HomeMy WebLinkAboutContracts & Agreements_227-2022AGREEMENT TO PERFORM PROFESSIONAL SERVICES
This agreement for the provision of engineering services("Agreement") is made and
entered in this 1st day of November, 2022 ("Effective Date"), by and between the City of
Redlands, a municipal corporation ("City") and CASC Engineering and Consulting, Inc. a
California consultant ("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:
ARTICLE 1 — ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant to provide engineering services for City (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 this
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.
ARTICLE 3 — RESPONSIBILITIES OF CITY
3.1 City designates John R. Harris, Municipal Utilities and Engineering 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.
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 "B," titled "Project Schedule," which is
attached hereto and incorporated herein by reference.
4.2 Consultant shall complete the Services by December 31, 2023, unless the Services are
terminated earlier as provided for herein.
1
L:\ca\Agreements\CASC_PSA PY22-0043.doc-jm
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.
ARTICLE 5 — PAYMENTS TO CONSULTANT
5.1 Total compensation for Consultant's performance of the Services shall be in the amount
of two hundred thirty-one thousand nine hundred thirty dollars ($231,930). City shall pay
Consultant in accordance with Exhibit "C," titled "Fee Schedule" which is attached
hereto and incorporated herein by this 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
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 (i) 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:
City Clerk
City of Redlands
35 Cajon Street
P.O. Box 3005 (mailing)
Redlands, CA 92373
jdonaldson@cityofredlands.org
Phone: (909) 798-7531
CONSULTANT:
Patrick Flanagan, Licensed Project Manager
CASC Engineering and Consulting, Inc.
1470 E. Cooley Drive
Colton, CA 92324
pflanagan@cascinc.com
Phone: (909) 783-0101
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
2
L:\ca\Agreements\CASC_PSA PY22-0043.doc-jm
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 "E,"
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.
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
occasioned by any negligent act or omission by, or the willful misconduct of, Consultant,
or its officers, employees and agents in performing the Services.
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
3
L:\ca\Agreements\CASC_PSA FY22-0043.doc-jm
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:
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
4
L:\ca\Agreements\CASC_PSA FY22-0043.doe-jm
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.
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
5
L:\ca\Agreements\CASC_PSA PY22-0043.doc-jm
sections contained herein, unless to do so would deprive a Party of a material benefit of
its bargain under this Agreement.
IN WITNESS WHEREOF, duly authorized representatives of City and Consultant have
signed in confirmation of this Agreement.
Paul T. Barich, Mayor
ATTEST:
eanne Donaldson, City Clerk
6
L:\ca\Agreements\CASC_PSA FY22-0043.doc-jm
CASC Engineering and Ij, nsulting, Inc.
By:
Richar, President
EXHIBIT "A"
SCOPE OF SERVICES
The consultant will develop plans, specifications, and estimates (PS&E) adhering to the
requirements of the City of Redlands, the General Plan, the current Standard Specifications for
Public Works Construction (Greenbook), Caltrans Standard Specifications, and San
Bernardino County Flood Control District (SBCFCD) Standard Specifications. Please review
the project carefully and submit your proposal in accordance with the instructions provided in
the Request for Proposals (RFP). The as -built plans for the 2017 previously completed
"California Street/Redlands Intersection Improvement Project" has been attached to be used as
an example only.
The scope of work that follows is intended as a guide only. The proposer is advised to add any
critical tasks or elements which may have been overlooked, or delete any extraneous tasks
deemed not necessary to the success of the project:
A. Project Coordination:
Consultant shall include Project Management as one of the work tasks. The Consultant
shall act as a manager of the Consultant's team, including any Subconsultants. The
Consultant shall manage and coordinate all components of the Project and take a proactive
role in keeping all tasks on schedule and on budget and ensure timely completion of the
project. Consultant shall give prior notice to the City, and obtain acceptance from same,
before performing work outside the contract work scope and thereby contract budget
amount.
a. Hold a design kick-off meeting with City representatives to review the project in
detail, design requirements, schedule, potential concerns and cost limitations.
b. Maintain continuous communication with the City, including meetings to review
the preliminary plan and project status at 60%, and 90% completion.
c. Provide agendas for each project status meeting including items for discussion and
meeting minutes listing action items.
d. Provide an updated project schedule at each progress meeting.
e. Maintain continuous awareness of the status of each task as it proceeds and make
provisions to expedite and resolve any difficulties within the critical path.
f. Provide a presentation to City Council and additional committees as requested by
City staff.
