Loading...
HomeMy WebLinkAboutGreen Valley Consulting Engineers 2007-11-02AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES This Agreement made and entered into this A"' day offer, 2007 ("Effective Date"), by and between the CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Green Valley Consulting Engineers with principle business address of 335 Tesconi Circle, Santa Rosa, California, a corporation organized and in good standing under the laws of the State of California, hereinafter referred tows "Consultant". RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to the design services for water main improvements at various locations within the City. b. Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. C. City and Consultant agree upon the Scope -of -Services and Work Schedule attached hereto as Attachment "A", describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT 1.0 DESCRIPTION OF PROJECT 1.1 Project Services consist of the design and the preparation of contract documents consisting of the Plans, Special Provisions, Engineers Cost Estimate and the performance of other related tasks such as topographic surveys of the planned water main replacements and improvements located within Gobbi Street at State Street, Gobbi Street from State Street to Oak Street and within defined areas of Henderson Lane, Willow Street, and Spring Street. 2.0 SCOPE OF SERVICES 2.1 The Scope of Services to be performed for the Project is set forth in Attachment "A". 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement to Additional Services shall be in the form of an Amendment to this Agreement. All parties to the Agreement understand that the regulatory environment is constantly changing and that regulatory agency staff interpretations of the regulations and public concerns to the elements of the Project cannot be predicted with certainty. The Consultant is not responsible for unforeseen circumstances that may require additional field work, report revisions, GREEN VALLEY CONSULTANT SERVICE AGREEMENT, WATER MAIN IMPROVEMENTS 1 agency consultation, and/or public hearings. The Consultant agrees to assist the City in resolving unforeseen conditions, however, it is understood that such assistance will be treated as Additional Services. 3.0 CONDUCT OF WORK 3.1 Time of Completion. Consultant shall commence performance of the services as required by the Scope of Services upon receipt of a Notice to Proceed from City and shall complete the preparation of the Final Contract Documents issued for bidding and shall provide the required deliverables no later than by March 14, 2008 for the advertising of Bids on March 17, 2008. Consultant shall complete the work to the City's reasonable satisfaction, even if contract disputes arise or Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of $43,240.00. Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by Consultant to perform the Scope of Services as set forth in Consultant's Standard Labor Rates, which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and the fees to be charged for same shall be as set forth in Consultant's Standard Charges for Direct Expenses. Consultant shall complete the Scope of Services for the not -to -exceed guaranteed maximum, even if actual time and expenses exceed that amount for the defined scope of services set forth in Section 2.0 of this Agreement. 4.2 Changes. Should changes in compensation be required because of changes to the Scope -of -Services of this Agreement, the parties shall agree in writing to any changes in compensation in accordance with the provisions of Section 2.2, Additional Services, of this Agreement. "Changes to the Scope -of -Services" means different activities than those described in Attachment "A" and/or additional services as described in said Section 2.2 and not additional time to complete those activities than the parties anticipate on the date they entered this Agreement. 4.3 Sub -contractor Payment. The use of sub -consultants or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub -consultants shall be included within guaranteed not -to -exceed amount set forth in Section 4.1. 4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of the invoice less any amount already paid to Consultant, which amounts shall be due and payable fifteen ,(15) days after receipt by City. The fifteen day payment period is effective only upon the City's receipt of the Consultant's properly completed W-9 form and City shall not be obligated to pay Consultant until the City's receipt of the W-9 form. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by GREEN VALLEY CONSULTANT SERVICE AGREEMENT, WATER MAIN IMPROVEMENTS 2 - documentation sufficient to enable City to determine progress made and to support the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not the City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venture, or partner of Ukiah for any purpose whatsoever. Ukiah shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in Ukiah have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and Ukiah. Consultant shall pay all estimated and actual federal and state income and self- employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits due but not paid by Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest. 6.0 INDEMNIFICATION 6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the duration of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: GREEN VALLEY CONSULTANT SERVICE AGREEMENT, WATER MAIN IMPROVEMENTS 3 1. Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 00 01 11 85. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Professional liability insurance appropriate to the consultant's profession; coverage is to be endorsed to include contractual liability. B. Minimum Limits of Insurance Consultant shall maintain limits no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. 4. Professional Liability: Included with General Liability Insurance. C. Deductibles and Self -Insured Retentions Any deductibles, or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Consultant, products GREEN VALLEY CONSULTANT SERVICE AGREEMENT, WATER MAIN IMPROVEMENTS 4 and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope -of -protection afforded to the City, its officers, officials, employees or volunteers. b. The Consultant's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. C. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Worker's Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. 3. Professional Liability Coverage If written on a claims -made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend from six (6) months from the date of the Notice to Proceed. 4. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceptability of Insurers Except for professional liability insurance, insurance is to be placed with insurers with a Best's rating of no less than A:VII and who are admitted insurers in the State of California. Professional liability insurance may be underwritten by Lloyds of London. F. Verification of Coverage Consultant shall furnish the City with certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates GREEN VALLEY CONSULTANT SERVICE AGREEMENT, WATER MAIN IMPROVEMENTS 5 and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. Where by statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. G. Subcontractors If Consultant uses subcontractors or sub -consultants, it shall cover them under its polices or require them to separately comply with the insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to the performance of services under this contract by Consultant, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the sole negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the City. "Indemnify," as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope -of -Services, Attachment "A" 7.2 Governing Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. GREEN VALLEY CONSULTANT SERVICE AGREEMENT, WATER MAIN IMPROVEMENTS 6 7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severability. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall not assign, transfer, or sub -contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the non -breaching fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off -set for any direct or consequential damages City may incur as a result of Consultant's breach of contract. 7.10 Duplicate Originals. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. When so signed, each such document shall be admissible in administrative or judicial proceedings as proof of the terms of the Agreement between the parties. 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail (certified or registered) addressed to the parties as follows: CITY OF UKIAH GREEN VALLEY CONSULTING ENGINEERS DEPT. OF PUBLIC WORKS 335 TESCONI CIRCLE 300 SEMINARY AVENUE SANTA ROSA, CALFIORNIA 95401 UKIAH, CALIFORNIA 95482-5400 GREEN VALLEY CONSULTANT SERVICE AGREEMENT, WATER MAIN IMPROVEMENTS 7 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY: L! �! .lj-t'r� r_y� 11- ! -07 11 PRINT NAME: E t't-7-" � 6 sI�S Date IRS IDN Number CITY OF UKIAH B . _ DACE HORSLEY CITY MANAGER 6 oq Ir WAIII odol: 0110�7�� APPROVED AS TO FORM: DA RAP OR CITY ATTORNEY, CITY OF UKIAH 1 (- 2--o Date Date GREEN VALLEY CONSULTANT SERVICE AGREEMENT, WATER MAIN IMPROVEMENTS 8 ATTACHMENT "A" SCOPE OF SERVICES WORK SCHEDULE AND SCHEDULE OF VALUES FOR WATER MAIN IMPROVEMENTS SCOPE OF SERVICES The scope of services shall include the performance of the professional engineering services provided and described in the Consultant's "Approach and Scope of Work", pages 6 through 9 inclusive, of the Proposal submitted by Consultant to the City dated September 14, 2007, copy attached hereto. WORK SCHEDULE Consultant shall complete the Scope of Services as indicated in the Project Schedule included in the Consultant's Proposal submitted to the City and dated September 14, 2007, copy is attached hereto. The Final Contract Documents ready for bidding along with the required deliverables shall be submitted to the City no later than by March 14, 2008. SCHEDULE OF VALUES FOR VARIOUS WORK TASKS The schedule of values for Tasks 1 through 8 identified by the Consultant is as shown in Consultant's "Estimated Design Fees" dated September 12, 2007. The fee total for each Task is for reference purposes only and is not binding for that Task, however, the compensation for completing all the tasks shall not exceed the total amount of $42,240.00 ATTACHMENT A TO GREEN VALLEY CONSULTANT SERVICE AGREEMENT FOR WATER MAIN IMPROVEMENTS ATTACHMENT "A" SCOPE OF SERVICES WORK SCHEDULE AND SCHEDULE OF VALUES FOR WATER MAIN IMPROVEMENTS SCOPE OF SERVICES