Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contracts & Agreements_55-2022
AGREEMENT TO PERFORM PROFESSIONAL SERVICES This agreement for the provision of professional engineering services (` Agreement") is made and entered in this 19th day of April, 2022 ("Effective Date"), by and between the City of Redlands, a municipal corporation and general law city ("City") and Carollo Engineers, Inc. a Delaware corporation ("Consultant"). City and Consultant are sometimes individually referred to herein as a `Party' and, together, as the `Parties. In consideration of the mutual promises contained herein, City and Consultant agree as follows: 11 ARTICLE 1 — ENGAGEMENT OF CONSULTANT City hereby engages Consultant to design and prepare plans and specifications for City for a replacement raw influent pipeline and associated facilities to supply the Tate Water Treatment Plant to be constructed in the future (the `Services"). 1.2 The Services shall be performed by Consultant in a professional manner, and Consultant represents that it has the skill and the professional expertise necessary to provide the Services to City at a level of competency presently maintained by other practicing professional consultants in the industry providing like and similar types of Services. ARTICLE 2 — SERVICES OF CONSULTANT 2.1 The Services that Consultant shall perform are more particularly described in Exhibit A, titled `Scope of Services, which is attached hereto and incorporated herein by reference. 2.2 Consultant shall comply with applicable federal, state and local laws and regulations in the performance of this Agreement including, but not limited to, any applicable State prevailing wage laws. 2.3 Consultant shall not be liable to and/or indemnify City and/or any third party related to any inconsistencies between Consultant's data projections and estimates and actual costs and/or quantities realized by City and/or any third party in the future, except to the extent such inaccuracies are caused by Consultant's negligent performance hereunder. ARTICLE 3 — RESPONSIBILITIES OF CITY 3.1 City designates John R. Harris, Municipal Utilities and Engineering Department Director, as City's representative with respect to performance of the Services, and such person shall have the authority to transmit instructions, receive information, interpret and define City's policies and decisions with respect to performance of the Services. 3.2 City shall furnish Consultant available studies, reports and other data pertinent to Consultant's services; obtain or authorize Consultant to obtain or provide additional reports and data as required; furnish to Consultant services of others required for the performance of Consultant's services hereunder, and Consultant shall be entitled to use 1 L:\ca\djm\Agreements\Carollo Engineers Agreement.PS-1 1 FY21-0090.docjn and reasonably rely upon all such information and services provided by City or others in performing Consultant's services under this Agreement. 3.3 Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others for this project or on any other project. Any reuse of completed documents or use of partially completed documents without written verification or concurrence by Consultant for the specific purpose intended will be at City's sole risk and without liability or legal exposure to Consultant. 3 4 City shall arrange for access to and make all provisions for Consultant to enter upon public and private property as required for Consultant to perform services hereunder. ARTICLE 4 — PERFORMANCE OF SERVICES 4 1 Consultant shall perform and complete the Services in a prompt and diligent manner in accordance with the schedule set forth in Exhibit A, titled `Consultant Proposal, which is attached hereto and incorporated herein by reference. 4.2 The term of this Agreement shall be for a period of eighteen (18) months from the Effective Date of this Agreement, unless terminated earlier as provided herein. 4.3 If Consultant's Services include deliverable electronic visual presentation materials, such materials shall be delivered in a form, and made available to City consistent with City Council -adopted policy for the same. It shall be the obligation of Consultant to obtain a copy of such policy from City staff. 4 4 Consultant is not responsible for damage or delay in performance caused by events beyond the reasonable control of Consultant. In the event Consultant's services are suspended, delayed or interrupted for the convenience of City or delays occur beyond the reasonable control of Consultant, an equitable adjustment in Consultant's time of performance and cost of Consultant's personnel and subcontractors may be made. ARTICLE 5 — PAYMENTS TO CONSULTANT 5 1 Total compensation for Consultant's performance of the Services shall not exceed the amount of eight hundred thirty five thousand five hundred forty nine dollars ($835,549). City shall pay Consultant on a time and materials basis up to the not to exceed amount in accordance with Exhibit `B, titled 'Cost Proposal, which is attached hereto and incorporated herein by reference. 5.2 Consultant shall submit monthly invoices to City describing the Services performed during the preceding month. Consultant's invoices shall include a brief description of the Services performed, the dates the Services were performed, the number of hours spent and by whom, and a description of reimbursable expenses related to the Services. City 2 L \ca\djm\Agreements\Carollo Engineers Agreement.PS-1 1.FY21-0090.doc pr shall pay Consultant no later than thirty (30) days after receipt and approval by City of Consultant's invoice. 