7
L:\ca\Agreements\CASC_PSA FY22-0043.doc-jm
B. Agency and Utility Coordination:
a. Coordinate with utility companies within the project limits as necessary.
b. Prepare an initial request for utility information such as atlas sheets, mapping, or as -
built plans, and notify of the need to install planned facilities around the project.
c. Coordinate with utility companies to upgrade facilities, as needed.
d. Review utility information to determine the impact of the project on the various
utilities, including contacting each affected utility company to determine facilities
that may interfere with proposed construction.
e. Maintain a utility matrix documenting contacts, issues, etc. with utility companies.
f. Deliverables:
- Digital submission of utility matrix.
C. Preliminary Engineering:
a. Design Survey
i. Perform research for survey information.
ii. Perform survey and conduct data collection.
iii. Obtain topographic feature locations for a complete and accurate representation
of existing conditions within the public right-of-way.
iv. Obtain complete record drawings and other documents to show location of all
utilities, location and dimensions of all sidewalks and driveways, location of all
trees and landscaping which may be affected by the improvements; and
v. The survey and datum will be tied into the state plane coordinate system and
City benchmark.
vi. Review and analyze existing conditions.
b. Field Review
i. Research and review base data documents including as -built improvement plans,
utility information and other available record data; and
ii. Conduct a design review field meeting with City staff at 60% design completion
to evaluate design recommendations against existing conditions.
iii. Field Review Deliverables:
- Minutes of design review field meeting.
8
L:\ca\Agreements\CASC_PSA PY22-0043.doc-jm
D. Environmental Technical Studies:
The Consultant shall take the leadership role in all steps required for the approval of the
Environmental Documents, include spearheading timely approvals from Army Corps of
Engineers, California Department of Fish and Wildlife, SBCFCD, California State Water
Resources Control Board, etc. Consultant will be the sole entity to perform research,
surveys, studies, graphics, and coordination with the appropriate entitles and agencies, and
shall not expect or rely on City staff to perform this work or to supplement the Consultant's
work.
a. The consultant shall determine whether environmental work anticipated with this
project is required or whether CEQA Categorical Exemption Section 15301 (c)
applies to this project.
b. Environmental surveys, technical studies, public meetings. Consultant to prepare
considering the Project needs.
c. Environmental Documents: Prepare and process the appropriate environmental
documents for approval by the City and appropriate entities respectively.
Environmental mitigation. plans and agreements.
d. Consultant prepares with applicable resource agencies and process approvals of the
plans through regulatory agencies.
E. Final Engineering:
Plans, specifications, and estimates shall be provided at levels of completion of
approximately 60%, 90%, and 100% (Mylar). The City will provide review comments at
the concept, 60% and 90% design stage. It is expected that 100% plans will be complete.
Plans shall conform to the requirements of the City of Redlands, the General Plan, the
current Standard Specifications for Public Works Construction (Greenbook), Caltrans
Standard Specifications, and County of San Bernardino Flood Control District (SBCFCD)
Standard Specifications. and shall be prepared utilizing AutoCAD software. All work
identified herein shall be approved by a Professional Engineer registered within the State of
California.
Project plans shall include, but are not limited, to the following:
i. Title and construction detail sheets;
9
L:\ca\Agreements\CASC_PSA PY22-0043.doc-jm
Civil design plans. Plans shall include removals, existing and proposed
improvements, utility base mapping, etc. Where necessary, the plans shall define
limits of repairs to pavement, curb, gutter, sidewalk, ADA upgrades, etc. The
plans shall be at a horizontal scale of 1 "=20' or 1 "=40' where appropriate;
iii. Signing and striping plans at a horizontal scale of 1 "=40'. Signing and striping
plans shall be prepared and meet criteria established in the MUTCD, latest
edition;
iv. Submit 60% and 90% completion plans for City's review and comments. Revise
plans based on City comments; and
v. Submit 100% plans (mylars) and project specifications.
In performing said service, the consultant shall use, whenever possible, the boilerplate
specifications prepared and approved by the City. All drawings and specifications shall
be adequate and sufficient for the City to solicit bids for the award of the construction
contract for said work.
Deliverables:
- Two sets of full size plan submittals at 60% and 90% completion milestones;
- One full size Mylar set of 100% drawings; and
- DVD containing bid package in PDF, AutoCAD and Microsoft Word.
F. Cost Estimates:
Prepare quantity calculations and final construction cost estimates in accordance with City
requirements to meet established project budget.
i. Deliverables:
- Cost estimate at Concept, 60%, 90% and 100% design; and
- Electronic files of 100% cost estimates.