The scope of services shall include the performance of the professional engineering services provided and described in the Consultant's "Approach and Scope of Work", pages 6 through 9 inclusive, of the Proposal submitted by Consultant to the City dated September 14, 2007, copy attached hereto. WORK SCHEDULE Consultant shall complete the Scope of Services as indicated in the Project Schedule included in the Consultant's Proposal submitted to the City and dated September 14, 2007, copy is attached hereto. As a result of the City executing the Contract later than expected, the Final Contract Documents ready for bidding along with the required deliverables shall be submitted to the City no later than by April 14, 2008. SCHEDULE OF VALUES FOR VARIOUS WORK TASKS The schedule of values for Tasks 1 through 8 identified by the Consultant is as shown in Consultant's "Estimated Design Fees" dated September 12, 2007. The fee total for each Task is for reference purposes only and is not binding for that Task, however, the compensation for completing all the tasks shall not exceed the total amount of $42,240.00 ATTACHMENT A TO GREEN VALLEY CONSULTANT SERVICE AGREEMENT FOR WATER MAIN IMPROVEMENTS w� Approach & Scope of Work TASK 1- Project Meetings Green Valley will coordinate a kick-off meeting with the City of Ukiah Public Works Director and other team members. At the project kick off meeting we will address the following: • Design and construction schedule • Project approach • Permitting issues and lead-time required, if any • Utility company coordination • Any other major project issues that have been identified by project stakeholders We would like to hold the kick-off meeting after we have topographic mapping prepared, and have marked out our proposed alignment in the field. We would then hold the kick-off meeting in the field to review our approach and proposed main locations and review any apparent conflicts or issues with other utilities, pavement condition, hydrant locations, etc. If needed, we will update the proposed project schedule to reflect aby changes in the starting date and subsequent milestones for the project. Internal project meetings are anticipated to be held at the beginning of the project and after each milestone submittal to review comments. Meetings will be held with City staff as required to facilitate preparation of construction documents. Progress meetings held after design milestones will cover review of work products, the project schedule, and any outstanding issues that the City or design team might have. Detailed meeting minutes will be prepared and distributed after each meeting to team members and the City. TASK 1 Project Deliverables: Meeting Notes, Field Review, Project Schedule Task 2 — Information Gathering 2.1 Background Information We have started gathering information and performing research on the proposed project, and have experience of the immediate area by our recent completion of Gobbi Street Signal Project. We will prepare an annotated photo log during the preparation of the mapping and will continue the process by noting unusual conditions during the design phase. Our photo log will be brought to the first project "kick-off" meeting. We will obtain existing utility base mapping from the various utility companies, and will review applicable recorded and unrecorded documents and plans on file with City and County pertaining to Gobbi Street, Henderson lane; Willow Street, and Spring Street. As the project scope is straightforward and time is of the essence, we do not anticipate needing a pre -design report. After our research on any contamination issues or utility conflicts, we will summarize and submit via a brief memo. Task 3 Topographic Mapping& Surveying To expedite the schedule, we will perform topographic mapping simultaneously with the kick off meeting and information gathering. A field survey of the project limits will be performed, including obtaining existing horizontal and vertical data necessary to construct the improvements. Prior to field surveys, we will work for USA, to assist in identifying underground utilities that may be in conflict. Mapping will include the project area covering a sufficient distance beyond the proposed improvements to properly design the project. Existing topographic surveys will be obtained from the City prior to project kick off. All surveying will conform to Caltrans Survey Manual standards for accuracy and field procedures will follow Caltrans Survey Manual and Safe Surveying Practices manual. 0 Approach & Scope of Work Mapping will be prepared at 1 "=20" with 1 foot contours and hard copy and diskette in AutoCAD R2006 provided. Underground utilities will be located as feasible. Existing pavement markings and roadside signs will be mapped. Photographs will be taken to support efficient design services. Utility mapping will be obtained from the various utility companies and added to the background. Deliverables: Hard Copy of Topographic Survey Data and Mapping and Diskette in AutoCAD R2006 TASK 4-40% Plans, Specifications & Estimate The 40% design documents will have enough detail to allow the City to review our approach to lateral and service connections and alignment concept. In addition, we will indicate the limits of the main line to be abandoned and any potential utility conflicts that