5.3 Any notice or other communication required, or which may be given, pursuant to this Agreement, shall be in writing. Any such notice shall be deemed delivered (j) on the date of delivery in person; (ii) five (5) days after deposit in first class registered mail, with return receipt requested; (iii) on the actual delivery date if deposited with an overnight courier or (iv) on the date sent by facsimile or electronic mail transmission (including PDF), if confirmed with a copy sent contemporaneously by first class, certified, registered or express mail; in each case properly posted and fully prepaid to the appropriate address set forth below or such other address as a Party may provide notice in accordance with this section: CITY. John R. Harris, MUED Director City of Redlands 35 Cajon Street, Suite 15A P.O Box 3005 (mailing) Redlands, CA 92373 jharris@cityofredlands.org Phone: (909) 798-7658 CONSULTANT. Graham J.G. Juby Senior Project Manager Carollo Engineers, Inc. 3400 Central Avenue, Suite 205 Riverside, CA 92506 GJGJuby@carollo.com Phone: (951) 776-3955 Fax: (951) 776-4207 ARTICLE 6 — INSURANCE AND INDEMNIFICATION 6.1 The following insurance coverage required by this Agreement shall be maintained by Consultant for the duration of its performance of the Services. Consultant shall not perform any Services unless and until the required insurance listed below is obtained by Consultant. Consultant shall provide City with certificates of insurance and endorsements evidencing such insurance prior to commencement of the Services. Insurance policies shall include a provision prohibiting cancellation or modification of the policy except upon thirty (30) days prior written notice to City A. Workers' Compensation and Employer s Liability insurance in the amount that meets statutory requirements with an insurance carrier acceptable to City or certification to City that Consultant is self -insured or exempt from the workers' compensation laws of the State of California. Consultant shall execute and provide City with Exhibit `C, titled `Workers' Compensation Insurance Certification, which is attached hereto and incorporated herein by this reference, prior to performance of the Services. B. Comprehensive General Liability insurance with carriers acceptable to City in the minimum amount 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. City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City 3 L \ca\dpn\Agreements\Caiollo Engineers Agreement PS-1 1 FY21-0090.doe.jn C. Consultant shall secure and maintain professional liability insurance throughout the term of this Agreement in the amount of One Million Dollars ($1,000,000) per claim made. D Business Auto Liability coverage, with minimum limits of One Million Dollars ($1,000,000) per occurrence, combined single limit 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, hired and non -owned vehicles, and employee non -ownership vehicles. City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City E. Consultant is expressly prohibited from assigning or subcontracting any of the Services without the prior written consent of City In the event of mutual agreement by the Parties to assign or subcontract a portion of the Services, Consultant shall add such assignee or subcontractor as an additional insured to the insurance policies required hereby and provide City with the insurance endorsements prior to any Services being performed by the assignee or subcontractor. 6.2 Consultant shall defend, indemnify and hold harmless City and its elected and appointed officials, employees and agents from and against any and all claims, losses or liability including attorneys' fees, arising from injury or death to persons or damage to property to the extent caused by any negligent act or omission by or the willful misconduct of, Consultant, or its officers, employees and agents in performing the Services. In no event shall the cost to defend charged to Consultant exceed Consultant s proportionate percentage of fault. 6.3 Neither party shall be responsible for economic, incidental and/or consequential damages to the other party and/or any third party Additionally Consultant shall not be responsible for acts and decisions of third parties, including governmental agencies, other than Consultant's subconsultants, that impact project completion and/or success. Consultant and its subconsultants shall only be liable for any damage caused by negligence related to cleaning activities required to facilitate the CCTV inspection. ARTICLE 7 — CONFLICTS OF INTEREST 7 1 Consultant covenants and represents that it does not have any investment or interest in any real property that may be the subject of this Agreement or any other source of income, interest in real property or investment that 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: 4 L \ealdjm\Agreements\Carollo Engin ers Agreement.PS-1.1.FY21-0090 doe jn A. Does not make a governmental decision whether to: (i) approve a rate, rule or regulation, or adopt or enforce a City law. (ii) issue, deny suspend or revoke any City permit, license, application, certification, approval, order or similar authorization or entitlement; (iii) authorize City to enter into, modify or renew a contract; (iv) grant 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) grant City approval to a plan, design, report, study or similar item; (vi) adopt, or grant 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 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. 