HomeMy WebLinkAboutContracts & Agreements_155-2001_CCv0001.pdf �w
r
v
AGREEMENT TO FURNISH SERVICES FOR
REVIEW ANIS UPDATE OF THE 1350 ZONE RESER'V'OIR AND TRANSMISSION
PIPELINE CONSTRUCTION CONTRACT DOCUMENTS
This Agreement is made and entered into this 6" day of November, 2001 by and between the City
of Redlands, a municipal corporation (hereinafter "City") and Camp Dresser & McKee Inc',
(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 preparation of the Application for the Review and Update of the
1350 Zone Reservoir and Transmission Pipeline Construction Contract Documents
("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.
ARTICLE I,- 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 Mike Pool as Project Manager, to act as its representative with respect to
the Services to be performed under this Agreement.
CAMy Project Documents',contract Documents\Water"C M1350f'.agt.wpd
1
ON
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$49,033. 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 Consultant
Mire Pool Izzat Hamawi
Municipal Utilities Department Camp Dresser & McKee
35 Cajon Street 2920 Inland Empire Blvd, Ste 108
P. O. Box 3005 Ontario CA 91764
Redlands CA 92373
When so addressed, such notices shall be deemed given upon deposit in the United States
Marl. 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
whore notices, bills, and payments are to be given by giving notice pursuant to this
paragraph.
C 1.,N1}traject Documents!contract Documents\Water',CDM1350fagt,�cpit 2
i
y
ARTICLE 6 - INSURANCE ANIS INDEM,
NIFICATION
6.1 Consultant's Insurance to be Primary.
.All insurance rewired by this Agreement is to be maintained by Consultant for the duration
of this Agreement and shall be primary with respect to City and non-contributing to any
insurance or self-insurance maintained by City. Consultant shall provide City with
Certificates of Insurance evidencing such insurance prier to commencing the services.
6.2 Worker's Compensation and Employer's Liability
A. Consultant shall have worker's compensation and employer's liability insurance in force
throughout the duration of the contract in an amount which meets the statutory
requirement with an insurance carrier acceptable to the City. The insurance policy shall
include a provision prohibiting cancellation of said policy except upon thirty(30) days
prior written notice to City. Certificates of Insurance shall be delivered to City within
fifteen (15) days of execution of the agreement.
B. Consultant expressly waives all rights to subrogation against the City, its officers,
employees and volunteers for losses arising from work performed by Consultant for City
by expressly waiving Consultant's immunity for injuries to Consultant's employees and
agrees that the obligation to indemnify, defend and hold harmless provided for in this
Agreement extend 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 are 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 the contract comprehensive general liability insurance covering
all work under this Agreement, including work done by subcontractors, ��ith carriers
acceptable to alae City. Minimum coverages 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. The City shall be named as an additional insured and
the insurance policy shall include a provision prohibiting cancellation of said policy except
upon thirty (30 days prior written notice to the City.
6A Business Aute Liability Insurance. Consultant shall carry business auto liability coverage.
with.minimum limits of five hundred thousand dollars 0500,000)per occurrence,combined
CAMProject DocumertslContract Doeumen;MatefNCDNI1350fagt-wpd
single limit for bodily injury liability and property damage liability. This coverage shall
include all Consultant owned vehicles used on the Agreement, hired and non-owned
vehicles, and employee non-ownership vehicles.
6.5 Professional Liabilitv Insurance. Agreements with Consultants who are required to be
professionally certified by the State, shall be required to provide professional liability
insurance in the amount of one million dollars($1,000,000)on a claims made basis and one
million dollars {$1,000,000} in the aggregate.
6.6 Hold Harmless and Indemnification. Consultant shall indemnify,hold harmless and defend
City and its elected officials, agents and employees from and against any and all claims,
losses or liability,including attorney's fees,arising from injury or death to persons or damage
fC
to property occasioned by any act,omission or failure to act oonsultant,its subcontractors.
and any officers,agents and employees in performing the work required by this Agreement.
Consultant's obligations under this provisions shall not be limited in any way by any terms
of this Agreement, or the insurance limits.
ARTICLE 7 - GENERAL CONSIDERATIONS
7.1 In the event any action is commenced to enforce or interpret any of the terms or conditions
of this Agreement the prevailing party shall, in addition to any costs and other relief. be
entitled to the recovery of its reasonable attorneys' fees.
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
conditions of this Agreement.
7.3 Consultant's key personnel for the Project are:
Project Manager: Izzat Hamawi
QualityControl: Bruce Chalmers
Principle in Charge: Richard Corneille
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.
C:'My Project Doeuments;Contract Documents\watef\CDM1350 agtwpd 4
7.4 All documents, records, drawings, designs, costs estimates, electronic data files and
databases and other Project documents developed by the Consultantpursuant to this
Agreement 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. Notwithstanding any other
provision of this Agreement, all of Consultant's pre-existing or proprietary computer
programs, software, information or materials developed by Consultant outside of this
Agreement shall remain the exclusive property of Consultant.
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 (1 Q) days
prior written 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.
7.9 This Agreement,including the attachments incorporated herein by reference, represents the
entire agreement and understanding between the parties 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.
171
7.10 This Agreement shall be governed by and construed in accordance with the laws of the State
of California.
C:\DOCUMEWS AND SETTINGS\CORNEILLERIN'MY DOCUMENTSJEMP'REDINNDS 1350 AC REEWNT.DOC 5
IN FITNESS WHEREOF,duly authorized representatives of the City and Consultant have
signed in confirmation of this Agreement.
