri 02/20/04
22FS 1 day
•02/20 0
24
Approval to Award
1 day
Tue 02/03/04
Tue 02/03/04
02/03 102103
Project CEP Projects Schedule MS Pr
Date Tue 10/07/03
Task kii; -i! 5i iil`i t Summary ^ Rolled Up Progress Project Summary
Rolled Up Task i;_i Split
Progress • . • •
Milestone Rolled Up Milestone 0 External Tasks
Page 1 Boyle Engineering Corporation
AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE
CAPITAL IMPROVEMENT PROGRAM WATER AND SEWER PIPELINE PROJECT
ATTACHMENT C
PROJECT FEE
City of Redlands
CIP Water and Sewer Pipeline Projects
FEE SUMMARY
WATER PROJECTS
Engineering Services - Labor
Direct Costs (computer, reproduction, etc )
Boyle Subtotal
Subconsultant
Surveying/Mapping - California Surveying Corp
SEWER PROJECTS
Subconsultants Subtotal
$156,197
$5,500
$161,697
$113,500
$113,500
Water Projects Total $275,197
Engineering Services - Labor
Direct Costs (computer, reproduction, etc )
$68,938
$2,450
Subtotal $71,388
Subconsultant
Surveying/Mapping - California Surveying Corp $25,700
Geotechnical Investigation - Kleinfelder $12,100
Subtotal
Sewer Projects Total
$37,800
$109,188
TOTAL WATER & SEWER PROJECTS $384,385
Note See attached Project Budget sheets for details
Project Budget
Water CIP Pipeline Projects
City of Redlands
Task Description
Personnel Hours
Budget
Principal Engineer
Senior Engineer
Associate Engineer
Assistant Engineer
A
A
U
Word Processor
g
0
x
744
0
E-+
n
Non -Labor
Total
100 Alignment Study and Preliminary Engineering Phase
4
4
8
$ 1 124
$ 1 124
101 Attend kick off meeting
102 Establish pipeline design cntena
2
4
6
$ 776
8 776
103 Research underground utilities
24
24
8
56
S 5,224
$ 5,224
104 Gather street improvement & right of -way documents
8
20
8
36
$ 3,176
$ 3,176
105 Preparation of preliminary alignment plan sheets
60
150
300
510
$ 50,490
$ 200
$ 50,690
Review meeting with City staff
4
4
8
8 1 124
$ 1 124
8
$
Subtotal
200 Design Survey & Topographic Mapping
70
2
-
194
2
44
316
-
624
4
$ 61,914
$ 562
$ 200
$ 62,114
$ 562
Provide design survey
Provide aenal topographic mapping
2
2
$ 214
$ 214
$
8 -
Subtotal
300 Geotechnical Investigation (NOT REQUIRED)
2
-
4
-
-
-
6
$ 776
$
$ -
$ 776
$ -
$
$ -
Subtotal
400 Final Design and Dojument Preparation
-
15
-
-
60
-
-
-
-
75
$ -
$ 9,030
$
$ -
$ 9,030
401 Perform pipeline design
402 Prepare plan sheets (30 sheets)
18
131
568
717
$ 62,589
8 62,589
Prepare detail sheets (4 Sheets)
2
8
48
58
$ 5,044
8 5,044
403 Prepare specifications
2
16
28
46
$ 3,880
$ 3,880
Prepare traffic control specifications
24
24
$ 2,856
$ 2 856
404 Process plans through utilities
4
4
6
14
$ 1 138
$ 100
S 1,238
10/07/2003
Page 1 of 2
Boyle Engineenng Corporation
Project Budget
Water CIP Pipeline Projects
City of Redlands
Task Description
Personnel Hours
Budget
Principal Engineer
Senior Engineer
Associate Engineer
Assistant Engineer
A
A
0
Word Processor
Total Hours
L-
0
7
Non -Labor
H
405 Prepare opinion of probable construction cost
2
24
26
$ 2,916
5 2,916
406 Progress submittal
1
4
8
13
$ 1,242
$ 400
$ 1,642
407 Deliver originals to City
2
6
8
5 828
5 200
5 1,028
408 QC reviews
10
10
$ I,740
$ 1,740
409 Coordination/permitprocessing
2
6
2
10
$ 1,120
$ 1,120
