Loading...
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