7.3 In the event City determines that Consultant must disclose its financial interests, Consultant shall complete and file a Fair Political Practices Commission Form 700, Statement of Economic Interests, with the City Clerk's office pursuant to the written instructions provided by the City Clerk. ARTICLE 8 — GENERAL CONSIDERATIONS 8.1 In the event any action is commenced to enforce or interpret any of the terms or conditions of this Agreement the prevailing Party shall, in addition to any costs and other relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for the use of in-house counsel by a Party 8.2 Consultant shall not assign any of the Services, except with the prior written approval of City and in strict compliance with the terms and conditions of this Agreement. Any assignment or attempted assignment without such prior written consent may in the sole discretion of City result in City's immediate termination of this Agreement. 8.3 Consultant is for all purposes under this Agreement an independent contractor and shall perform the Services as an independent contractor. Neither City nor any its agents shall have control over the conduct of Consultant or Consultant's employees, except as herein set forth. Consultant shall supply all necessary tools and instrumentalities required to perform the Services. Assigned personnel employed by Consultant are for its account only and in no event shall Consultant or 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 as an agent, nor shall Consultant have any authority express or implied, to bind City to any obligation. 5 L:\La\djm\Agreements\Carollo Engmeeis Agreement.PS-I .I.FY21-0090.doc.jn 8.4 This Agreement may be terminated by City in its sole discretion, by providing not less than five (5) days prior written notice to Consultant of City's intent to terminate. 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. Upon receipt of a termination notice, Consultant shall immediately discontinue its provision of the Services and, within five (5) days of the date of the termination notice, deliver or otherwise make available to City copies (in both hard copy and electronic form, where applicable) of project related 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. Consultant shall be compensated on a pro-rata basis for Services completed up to the date of termination. 8.5 Consultant shall maintain books, ledgers, invoices, accounts and 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 to this Agreement. Such books shall be available at reasonable times for examination by City at the office of Consultant. 8.6 This Agreement, including the Exhibits incorporated herein by reference, represents the entire agreement and understanding between the Parties as to the matters contained herein, and any prior negotiations, written proposals or verbal agreements relating to such matters are superseded by this Agreement. Except as otherwise provided for herein, any amendment to this Agreement shall be in writing, approved by City and signed by City and Consultant. 8.7 This Agreement shall be governed by and construed in accordance with the laws of the State of California, without regard to its conflicts of laws provisions. The Parties agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated only in the state courts located in San Bernardino County California, and the federal courts located in Riverside County California. 8.8 If one or more of the sentences, clauses, paragraphs or sections contained in this Agreement is declared invalid, void or unenforceable by a court of competent jurisdiction, the same shall be deemed severable from the remainder of this Agreement and shall not affect, impair or invalidate 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 Agreement. 8.9 The services to be performed by Consultant are intended solely for the benefit of City No person or entity not a signatory to this Agreement shall be entitled to rely on Consultant's performance of its services hereunder and no right to assert a claim against Consultant by assignment of indemnity rights or otherwise shall accrue to a third party as a result of this Agreement or the performance of Consultant's services hereunder. 6 L.\caldjm\Agreements\Carollo Engineers Agreement PS-1 1 FY2 I-0090.docgr IN WITNESS WHEREOF, duly authorized representatives of City and Consultant have signed to confirmation of this Agreement CITY O - °1 DL - NDS By CAROLLO ENGINEERS, INC Paul T Butch, Mayor Graham J G Juby, Senior Project Manager AFIEST By _ ..- .,/A-4 ne Donaldson, City Clerk Enc M Mills, Client Services Director 7 L 1caldjmlAgreements\Carona Engineers Agreement.PS 1 1 FY21 0090.doc.jn EXHIBIT A SCOPE OF SERVICES [ATTACHED] 8 L:\ca\djm\Agreements\Carollo Engineers AgreementPS- I.I FY2 I-0090.doc.jn CITY OF REDLANDS MUNICIPAL UTILITIES & ENGINEERING DEPARTMENT TATE WTP RAW WATER INFLUENT LINE REPLACEMENT PROJECT CAROLLO ENGINEERS SCOPE OF WORT{ The Tate Water Treatment Plant (WTP) has a potable water treatment design capacity of twenty (20) million gallons per day (MGD), with average daily production of seven (7) MGD and peak day production of eleven (11) MGD during the peak water use season (July — August). This WTP operates in the 2,340' pressure zone. The City has added enhancements to the Tate WTP that provide more water supply reliability by allowing State Water Project water to mixed with Mill Creek water for treatment. Brady & Associates, Inc. (Brady) recently completed a condition, structural, and seismic assessment of the Tate WTP raw water transmission line and recommended a new parallel pipeline to be constructed. The purpose of this project is to engineer and construct a new influent pipeline from the box structure near Power House No. 1 across Mill Creek Channel and connecting to the Tate WTP connection point identified in the RFP This project also includes a distribution line to Crafton Water Company with two separate valve and flow meter vaults. The