Computer Services
$ -
5 4,600
5 4,600
$
$ -_
Subtotal
500 Bidding
54
4
24
253
4
-
634
36
1,001
8
$ 92,383
$ 1,124
$ 5,300
$ 97,683
5 1,124
501 Answer questions during the bidding phase
-
5 -
$ -
Subtotal I
4
-
4
-
-
-
8 ]
$ 1,124
$ -
$ 1,124
Total 1
130
24
455
44
950
36
1,639 1
5 156,197
$ 5,500
5 161,697
10/07/2003
Page 2 of 2
Amounts shown are fee
Personnel Category $LLIR
Principal Engineer 5174.00
Senior Engineer $119 00
Associate Engineer 5107 00
Assistant Engineer 584 00
CADD 580 00
Word Processor 565 00
Boyle Engineering Corporation
Project Budget
Sewer CIP Pipeline Projects
City of Redlands
Task Description
Personnel Hours
Budget
Principal Engineer
Senior Engineer I
Associate Engineer
Assistant Engineer
A
A
C,...1
Word Processor
Total Hours
Labor
Non -Labor
o
H
100 Alignment Study and Preliminary E gineering Phase
1
1
2
$ 281
8 281
101 Attend kick off meeting
102 Establish pipeline design criteria
1
1
2
8 281
8 281
103 Research underground utilities
8
8
8 856
8 856
104 Gather street improvement & right of -way documents
4
4
8 428
8 428
105 Preparation of preliminary alignment plan sheets
24
50
100
174
$ 17 526
$ 100
8 17,626
Review meeting with City staff
4
4
8
8 1,124
$ 1,124
$ -
$ -
Subtotal
200 Design Survey
30
-
68
-
100
-
198
-
$ 20,496
$ -
$ 100
$ 20,596
$ -
Provide design survey and prepare aerial topographic mapping
I
-
$ -
$ -
Subtotal
300 Geotechnical Investigation
-
-
-
2
-
-
-
-
2
8 -
8 214
$ -
8 -
8 214
Secure geotechnical investigation
I
-
$ -
$ -
Subtotal
400 Final Design and Document Preparation
-
16
-
2
24
-
-
-
2
40
$ 214
8 5,352
$ -
8 214
8 5 352
401 Perform pipeline design
402 Prepare plan sheets (10 sheets)
10
40
160
210
5 18,820
8 18 820
Prepare detail sheets (5 Sheets)
6
24
80
110
$ 10 012
$ 10,012
403 Prepare specifications
8
24
18
50
8 5 130
8 5,130
Prepare traffic control specifications
16
16
8 1 904
5 1,904
404 Process plans through utilities
4
4
4
12
$ 1,008
5 100
$ 1,108
405 Prepare opinion of probable construction cost
2
16
18
$ 2,060
$ 2,060
10107/2003
Page 1 of 2
Boyle Engineering Corporation
Project Budget
Sewer CIP Pipeline Projects
City of Redlands
Task Description
Personnel flours
Budget
Principal Engineer
Senior Engineer
Associate Engineer
Assistant Engineer
la
la
U
Word Processor
Total Hours
Labor
Non -Labor
74
Z
H
406 Progress submittal
2
2
4
5 374
5 50
$ 424
407 Deliver onginals to City
2
4
6
$ 668
S 668
408 QC reviews
6
6
$ 1 044
5 1,044
409 Coordination/permit processing
1
4
2
7
$ 732
$ 732
Computer Services
-
5 -
$ 2,200
5 2,200
Subtotal
500 Bidding
51
4
16
138
4
-
250
24
479
8
5 47,104
5 1 124
5 2,350
5 49,454
$ 1,124
501 Answer questions during the bidding phase
-
$ -
5 -
Subtotal
4
-
4
-
-
-
8 1 $ 1,124
$ -
5 1,124
Total (
85
16
212J -
350
24
6871 $ 68,938
5 2,450
5 71,388
10!0712003
Amounts shown are fee
Personnel Category $IHR
Pnncipal Engineer $174 00
Senior Engineer $119 00
Associate Engineer $107 00
Assistant Engineer $84 00
CADD $80 00
Word Processor $65 00
Page 2 of 2 Boyle Engineering Corporation
AGREEMENT TO FURNISH DESIGN ENGINEERING SERVICES FOR THE
CAPITAL IMPROVEMENT PROGRAM WATER AND SEWER PIPELINE PROJECT
ATTACHMENT D
RATE SCHEDULE