City of Redlands Camp Dresser& McKee
("City") ("Consultant")
By:
PAT GILBREATH RICHARD CORNEILLE
Mayor Vice President
ATTEST:
�j
City CI , City of Re an s
C.,.Dt}c"UME NTS AND SETTUNGWORNEII_t.ERW.IMY DOC't,M NTS\\EMP%1REL71.hNDS 1350 AGREEMENT.DOC
6
AGREEMENT TO FURNISH SERVICES FOR
REVIEW AND UPDATE OF THE 1350 ZONE RESERVOIR AND TRANSMISSION
PIPELINE CONSTRUCTION CONTRACT DOCUMENTS
ATTACHMENT A
SCOPE OF SERVICES
C:\DOCUMENTS AND SETrf.NGS\,c0RNElLl-ERAr,,MY D0CtjMENTS',TEMP,.REDl-ANDS 1350 AGREEMENT.DOC
Scope of work To Review and Update the 1350 Zone Reservoir and
Transmission Pipeline Construction Contract Documents
1. Update all applicable front-end documents to include any changes the City may
have made to their standard front-end documents and/or CDM and Green' Book
specifications.
2. Perform further utility investigation since new utilities may have been installed
within the project area that could impact the design of the pipeline.
3. Perform review and revision to the structural design to meet the 1997 UBC,
including updating the geotechnical seismic soil factor recommendation to the 1997
UBC coefficients, as these are different from the 1994 UBC.
4. Review drawings and update the electrical design to conform to the latest edition of
the National Electrical Code adopted by the City.
5. Create the prestressed contract biddingOspecification to open up the bidding
documents to allow more bidders. CDM designed this reservoir in conjunction with
the DYK method of design and construction in 1996/97, as DYK was the only
provider of prestressed wire wrapped concrete reservoirs on the West Coast back
then. This method is valid today,however there are two competitors of DYK today,
BBR and Crom. For this reason the reservoir specifications should be a structural
design that all allows all three potential bidder to submit bids.
C:\terrpie%OLK0,qcove of wor.k.doc
AGREEMENT TO FURNISH SERVICES FOR
REVIEW AND UPDATE OF THE 1350 ZONE RESERVOIR AND TRANSMISSION
PIPELINE CONSTRUCTION CONTRACT DOCUMENTS
ATTACHMENT B
PROJECT SCHEDULE
C00CUMENTS AND SETTLNGS"CORNEILLERIA"MY DOCUMENTSFEWREMANDS 1350 AGREEMENT.DO-C
City of Redlands
Review and Update The 1350 Zone Reservoir
and Transmission Pipeline Construction Contract Documents
Proposed Project Schedule
L L
E E E E
c a � m e t
Z iC Z ❑ ❑ O � p 'M � ��,•
Task Task Description 12 19 26 3 1 Q 17 24 31 7 14 21
Task I Update Front land Documents
Task 2 LtilitV Investigation
Task 3 Update Structural Design
Task 4 Update Electrical Drawings
Task = Contract Bidding Specs to Open up process
Task 6 Citi' Review
i
Task 7 lCompleir Drawings and Specs
CDM 10/30/2001
schedulerev-A.xlsSchedule
AGREEMENT TO FURNISH SERVICES FOR
REVIEW AND UPDATE OF THE 1350 ZONE RESERVOIR AND TRANSMISSION
PIPELINE CONSTRUCTION CONTRACT DOCUMENTS
ATTACHMENT C
PROJECT FEE
C:'SDOCUMENTS AND SETrlNGS\C0RNFlLLERW`,MY DOCUMENTSATMRREDLANDS 1350 AGREEMENYDOC
if? �
Er$
� `t"� i� N ffi EA � .�•.
Efi
J "J
J
:Q
Ut
N
v
Cl (J7 J
J
t^:
f
72
,
{ t
}
AGREEMENT TO FURNISHSERVICES FOR
VIEW AND UPDATE OF THE 1350 ZONE RESERVOIR AND T RANSMISSION
PIPELINE CONSTRUCTION'CONTRACT DOCUMENTS
ATTACHMENT D
RATESCHEDULE
CADOCUMENTS AM SEMNGSTORNEILLERWNYDOCUMENTSJEWREDLANDS 1350 AGREEMENT.DOC
CAMP DRESSER & MCKEE INC.
SCHEDULE OF HOURL Y RA TES
January 1, 2001
Categories Hourly Rate
EngineerslscientistslPlanners:
Gracie 1
Grade 2 $80.00
Grade 3 90.00
Grade 4 100.00
Gracie 5 110.00
Grade 6 125.00
Principal 135.00
Associate 150.00
Vice President 160.00
Sr. Vice President 175.00
18500
Support service:
Designer Drafter 1
Designer Drafter 2 55.00
Designer Drafter 3 65.00
Designer Drafter 4 75.00
Designer Drafter 5 80.00
Designer Drafter 6 85.00
Designer Drafter 7 95.00
Designer Drafter 8 110.00
Inspectors (CNRI4) 120.00
(Citi R15) 75.00
Administrative Manager 90.00
Administrative Assistant 7500
Office Clerk 55.00
Clerical Manager 40.00
Word Processor 55.00
Technical Writer 55.00
Financial Manager 75.00
Contract Administrator 90.00
Finance Assistant 75.00
Accounting Clerk 45.00
45.00
Miscellaneous Expenses:
Auto Mileage
Computer Time-PC 0 0.345/Mile
4-00/
Computer Time-AutoCAD 4 /Hour
12.00/HourReproduction Services 12.00/Hour
Black and White Copies
Color Copies $0.10/Page
Outside Services 1.00;'Page
Materials and Other Expenses Cost=- 10%
Cost+ 10'.
C:jtem--oie';OLK2\R-ATES2001std.Gbc