influent pipeline will be constructed in two phases per RFP Addendum No. 1 requirements. For this reason, we have estimated two separate sets of construction documents (plans, specifications, and cost estimates) will be prepared as part of the final design. The scope of work detailed below is intended to capture all tasks necessary to allow for preparation of bidding and construction documents for the proposed project. Several optional tasks have also been included for the City to consider. Task 1— Project Management and Meetings It is assumed that the project will take approximately 14-months to complete. This task includes general project management and meetings. A. Prepare monthly invoices including a Progress Report summarizing work performed for the invoice period, supporting tabulation of hours by date and task for employees working on the project, and supporting expense reports and invoices for reimbursable expenses. B. Attend monthly 90-minute project meetings with the MUED staff to discuss project progress and any engineering issues that arise. Meetings may be performed remotely Meeting agendas will be established in collaboration with MUED staff. A total of 8 project meetings has been assumed. 1 C. Attend six in -person 90-minute design review meetings. In place of a monthly project meeting, attend in -person design review meetings as follows: a. Project kickoff meeting, b. Pipeline Alternatives meeting, c. 30% design review meeting, d. 60% design review meeting, e. 90% design review meeting, f. Final design completion meeting. Carollo will develop a data needs list that will be submitted to City before or at the kickoff meeting. The list will be updated as the project proceeds identifying data received and data still to be received. Data received from City will be reviewed as needed to provide information for the project. Meeting agendas will be established in collaboration with MUED staff. Deliverables. Meeting Agendas, Meeting Notes, Presentation Materials, Monthly Invoices, Monthly Progress Reports, Date Needs List in electronic format. List will be updated regularly as needed. Task 2 — Pipeline Alternatives Evaluation Carollo will review the Brady assessment and recommendations and conduct additional research and site investigations necessary to evaluate up to three separate pipeline alignments and the construction alternatives listed below to replace the Tate WTP raw water transmission line, including associated valves, control and metering systems (including SCADA), and plumbing systems. It has been assumed that no additional assessment of the existing transmission line is necessary An important component of this project is the addition of equipment necessary to connect to, and meter, water delivered to Crafton Water Company and to the San Bernardino Valley Water Conservation District. Carollo will evaluate up to three pipeline alternatives, including both trenched and trenchless construction alternatives. Carollo will provide a list of pros and cons for various replacement construction alternatives, including. 1 Construction of a replacement transmission line with the same diameter or larger, and along the same alignment; 2. Construction of a replacement transmission line with the same diameters evaluated for Alternative 1 along a modified alignment to the west of the existing line; 3 Construction of a replacement transmission line with the same diameters considered for Alternatives 1 and 2, along a modified alignment to the east of the existing line. 4 Rehabilitation of the existing transmission line, and construction of a redundant transmission line (side -by -side and along a new alignment). 2 A. Carollo will provide conceptual land acquisition (if necessary) and construction cost estimates, including site civil work, access roads, fencing, piping, and control systems, and other associated temporary and permanent construction elements for each of the replacement construction alternatives. At the conclusion of Task 2, the City staff will select a preferred construction alternative and alignment. Carollo will prepare Technical Memorandum (TM) No. 1 that will be the basis for selection of the preferred alternative and which will consider the following minimum items: a. Condition Assessment/Rehabilitation. Review the Brady condition assessment report. It has been assumed that additional interior, or exterior condition assessment work will not be required. Should such additional work be determined as being needed in order to complete the design, then this will be discussed separately with the City and a suitable approach identified. b. Material Types. Evaluate various construction material types to rehabilitate and/or replace the raw water transmission line. c. Hydraulics. Evaluate the hydraulic implications of various pipe configurations (e.g. single line, redundant line, control systems, pumping needs, piping schematics, etc.). d. Water Quality Identify implications of water quality on various pipe configurations and material types. e. Foundations. At a planning level, identify typical pipe support foundation alternatives, casing pipe needs, and identify any slope -stability concerns, all as appropriate. f. Regulatory Constraints. Research and identify any regulatory constraints (e.g. SWRCB, USACE, DDW Air Quality Management Division, Caltrans etc.) that may have implications on the foundation and/or pipe location, material type, or geometry Research and identify necessary construction permitting and the level of CEQA evaluation and documentation necessary for each alternative. Prepare a table and schedule to indicate the anticipated permit requirements and timeline anticipated for obtaining each