will need to be potholed. The plan and profile sheets will indicate existing right-of-way lines and any pertinent easements, topographic features, and existing utility systems. Green Valley will prepare plans for the following: Replacement of all water mains and valves at Gobbi Street -State Street Intersection which has two mains running north, 2 mains running south, 1 east, 1 west. The main running west from the intersection will also. be replaced from the Gobbi Street -State Street intersection to the Gobbi Street -Oak Street intersection, a distance of about 450 feet. We understand the new mains will be bypass lines with the abandonment of the existing lines in place as per the Exhibit D in the request for proposal. The second part of the project consists of water main replacements in 3 separate residential locations. The new mains will be bypass lines with the abandonment of the existing lines in place. a.) Henderson Lane -replace approximately 500 linear feet of 2 -inch pipe with 6 -inch C-900 with the addition of a new fire hydrant at the end. The line has approximately 12 service connections. b.) Willow Street -replace approximately 500 linear feet of 6 -inch asbestos cement pipe with 6 -inch C-900. There are approximately 12 service connections and potentially 2 valves that may or may not need to be replaced. c.) Spring Street -replace approximately 200 linear feet of 8 -inch steel pipe with 8 -inch C-900. There are no service connections on this section. The proposed plan sheet index for the 40% submittal is expected to include: ➢ Cover Sheet (1) ➢ Legend, Notes, and Abbreviations (1) ➢ Detail Sheet (2) A Plan and Profiles (4) Engineers Estimate & Specifications A preliminary estimate of probable construction costs for the entire project will be prepared based upon our plans at this stage. We will also prepare an outline of the technical specifications and submit five (5) copies to the City. Plan Submittal We will prepare and submit for review 40% design plans which will include a title sheet plan and profiles of the road water main improvements. The plan and profiles will show all pertinent topographic information, utilities both above and below grade, and the road right of way with new alignment. We will address City comments to the 40% design plans. 7 /40000����� Approach & Scope of Work Deliverables: Five (5) sets of preliminary plans will be submitted to the City of Ukiah for review and approval prior to our proceeding with final improvement plans. hydrants and shown all service tie-ins. Task 5-75% Design Improvement Plans A 75% submittal of the plans and specifications will incorporate all comments from the City review of the 40% plans. Final horizontal and vertical alignment, lateral and service connections, and detail plan sheets will be included. Construction documents and specifications will be prepared in accordance with the City Standard Plans. Any information that is required for hazardous material disposal will be incorporated into the specifications at this stage. At this stage of design we will have resolved issues with any utility conflicts, determined final locations of appurtenances such as valves and We will utilize a conservative trench section so that geotechnical services are not needed for pavement concerns. if the City determines after plans have been started that street reconstruction will be necessary, we can provide the necessary services to add this detail to the plan sets. An updated cost estimate will be prepared for review by team members and City staff at this stage of the project. Pian sheets will be prepared at 1 "=20 scale. The technical specifications will be prepared in modified Caltrans format and incorporate the City's standard General Conditions, Contract, Proposal, and Notice to Contractors. Deliverables: Five (5) sets of plans and specifications will be submitted to the City of Ukiah for review and approval prior to our proceeding with final improvement plans. Task 6 -Final Plans, Specifications and Bid Documents 900% Final Plans, Specifications, and Estimate Submittal This phase incorporates comments from draft plans, specifications, and estimates and produces final plans, specs, and estimates ready for advertisement. Upon receiving comments from the City, we will review each comment and address as need in the plans and specifications. Task 6 Deliverables: • 9 set of reproducible mylar plans and one copy -ready set of specifications • One copy of contract documents, plans and specifications in digital format, AutoCAD<.R2006 • 20 copies of specifications • 20 sets of full size plans signed by Registered Engineer Task 7 -Construction Cost Estimates Cost Estimates: Cost estimates will be prepared for the proposed project at the 40%, 75% and 100% submittals. Quantities will be developed in accordance with standard Caltrans pay items. Caltrans Construction Cost Database will be used to estimate item prices, unless otherwise directed by the City. Project estimates will show individual pay items, quantities, and costs as well as project cost summary, including appropriate supplemental work items and contingencies. M /000"���� Approach & Scope of Work Task 8 -Bid Assistance We will assist in the bidding process including attendance at the pre-bid conference, responding to questions during bidding and the preparation