G. Specifications:
Prepare Technical Specifications to be used in conjunction with the City boilerplate
specifications. Preparation of all required Federal/State documents to be included in the
specifications.
i. Deliverables:
- Specifications at the 60%, 90% and 100% completion milestones; and
- Electronic files of 100% specifications.
H. Project Advertisement Services:
Consultant shall provide support during bidding. Work includes, but is not limited to, the
following:
10
L:\ca\Agreements\CASC_PSA PY22-0043.doc-jm
i. Respond to Requests for Information (RFIs) during the project advertisement
period, and log questions and responses. All communication shall be directed to
the City for issuance to the bidders, at no time shall the consultant respond
directly to bidders; and
ii. Prepare addenda as necessary with coordination and issuance by the City.
Deliverables:
- Tabulated Response to RFIs & Addendums, as necessary.
I. Construction Support Services:
Consultant shall provide support during construction. Work includes, but is not limited to,
the following:
i Provide response to contractor's requests for information (RFI) regarding the
project forwarded to the consultant by the City. This task includes conferring
with the City's Construction Manager regarding the RFI, as appropriate. All
communication shall be directed to the City for issuance to the Contractor, at no
time shall the Consultant respond directly to Contractor;
ii. Review and approve shop drawings; and
Regularly scheduled construction observation is specifically excluded from this
scope of work.
J. Prepare Record Drawings (As -built):
Within sixty days following the completion and acceptance of the project, furnish City
with a complete set of revised original tracings showing as -built conditions. Revisions
will be solely based on as -built information provided by the City's Construction
Manager and the Contractor. Consultant assumes no responsibility for the accuracy of
the information provided by the City's Construction Manager and the Contractor.
i. Deliverables:
- Furnish a complete set of revised original record drawings
11
L:\ca\Agreements\CASC_PSA FY22-0043.doc-jrn
EXHIBIT "B"
PROJECT SCHEDULE
° 0 :...i. bask Name Dumb. iSwt reel,
L
-1 I • i M ! I,p u
�„ tie .. a M1,
31" is r" I 131'`,M131 u,flat,.Li(;Idil1'1,,1 Pll,tlff:,a,l.�d�
2
3
4
5
6
7
II
9
10
11
12
ll
14
15
16
17
13
19
20
21
02
23
24
25
26
27
18
T9
30
33
32
Sj
L
35
36
KiekaN Meelin8/Oengn Review Feld l day Toe / U1/22 Tue 1111n2
Meeting
Oes•n Sumer 10 days Weed 11/2/22fue 11/15/22
, PTR 4days Wed 11/2/22Mon 10/22
Research and Base k47Ving 4 days Wed 11/16nMon 11/21/22
arnica Initiation/Description 10 days Tue 11/22/2:Wed 17nn2
City Review Prairies Description 5 days Thu 12/8/22 Wad 12n4/22
MI Technical Studies 74 days Wed11nn17.2/23/23
WS Ge0techn,cal Investigation 25 days Wed 11/2/22TIw 12/e/22
, Callum' and Paleoglal 50 days Wed 3ln/22irl1/20/23
be,ntdo
we,
Psi ff Quality IS day, Thu /13/23 2Thu 2/2/233
GsiG IS days Fri 1/13/23 Thu 7/2/23
Noise Assessment 15 days Fri 2/3/23 Tim Zn3123
Biological Evaluation 24 days Wed 11/2/22Wed 12/7/22
et 0ta015/MND 106 days Mon 1/23/217ue6/20/23
® Prepare Admin. IS/MNO 10 day, Mon 1/23/73Fri7/3/23
City Renew 15 days Mon 2/6/23 Fri 2/24/23
. Prepare Draft 15/MN0 5 days Mon 2//27/13Fd 3/3/23
s
.. City Review 10 days Mona/6/23 7r13/17/23
we, Circulate Draft 15/MND 30 days Mon 2/27/73FU 4/7/23
I cS/MNDRelponse to Continents 5day, Mona/l6/23Fri 4/14/23
., City RONcw Response to IS/MND 10 days Mon Fri 4/28./23
comments 4/17/23
Planning Commission days Mon S/I/23 Fri5/12/23
, City Council 26 days Mon 5/15/23Tue 6/20/23
ars 3inal Engineering 153dayf Fri 12/9/22 id7/21/23
en 60%Submittal 72 days Fd12/9/22 Tue3/21/23
Stint improvement Plan 21 days in 17N/77 Mon 1/16n3
rnannelImprovement PWn 25 days Iue 1/3/23 Mon 2/6/23
Water Improvement elan 11 days Tue 2/7123 Tile 2/21/23
Traffic S•nat M0diO4lia+ 10 day Tue 2nnJ Mon 2/20/23
Uu1ty Relocation Coordination 7 days Tun Znn3 Wad 2/15/33
., ROW Mapping 4 days Tuo 2/7/23 in 2/10/73
Specs and 121C01istlinaes 5days Wed 3/l/232/22/21n 2n8n3
ist submittal CM ZO days Wed 3/In3 Tue 3n8/L3
1st wOmittel Flood Control 20 days Wed 3/1/23 Tue ln8n3
90%5ubm134l 36 days Wed 3/29/21Thu 6/15/23
Stites improvement Plan 12days Wed 3/79/23Thu4/13/23
4
3
GM111811113811.