permit. B Evaluate life cycle costs (as net present and annual worth) for alternatives under consideration. This shall include the initial capital investment as well as anticipated maintenance and replacement costs. C. Present results of the alternatives evaluation to MUED staff for selection of the preferred alternative. The alternative evaluation will be presented as part of TM-1 Figures, photographs, and estimate tables accompanied by a meeting/presentation materials will be included as an Appendix to TM-1 3 After receiving the City's comments on the draft TM-1, Carollo will prepare and submit a final version of TM-1 which will be used as the basis for the design phase. Deliverables. Draft and Final versions of TM-1 and supporting exhibits in electronic format. Task 3 Site Survey and Basemap Preparation Carollo will sub -contract with a surveyor to conduct the following work: A. Perform a site survey within the project area for existing surface features, topography and utilities as necessary for engineering. Utility data shall be obtained by performing 811 utility locates and will likely require follow up with individual utility companies who fail to locate their lines. City will provide existing shapefiles for water, sewer, and storm utilities to supplement field surveys. B. Perform field surveys as necessary to establish property boundaries and easements adjoining the project site. C. Perform the potholing of existing utilities where necessary to collect data for design (e.g. elevations at critical crossings or where potential for conflict exists). Survey the locations of exposed utilities. D Coordinate jet -tracing of any gravity utility lines that require tracing and survey the marked locations. The actual jet -tracing will be performed by the City E. Establish local survey control within the project area and place survey control monuments as necessary along the project alignment. Monuments shall be a 45 set rebar at least four feet (4') deep with an aluminum cap. F Prepare an AutoCAD basemap of the project for use in subsequent planning, design, and plan preparation. Deliverables. AutoCAD basemap of the site for use in subsequent planning, design, and plan preparation. Task 4 Geotechnical Investigations Carollo will sub -contract with a geotechnical consultant to conduct the following work: A. Perform geotechnical borings and laboratory analyses as necessary to engineer the proposed pipe foundations and site improvements. B. Perform soil analyses to determine the corrosion potential along the pipeline alignment and develop a cathodic protection system as necessary based on the analyses results. C. Perform slope -stability studies as necessary to aid in final siting of the pipe and foundations, and identify any special considerations required to maintain stability of the areas and avoid compromising the pipe and foundations or associated improvements. D Prepare a geotechnical report summarizing the methods, findings, and recommendations resulting from the geotechnical investigations. 4 Deliverables: Draft and Final versions of a Geotechnical Report in electronic format. Task 5 Final Engineering A. Carollo will perform the final engineering of the preferred alternative to include the raw water transmission line, foundations, control structures, instrumentation, manholes and vaults, and any other elements necessary to bring the system into service. Final engineering will include provisions for connections to existing Tate WTP system piping. B. Engineer site improvements within the project areas to include site grading, drainage, perimeter fencing, and access roadways. Given the small scale of the project (less than 1 acre of additional impervious area created), it is anticipated that stormwater detention and permanent water quality BMPs are not required. C. Coordinate with dry utility companies (gas, power, communications, etc.) to relocate any existing utilities in conflict with the proposed improvements. The actual relocation designs will be performed by the utility owners and billed to City D Coordinate Engineering with outside agencies based on the findings in TM-01 (i.e. San Bernardino County Flood Control District, USACE, RWQCB, FEMA, etc.) to include permitting, design reviews, specification reviews, etc. Actual permitting fees will be paid by City E. Engineer erosion control plans indicating erosion control minimums to be implemented by the Contractors. A detailed SWPPP is outside of the scope of work and will be prepared by the Contractors. Construction Documents A. Prepare suitable -for -construction engineering drawings for the project to include, but not be limited to, the following: a. Title Sheet b. General Notes Sheet c. Existing Conditions Sheet (with identification of available project access and staging areas) d. Survey Control Sheet e. Erosion Control Plan f Removal/Demolition Plans g. Pipe Plans (including foundations, piping, plans and profiles) h. Connection Piping Details i. Control System Plans j. Utility/Power Plans (as necessary) k. Utility Relocation Plans 1. Site Grading and Drainage Plans m. Site Security Plans (perimeter fencing and access gates) n. Detail Sheets (as necessary) o. Site Restoration Plans 5 p. Additional plan sheets necessary to create a plan set suitable for bidding and construction B. Prepare detailed specifications for project construction. C. Plans and specifications shall be submitted to the City for review and comment at the 30%, 60%, 90%, and final design completion level. D Using a bid form prepared in collaboration with City prepare a summary of quantities for the final design. E. Prepare an engineer's opinion of probable construction cost at the 30%, 60%, 90%, and