of any required bid addenda. Project Schedule We have provided our initial project schedule within the proposal. It shows each task, start and end dates, and task duration. We anticipate having 40% plans delivered by January 14, 2008 as requested by the City. Green Valley will notify the City immediately of any problems that could adversely impact the project schedule. M G������� �����0 0 � comsuLr/wa sma/mesny�,-" City of Ukiah Water Main Design Improvement Project Estimated Project 3chedu|e September 14'ZOO7 Task Oct -07 Nov -07 Dec -07 Jan -08 Feb -08 Mar -08 Apr -08 May -08 Jun -U8 JUI-Ub AUg-U6 ep-_ Agreement Execution Task 1 & 2- Project Mtg. & Info Gathering Project Meetings Collect Background information 'Task 3 - Topographic Mapping & Surveying [Prepare Background Mapping Task 4 - 40% Plans, Spec, & Estimate 40% Design Submittal City Review 5 - 75% Design Submittal 75% Design Submittal City Review Task 7 - Final Plans, specs & Est. Flinal Design reparation Advertise Project for Bids L–T 7=7�� Construct Project I — I cc CITY OF UKIAH Water Main Improvement Projects Estimated Hours and Fees Green Valley Consulting Engineers September 12, 2007 ESTIMATED DESIGN FEES TASK NUMBER DESCRIPTION PM I $145 Muru5eu HL)UR5 Pro] Engr Staff Eng Cad Survey $135 $120 $105 $190 Admin $70 Subconsui. Subtotal Fees Direct Costs Task Total Fees Task 1 & 2 Project Meetings and PreliminaryResearch 8 10 4 8 0 4 $4,110 s $ 100.00 $4,210 Task 3 Topographic Mapping0 4 30 24 2 $8,330 $ $ 200,00 $8,530 Task 4 40% Design and Improvement Plans 4 24 40 16 4 $10,580 $ $ 75.00 510,655 Task 5 Prepare 76% Design and Improvement Plans 4 20 32 20 16 $10,340 $ $ 75.00 510,415 Task 8 Final Plans, 5 ecifications 2 4 16 -124 $4,290 $ 100.00 $4,380 Task 7 Cost Estimates 2 0 0 12 0 $1,550 10.00 $1,580 Task a Contract Assistance Tnfal Nnuex 2 �T 16 �e 0 nc B ana 2 $3,430 $ $ 50.00 53,480 olv.uu Estimated Design Fee Total $ 43,240.00 CONSULTING FNG1N!5FRS 2007 Staff Hourly Billing Rates Principal $185 Project Manager $135-$185 Landscape Architect $120 Project Engineer $125-160 Staff Engineer $120-$140 Survey Crew $180-$215 Professional Land Surveyor $135 Inspector $100, a Field Personnel $95 CAD Technician $110 Clerical/Word Processing $68 Use of Company -Owned Equipment and Specialized Supplies municipal engineering civil engineering landscape architecture land surveying The cost of using company-owned equipment and specialized supplies is included in the hourly rates billed to our projects. These costs have either already been incurred as the cost of equipment purchases necessary for us to efficiently perform our tasks or represent a minor incidental cost that we feel should be considered as included in the preparation of professional documents. Miscellaneous External Expenditures Miscellaneous external expenditures, such as those costs associated with subconsultants, reproduction of originals will be billed at the actual cost plus 15%. Mileage will be billed at $0.48.5 per mile. November 21, 2007 Green Valley Consulting Engineers 335 Tesconi Circle Santa Rosa, CA 95401 Attention: Ms. Liz Ellis, P.E., Principal Re: Transmittal of Amended Attachment A to the Professional Services Agreement for Design of Water Main Improvement Projects Dear Liz: Thank you for having your office Gall regarding a discrepancy between the fee amounts stipulated in the body of the Agreement and the amount shown in Attachment A cover sheet; there is a difference of $1000.00. The correct amount of the Contract is $43,240.00 as indicated in the body of the Contract under Section 4.1. Enclosed please find an amended Attachment A cover sheet to attach to your copy of the Agreement. I will forward the amended attachment to the City Clerk and others who have a copy of the agreement for their files. Again, thank you for bringing the discrepancy to my attention. cerely, ck Kennedy, PE Interim Water/Sewer Division Manager PWD Project Manager Cc: Linda Brown, City Clerk Deborah Pollock k ATTACHMENT "A" SCOPE OF SERVICES WORK SCHEDULE AND SCHEDULE OF VALUES FOR WATER MAIN IMPROVEMENTS SCOPE OF SERVICES The scope of services shall include the performance of the professional engineering services provided and described in. the Consultant's "Approach and Scope of Work", pages 6 through 9 inclusive, of the Proposal submitted by Consultant to the City dated September 14, 2007, copy attached hereto. WORK SCHEDULE Consultant shall complete the Scope of Services as indicated in the Project Schedule included in the Consultant's Proposal submitted to the City and dated September 14, 2007, copy is attached hereto. As a result of the City executing the Contract later than expected, the Final Contract Documents ready for bidding along with the required deliverables shall besubmitted to the. City no later than by April 14, 2008. SCHEDULE OF VALUES FOR VARIOUS WORK TASKS The schedule of values for Tasks 1 through 8 identified, by the Consultant is as shown in Consultant's "Estimated Design Fees" dated September 12, 2007. The fee total for each Task is for reference purposes only and is not binding for that Task, however, the compensation for completing all the tasks shall not exceed the total amount of $43.240.00 AMENDED 11/21/07 to Reflect Correct Contract Amount ATTACHMENT A TO GREEN VALLEY CONSULTANT SERVICE. AGREEMENT FOR WATER MAIN IMPROVEMENTS