1
:
1
F.MMill.elae"M'
LITIWINM
�s
/
IMilfirn
v.
1
��Ms
I
1
1
37
33
s
40
41
42
43
a4
46
46
47
4B
M
60
51
52
- 53
Se
55
56
en Channel improvement Plan 13 days in 4/14/23 Toe 5nn3
. Water Improvement Plan 6days Wed5/3/23 Wed5/10/23
rv, Ira0ic Signal Modification 5days Fn4/14n3 Thu4/20/23
RR. WOW Relocation Coordination 7days Thu5/11123 fr15/19/23
aff, IOW Mapoing 2 days Thu 5/11/23 RI 5/12/23
wS, Specs and Estimates 5days Thus/11/23 Weds/17/23
wi, IndwbmmalPry 20 days Thu5/18/23 Thy6/15/23
•., 2nd submittal Flood Castro, 20 days Ihu 5/18/23 the6/15/23
. 100%SubmNlal 25 days Id6/16/23 Fr17/21/23
., Sven Improvement Plan 5 days 76 6/16/23 Thu 6/22/23
Osslmellmp,0vement Plan 5 days Fri6/l6/23 Thu6/22/13
Water Improvement Plan 5 days Fri 6/16/73 Thu 6/22/23
ukt traffic 5,gnal Modification 5days Fn6/I6/23 Ihu6/22/23
. Utility Relocation Coordinator 7 days GP 6/23/23 Mon 7/3/23
rasz ROW Mapping 2 days Trl 6/23/23 Mon 6/26/23
Specs and Ecbmates 5 days Fri 6/33/23 Thu 6/29n3
r 1rd submittal City 15 days Fri 6/30/73 Fri 7n1/23
ein 3rd submittal Flood Control 15 days in 6/30/Z3 kr 7/21/23
5 01d Phese 30 days Mort 7/21/217ri9/1/23
v 6176 30 days Mors 7n4n3R19/1/23
78neo
71
I
I.
PI0jM. Project Schedule
0,1e. M0n9/19/22
tad. IIMINorlw N... Se,m., F-®g m.r,.rr C o..dM.. •
300 ov.00,.., - n.001, 2 noon,
• .em.MIt... warwl S...yP.op fax. is.h 3?y10MNkgE.,1
.sun.... ..11nyn.
3v.w,v 3 .001.nr.ar 1 1 su..i1.n.»y 1 3 wnviu:unum 0
Page 2
12
L:\ca\Agreements\CASC_PSA FY22-0043.doc-jm
EXHIBIT "C"
Fee Schedule
TASK DESCRIPTION
Technical
Support
Project
Manager
Project
Engineer
Design
Engineer
Designer
Survey
Manager
Mapping
Manager
2.Man
Survey
Crew
Planning
Director
Senior
Planner
Associate
Planner
GIs
Specialist
Sr.