final design completion levels. Task 5.1 — 30% Design A preliminary drawing list that includes the anticipated 100% submittal drawing list is included in Attachment A. This attachment includes a separate preliminary list of drawings for Phase 1 and Phase 2. This list of drawings may be adjusted based on the findings of Task 2 described above. The drawings will be prepared in the current Carollo version of Bentley's Microstation or Revit and converted to AutoCAD files, and the specifications will be prepared in the current Carollo version of Microsoft Word in the 17-Division format. Project will use the City Front -End Specifications (Division 0), which will be provided by the City Division 1 and the other technical specifications will be provided by Carollo. The 30% submittal drawings will include sufficient early development to display the basic format of the plan set for each of the disciplines required to complete the work. The submittal will include the basic organization sheets, sufficient detail to show the basic layout of facilities, process instrumentation and control diagrams, SCADA Block Diagram, and single line power diagrams, as needed. The plans will provide specific horizontal and vertical control for all proposed underground facilities. The specifications will include a summary Table of Contents for all specifications anticipated for the project. Specifications included at this point will still include marked - up sections, for further development. After review of the 30% submittal by City a design review meeting will be held with City to review and discuss their comments. The City's comments on the 30% drawings will be incorporated into the 60% design submittal. Preliminary Construction Cost Estimate A preliminary construction cost estimate will be prepared and included as part of the 30% Submittal. A separate construction cost estimate will be provided for Phase 1 and Phase 2. Deliverables. 30% Design Package that includes selected drawings to approximately 30% level of completion for Phases 1 and 2 and Technical Specifications Table of Contents, and opinion of probable construction cost, all as a pdf set of the drawings and specifications files. 6 Task 6.2 — Final Design Following receipt of the City's comments on the 30% Design Submittal, Carollo will advance the design to approximately 60%. Provide a 60% Design Submittal to the City that now includes all drawing sheets anticipated in the two Bid Sets, and all specifications, although some may still need to be finalized. With the 60% submittal include an updated construction cost estimate for both Phases of the project. After the City's review period, Carollo will meet with City to receive comments and feedback on the plans and specifications in a design review meeting. Following receipt of the City's comments on the 60% Design Submittal, Carollo will advance the design to 90%. Carollo will provide a 90% Design Submittal to the City that now includes a complete set of drawing sheets and all specifications separated into Phase 1 and Phase 2 packages. In parallel with the City s review of the 90% submittal, conduct an in-house QA/QC check of the plans and specifications. After the City's review period, Carollo will meet with City to receive comments and feedback on the plans and specifications. Following receipt of the City's comments on the 90% Design Submittal, and comments from Carollo s in-house checking team, Carollo will advance the design to 100% incorporating all comments. Carollo will provide a 100% Design Submittal to the City that now includes a complete set of all drawing sheets and all specifications for both Phase 1 and Phase 2 packages. Together with 100% submittal, submit the final Engineer s Opinion of Probable Construction Cost. Using a bid form prepared in collaboration with City Carollo will prepare a summary of quantities for the final design and submit those with the 100% Submittal. Carollo will incorporate any final comments into the documents and prepare and submit the two Bid Set packages for Phase 1 and Phase 2. Deliverables. 60%, 90% and 100% Design Drawings and Specifications all in PDF format. Bid Set Drawings and Specifications packages, for Phase 1 and Phase 2 will be prepared as print -ready full-sized drawings (1 set) and a pdf set of the drawings in full- size and halfsize, One set ofmaster specifications on both 8 1/2 x11 paper unbound and in digital form. All deliverables will be in two separate packages for Phase 1 and Phase 2 work. 7 ADDITIONAL OPTIONAL TASKS We have included several optional tasks for the City to consider in case they become needed. These tasks are: Task 6 — Potholing: We have included a budgetary item due to unknown number of utilities. Task 7 — Title report and easement legal descriptions: We have included a budgetary item based on an assumed number of five due to the unknown number of easements that may be required. Task 8 — Trenchless Installation Evaluation and Report: If trenchless installation of the pipeline under Mill Creek Channel is selected, we will request Brierley and Associates, our tunneling subconsultant, to evaluate and recommend the tunneling method to be used. Task 9 — Additional Geotechnical Investigations if needed. ASSUMPTIONS The Scope of Work developed above and the associated labor hour effort to complete the work was based on the following assumptions: 1 The duration of the project design will be approximately 14 months from receipt of the Notice to Proceed. 2. No additional conditional assessment of the existing Tate WTP raw water transmission line will be needed. 