Biologist
Project
Analyst
TOTAL
Hours
Flat Fee
TOTAL
$210.00
$165.00
5155.00
5125.00
5120.00
5210.00
5165.00
5226.00
5210.00
5165.00
5116.00
5116.00
5140.00
5102.00
A. Project Management
Kickoff Meeting
1
2
1
1
5
905.03
Kickoff Meeting TES
0
530.00
530M
Project Administration
6
6
10
22
2,940.00
Project Meetings
3
3
6
650.00
1,810.00
Agency Coordination
5
5
6
16
2,212.00
Subtotal
1
16
15
0
0
0
0
0
1
0
0
0
0
16
49
1,380.00
4,397.00
R. AGENCYAND UTILITY COORDINA73ON
Utility and As -built Research, Mapping and
Coordination
6
12
24
24
le
84
105.00
12,915.00
Subtotal
6
12
24
24
18
84
105.00
12,915.00
G PRELIMINARY ENGINEERING
De5)gn5urvzy
12
24
36
7,944.00
Preliminary Title Report Review
14
14
2,310.00
Research and Base Mapping
16
16
2,640.00
Legal Description and Plat for ROW
23
23
3,795.00
Design Review Field Meeting
2
4
2
2
10
1,480.00
3,074.00
Subtotal
2
4
2
12
53
24
2
99
1,440.00
19,763.00
IX ENVIRONMENTAL TECHNICAL STUDIES
Task 1. Protect Initiation/Description
I
5
6
1,035.00
Task 2. Applicant Prepared Technical
0
GeotechnicalInvestigationlLORI
3
3
27,186.50
27,681.50
Cultural and Paleontological
0
12,567.50
12,567.50
Air Quality/GHG Impact Analysis(Urban)
0
8,470.03
8,470.00
Construction Noise Assessment(Urban)
0
5,940.00
5,940.00
Biological Resources Evaluation
56
56
7,840.00
Task 3. Prepare Draft IS/MND, or
10
36
8
54
8,968.00
Prepare Draft IS/MN D, or MND,MMRP
2
12
32
46
6112.00
Prepare Public Draftl5/MND, or
2
10
14
26
3,694.03
Task 4. Prepare Responses to Comments
1
2
3
540.00
Task 5. Meeting and Coordination
8
12
20
3,072.60
Subtotal
3
24
65
58
8
56 _
214
54,164.00
45,420.00
E FINAL ENGINEERING
P5&E
6036 Submittal Documents
Street Improvement Plan
2
10
38
18
18
86
12,370.00
Channel Improvement Plan
2
8
48
22
22
102
14,100.00
28,670.00
Water Improvement Plan
4
18
12
12
46
6,390.00
Traffic Signal Modification Plan(TES)
0
920.00
920.00
Cost Estimate
2
2
4
8
265.00
1,405.03
Specifications
4
8
12
425.00
2,325.00
90%Submittal Documents
Street Improvement Plan
1
4
26
8
8
47
6,850.00
Channel Improvement Plan
1
5
20
12
12
50
7,050.00
14,125.00
Water Improvement Plan
2
9
6
6
23
3,195.00
Traffic Signal Modification Plan
0
550.00
550.00
Cost Estimate
1
4
5
265.00
930.00
Specifications
4
0
12
370.00
2,270.00
10096 Submittal Documents
Street Improvement Plan
2
8
6
16
2,320.03
4,745.00
Channel Improvement Plan
2
7
4
4
17
2,350.03
Water Improvement Plan
1
4
4
9
1,285.00
Traffic Sign al Modification Plan
0
370.00
370.00
Cost Estimate
2
4
6
132.50
952.50
Specifications
4
8
12
132.50
2,032.50
Subtotal
6
55
204
104
52
451
26,930.00
91,725.00
L 8ld Phae. Support(CASC andTES)
RFI's-CASC
2
6
8
1,260.00
RFI's-TES
0
690.00
690.00
RFI-Rich Herman Structural
0
8550.130
850.00
Subtotal
2
6
8
1,540.00
2,100.01
1. Cans0ucdan Phase Suppott(CASC rind TM
RFI's-CASC
5
10
15
2,375.00
Submittals CASC
5
10
15
2,375.00
BFI's -TES
0
370.00
3711.00
Rfl§-Submittals Herman Structural
0
850.00
850.00
Subtotal
10
20
30
1,220.00
5,970.011
ReeordDrewinge
CASC
1
8
9
1,125.00
TES
0
475.00
475.00
Rich Herman Structural
0
840.00
840.00
Subtotal
1
8
I9
1,315.00
2,440.00
N.Eapease,
Expenses
0
2,003.03
2.600.00
Subtotal
2,000.00
2,001.00
TOTAL
15 I 103
271
101
114 I 12
I 71
29
25
I 65
58
a
36 10
909
90,134
$231,930,00
13
L:\ca\Agreements\CASC_PSA FY22-0043.doc-jm
EXHIBIT "D"
LOCATION MAP
-pk
- • -
. •
-44696A#106
,-
alt";0141.10:a821r.
••
• ,
•
lasIMINI11111111111Mai
immommounimmi
4011, 011111.111/111111
I?, , .1"crtfoi
'..,, i
.:'.it.
v... ....:,. _
,i•-.1: .F'' :-7-4-•"-- -•• . '4
,•1 TT.- t - • or
• i, , -,i1„--„,„ -
14
L:\ca\Agreements\CASC_PSA FY22-0043.doc-jm
EXHIBIT "E"
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.
CHEECCK ONE
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.
CASC Engineering and Consulting, Inc.
By:
Ric
r, Pre(sident
15
L:\ca\Agreements\CASC_PSA FY22-0043.doc-jrn
Date:
1oIr3 )22-