3 Scour analysis of Mill Creek Channel is not included. We understand that a scour analysis is available from SBCFCD 4 Traffic control plans are not included. The City will provide traffic control plans for inclusion. 5 City will provide the following services as needed during the project: a. Provide potholing and/or jet -tracing of any utilities with uncertain locations. We have included a budgetary item under Optional Task 7 for $20,000 for potholing; b. Provide plan reviews of intermediate submittals in a timely manner (assumed to be 2-weeks); c. Provide bid documents to prospective bidders (including printing and the bid form template) and bid the projects; d. Provide cost data from recent projects for use in preparation of engineer s cost estimates; e. Pay for costs associated with dry utility company (gas, power, communication) design fees. f. Apply for and pay the fees associated with obtaining permits. 6. Costs incurred by the utility companies for their design work will be paid for directly by the City 7 The bidding documents will use City's Front End (Division 0). The City will provide the latest version of the their Front End to Carollo for review and co- ordination with the rest of the technical specifications. 8 8. A detailed SWPPP is outside of the scope of work and will be prepared by the Contractor 9 Printing of Bid Sets for Bidding will be provided by City as needed. 10. Bid services are not included in the Scope of Work. 11 Public Outreach will be provided by City Attachment A includes a preliminary List of Drawings for Phase 1 and Phase 2 design. Total sheet count is 58. 9 Attachment A Preliminary List of Drawin s — Phase 1 SIWET Nor. - Drawing Title No. of GENERAL 4 G-1 COVER SHEET, VICINITY, AND LOCATION MAP 1 G-2 DRAWING INDEX 1 G-3 LEGEND, SYMBOLS, AND ABBREVIATIONS 1 G-4 KEY PLAN, STAGING AREA, AND SURVEY CONTROL DATA 1 CIVIL 7 GC-1 GENERAL CIVIL NOTES, LEGEND, AND SYMBOLS 1 GC-2 CIVIL STANDARD DETAILS 1 1 GC-3 CIVIL STANDARD DETAILS 2 1 C-1 TRANSMISSION PIPELINE PLAN AND PROFILE - 1 I C-2 TRANSMISSION PIPELINE PLAN AND PROFILE 2 1 C-3 BOX STRUCTURE SITE PLAN, SECTIONS, AND DETAILS 1 C-4 MILL CREEK CHANNEL CROSSING DETAILS 1 STRUCTURAL 5 GS-1 GENERAL STRUCTURAL NOTES 1 GS-2 STANDARD STRUCTURAL DETAILS - 1 1 GS-3 STANDARD STRUCTURAL DETAILS - 2 1 S- I BOX STRUTURE REPLACEMENT PLAN 1 S-2 BOX STRUTURE REPLACEMENT SECTIONS AND DETAILS Total Number of Drawings 1 16 10 Attachment A Preliminary List of Drawings — Phase 2 SHEET No. No. of rawIII s GENERAL 4 G-1 COVER SHEET, VICINITY, AND LOCATION MAP 1 G-2 DRAWING INDEX 1 G-3 LEGEND, SYMBOLS, AND ABBREVIATIONS 1 G-4 OVERALL SITE PLAN 1 CIVIL 12 GC 1 GENERAL CIVIL NOTES, LEGEND, AND SYMBOLS 1 GC 2 STANDRD CIVIL DETAILS — 1 1 GC 3 STANDRD CIVIL DETAILS — 2 1 C-1 TRANSMISSION PIPELINE PLAN AND PROFILE 1 1 C-2 TRANSMISSION PIPELINE PLAN AND PROFILE - 2 1 C-3 TRANSMISSION PIPELINE PLAN AND PROFILE - 3 1 C-4 CRAFTON TRANSMISSION PIPELINE PLAN AND PROFILE - 4 1 C-5 VALVE VAULT/FLOWMETER VAULT PLANS 1 C-6 VALVE VAULT/METER VAULT SECTIONS 1 C-7 CRAFTON VALVE/FLOWMETER VAULT PLANS 1 C-8 CRAFTON VALVE/FLOWMETER VAULT SECTIONS 1 C-9 MISCELLANEOUS PIPELINE CONNECTION DETAILS 1 STRUCTURAL 6 GS-1 GENERAL STRUCTURAL NOTES 1 GS-2 STANDARD STRUCTURAL DETAILS - 1 1 GS-3 STANDARD STRUCTURAL DETAILS - 2 1 S-1 VALVE/FLOWMETER VAULT PLANS AND SECTIONS 1 S-2 CRAFTON VALVE/FLOWMETER VAULT PLANS AND SECTIONS S-3 STRUCURAL DETAILS 1 MECHANICAL 5 GM-1 MECHANICAL GENERAL NOTES 1 GM-2 STANDARD MECHANICAL DETAILS —1 I 11 SHEET No. Drawing Title No. o Draw' 1 M-1 VALVE/FLOWMETER PLAN AND SECTION M-2 CRAFTON VALVE/FLOWMETER PLAN AND SECTION I M-3 MISCELLANEOUS MECHANICAL DETAILS 1 ELECTRICAL 9 GE-1 ELECTRICAL LEGEND 1 GE-2 ELECTRICAL GENERAL NOTES 1 GE-3 TYPICAL ELECTRICAL DETAILS - 1 1 GE-4 TYPICAL ELECTRICAL DETAILS - 2 1 E-1 ELECTRICAL SITE PLAN 1 E-2 VALVE/FLOWMETER ELECTRICAL PLAN 1 E-3 CRAFTON VALVE/FLOWMETER ELECTRICAL PLAN 1 E-4 POWER AND CONTROL RISERS 1 E-5 SCHEDULES AND SCHEMATICS 1 INSTRUMENTATION 6 GN-I PROCESS AND INSTRUMENTATION LEGEND - 1 1 GN-2 PROCESS AND INSTRUMENTATION LEGEND - 2 1 GN 3 TYPICAL INSTRUMENTATION DETAILS - 1 1 GN 4 TYPICAL INSTRUMENTATION DETAILS - 2 1 N-1 BLOCK DIAGRAM 1 N-2 P&ID Total Number of Drawings 1 42 12 EXHIBIT 'B' COST PROPOSAL [ATTACHED] 9 Lica\djm\Agreements \Carollo Engineers Agreement.PS-1.I.FY21-0090 doc in EXHIBIT 'D' WORKERS' COMPENSATION INSURANCE CERTIFICATION Every employer, except the State, shall secure the payment of compensation in one or more of the following ways. (a) By being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this State. (b) By securing from the Director of Industrial Relations, a certificate of consent to self -insure, either as an individual employer, or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his or her employees. CHECK ONE AEI am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or to undertake self- insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work and activities required or permitted under this Agreement. (Labor Code §1861). I affirm that at all times, in performing the work and activities required or permitted under this Agreement, I shall not employ any person in any manner such that I become subject to the workers' compensation laws of California. However, at any time, if I employ any person such that I become subject to the workers' compensation laws of California, immediately I shall provide the City with a certificate of consent to self -insure, or a certification of workers' compensation insurance. I certify under penalty of perjury under the laws of the State of California that the information and representations made in this certificate are true and correct. CAROLLO ENGINEERING, INC. By 4'�� Date: Apr 13, 2022 Graham J.G. Juby Senior Project Manager 10 L.\ca\djm\Agreements \Carollo Engineers AgreementPS-1. LFY21-0090 doe in Carollo Engineers Agreement.PS-1 1.FY21-009 0 Final Audit Report 2022-04-13 Created 2022 04-13 By Eric M Mills (emills@carol[o.com) Status Signed Transaction ID CBJCHBCAABAA-v8841Ako8L1MDkJJuOGDVrUEgOOP#Wa "Carollo Engineers Agreement PS-1 1 FY21-0090" History t] Document created by Eric M Mills (emills©carollo com) 2022 04 13 2:32:36 PM GMT IP address 24.205 114 11 66 Document e-signed by Eric M Mills (emills@carollo com) Signature Date 2022-04-13 - 2.37 03 PM GMT - Time Source. server- IP address 24.205 114 11 -':. Document emailed to Graham Juby (gjgjuby@carollo com) for signature 2022 04-13 2.37 05 PM GMT Email viewed by Graham Juby (gjgjuby@carollo com) 2022-04-13 - 3:25:58 PM GMT IP address 68 111 94.245 do Document e-signed by Graham Juby (gjgjuby@carollo com) Signature Date 2022 04 13 3:28.27 PM GMT - Time Source server- IP address 68 111 94.245 Q Agreement completed 2022-04 13 - 3.28:27 PM GMT C ca'"''"'% ERIJIfieerS.,.Wwkfng Weriders d'ifh V!e'e Powered by Adobe Acrobat Sign CITY OF REDLANDS Carollo Fee Estimate Tate Water Treatment Plant Raw Water Influent Line Engineering Project Hourly Billing Rate $288 $265 $265 $245 $220 $180 $144 $120 TOTAL HOURS LABOR COST Project Equipment and Communication Expense [PECE] ($13.00 per labor hour) OTHER DIRECT COSTS Subconsultants Markup on ODCs and Subconsultants TOTAL PROJECT FEE Task Nu, TASK DESCRIPTION Senior Professional Project Manager Lead Professional QAIQC Project Professional Professional Assistant Professional CAD Technician Office Support 1.0 PROJECT MANAGEMENT AND MEETINGS 28 62 38 68 0 0 0 14 210 $ 52,904 $ 2,730 $ 900 $ - $ 90 $ 56,624 A Monthly invoices and progress reporting 8 14 4 26 $ 6,030 $ 338 $ 200 $ 20 $ 6,588 B Attend monthly meetings (assume 12 meetings, 90 minutes each) 14 24 18 24 4 84 $ 21 522 $ 1 092 $ 200 $ 20 $ 22,834 C Attend in person review meetings at 30% 60% 90% and 100% design level (assume 6 meetings) 14 30 20 30 6 100 $ 25,352 $ 1,300 $ 500 $ 50 $ 27,202 D Quality Assurance and Qualify Control (Built into Task 5.0 D) 0 $ - $ $ - $ 2.0 ALTERNATIVE EVALUATIONS 12 58 66 108 88 0 66 18 416 $ 93,800 $ 5,408 $ 1,500 $ - $ 150 $ 100,858 A Review existing condition assessment report and other related documents 2 8 8 8 8 2 36 $ 8,168 $ 468 $ - $ 8 636 B Evaluation of trenched and trenchless pipe installation methods 1 2 8 16 12 8 1 47 $ 11,148 $ 611 $ 500 $ 50 $ 12,309 C Evaluate feasibility of alternatives including life -cycles costs 1 8 8 _ 8 8 2 35 $ 7,880 $ 455 $ - $ 8,335 D Hydraulics 1 4 4 12 40 4 1 66 $ 14,844 $ 858 $ 500 $ 50 $ 16,252 E Water Quality 2 2 4 1 9 $ 2 160 $ 117 $ - $ 2,277 F Foundations 4 8 8 8 1 29 $ 6,412 $ 377 $ - $ 6,789 G Regulatory constraints 2 8 4 16 24 2 56 $ 13,196 $ 728 $ - $ 13 924 H Prepare Technical Memorandum No 1 and presentation for pipeline alternatives (TM-01) 4 16 16 40 24 30 8 138 $ 29,992 $ 1,794 $ 500 $ 50 $ 32,336 3.0 SITE SURVEY AND BASE MAP 1 6 0 - 6 0 0 22 2 37 $ 6,756 $ 481 $ - $ 44,950 $ 4,495 $ 56,682 A Prepare a site survey 1 2 2 8 2 15 $ 2,700 $ 195 $ 44 950 $ 4 495 $ 52,340 B Prepare field survey to establish boundaries 2 2 2 6 $ 1 308 $ 78 $ - $ 1,386 C Potholing of existing utilities including surveys of potholes (see Optional Task 8) 0 $ - $ $ - $ D Jet tracing of gravity utilities including survey (Jet Tracing will be performed by the City if needed) 0 $ - $ $ - $ E Establish local survey monuments (at least 3 survey control monuments) 2 2 4 8 $ 1,596 $ 104 $ - $ 1,700 F Prepare an AutoCAD base map for use in planning and design 8 8 $ 1 152 $ 104 $ - $ 1,256 4.0 GEOTECHNICAL INVESTIGATIONS 1 2 4 4 0 0 0 1 12 $ 2,978 $ 156 $ - $ 59,933 $ 5,993 $ 69,060 A Perform geotechnical investigations borings slope stability, and report 1 2 4 4 1 12 $ 2,978 $ 156 $ 59,933 $ 5,993 $ 69,060 5.0 FINAL ENGINEERING (Phase 1 and 2) 10 216 248 292 232 212 972 100 2,282 $ 438,548 $ 29,666 $ 3,500 $ - $ 350 $ 472,064 A Prepare Final design plans, specifications and construction cost estimates (30% design level) 2 80 40 80 80 80 300 20 682 $ 129,576 $ 8,866 $ 1 000 $ 100 $ 139,542 B Prepare Final design plans, specifications and construction cost estimates (60% design level) 2 60 60 80 80 80 300 20 682 $ 129,576 $ 8,866 $ 1,000 $ 100 $ 139,542 C Prepare Final design plans, specifications and construction cost estimates (90% design level) 2 60 60 80 60 40 300 20 622 $ 117,976 $ 8,086 $ 1 000 $ 100 $ 127,162 D Internal Check of Plans and Specs (QAIQC) 2 4 80 24 12 4 126 $ 30 924 $ 1,638 $ $ 32,562 E Prepare Final design plans, specifications and construction cost estimates (100% final) 2 8 8 24 12 40 24 118 $ 21 976 $ 1 534 $ 500 $ 50 $ 24,060 F Prepare Separate Bid Sets (Phase 1 and Phase 2) 4 4 12 20 12 52 $ 8,520 $ 676 $ $ 9,196 TOTAL FOR ALL TASKS (TASKS 1-5) 52 344 1 356 478 320 212 1,060 135 2,957 $ 594,986 $ 38,441 $ 5,900 $ 104,883 $ 11,078 $ 755,288 I ADDITIONAL OPTIONAL TASKS 6.0 Potholing if needed (budgetary number due to unknown number of utilities) 2 2 8 1 13 $ 2,332 $ 169 $ 20 000 $ 2 000 $ 24,501 7 0 Title Report and Easement Legal Description (assume 5@$3,500 each) 2 2 2 0 0 8 1 15 $ 2 822 $ 195 $ $ 17,500 $ 1 750 $ 22 267 8 0 Trenchless Installation Evaluation and Report by Brieriey (if trenchless option is selected) 2 2 8 8 1 21 $ 4,292 $ 273 $ 25,000 $ 2,500 $ 32,065 9.0 Additional Geotechnical Investigations/Trenching (if needed) 2 2 2 1 7 $ 1,428 $ 84 $ 8,235 $ 824 $ 10,571 TOTAL OPTIONAL TASKS (TASKS 6-10) 0 8 w 6 12 0 0 26 4 56 $ 10,874 $ 637 $ - $ 62,500 $ 6,250 $ 80,261 TOTAL INCLUDING OPTIONAL TASKS (TASKS 1-9) I 52 1 352 .362 490 320 I 212 11,086 I 139 j 3,013 j $ 605,860 1 $ 39,078 1 $ 5,900 1 $ 167,383 1 $ 17,328 I $ 835,549