HomeMy WebLinkAbout1988-175
21 day of
22
23
24
25
26
27
28
4/29/88
-- .....
.,
:
r'
1
2
3
4
5
6
RESOLUTION NO.
88-175
RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE
EXECUTION OF AN AGREEMENT WITH WILLDAN ASSOCIATES RELATING TO
THE ENGINEERING DESIGN OF WATERMAN AVENUE, REDLANDS BOULEVARD
TO MILL STREET.
BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE
CITY OF SAN BERNARDINO AS FOLLOWS:
SECTION 1. The Mayor of the City of San Bernardino is
7 hereby authorized and directed to execute, on behalf of said
8 City, an agreement with Willdan Associates relating to the
9 engineering design of Waterman Avenue, Redlands Boulevard to
10 Mill Street, which agreement is attached hereto, marked Exhibit
11 "A" and incorporated herein by reference as fully as though set
12 forth at length.
13
SECTION 2. The agreement shall not take effect until
14 fully signed and executed by both parties. The City shall not
15 be obligated hereunder unless and until the agreement is fully
16 executed and no oral agreement relating thereto shall be implied
17 or authorized.
18
I HEREBY CERTIFY that the foregoing resolution was
19 duly adopted by the Mayor and Common Council of the City of San
20 Bernardino at a
meeting thereof, held on the 6th
Regular
June
, 1988, by the following vote, to-wit:
AYES:
Council Members
Estrada, Reilly, Flores, Maudsley,
Minor, Pope-Ludlam, Miller
NAY S : None
ABSENT: None
J~1~
/" City C erk
.,
,
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
4/29/88
RES .= A G R E E MEN T WIT H W ILL DAN ASS 0 C I ATE S FOR E N GIN, E E R I fit G DES, I G N
OF 'WATERMAN AVENUE, REDLANDS BOULEVARD TO MILL STREET
The foregoing resolution is hereby approved this 1;t{,
day of
June
, 1988.
Approved as to form and
1 ega 1 content:
f~ IJ
\,\ ?1"~
rorney
- 2 -
.",
ff" "
4. ,
EXHIBIT "A"
AGREEMENT FOR PROFESSIONAL SERVICES
HIS AGREE~1ENT is made and entered into the /...:r i:L day of
I , 1988, by and between the CITY OF SAN BERNARDINO, a municipal cor-
ion, hereinafter called "City", and Wi Ildan Associates, a Cal ifornia cor-
ation, hereinafter called "Engineer
WITNESSETH
WHEREAS, City desires to obtain professional services to prepare plans,
specifications, and estimates, to construct Waterman Avenue between Redlands
Boulevard and Mil I Street, including storm drain improvements, pavement repair
and rehabi I itation, bridge widening, traffic signal modifications and
appurtenant facil ities.
WHEREAS, in order to develop such a program, it is necessary to retain
the professional services of a qualified engineering and consulting firm; and
WHEREAS, Engineer is qual ified to provide 'said professional services for
the development of such a program; and
WHEREAS, San Bernardino City Council has elected to engage the services
of Engineer upon the terms and conditions as hereinafter set forth.
NOW, THEREFORE, it is mutually agreed, as fol lows:
1 . GENERAL
Engineer shal I perform those services specified in "Scope of Services", a
copy of whIch is attached hereto as Exhibit "B" and incorporated as though set
forth in fu I I .
Performance of the work specIfied in the "Scope of ServIces", Is made an
obi igation of Engineer under this Agreement, subject to any changes made sub-
sequently upon the mutual agreement in writing of the parties hereto.
The services of Engineer are to commence within thirty (30) days after
the City has authorized work to start by issuance of a Notice to Proceed. The
schedule calendar dates specifically set .forth in Exhibit "C" attached hereto
and Incorporated herein as though set forth in ful I, for completion dates wil I
be adjusted by Engineer as the City authorizes the work. Such adjustments
shall requIre City approval prior to commencement of performance of each
phase. This Agreement shal I expire as specified by the Exhibit "C" schedule
unless extended by agreement of the parties. The Engineer shal I complete
al I work product and design in conform with Caltrans Standard Specifications
Page 1 of 8
. \
:.
f ~. "
, .
and Standard Draw i ngs, City of San Bernard I no Standard Draw I ngs and San
Bernardino County Flood Control District Standards, as directed.
2. COMPENSATION
The CIty shal I reimburse the Engineer for actual costs (Including labor
costs, employee benefits, overhead, profit, other direct and indirect costs)
incurred by the Engineer in performance of the work, in an amount not to ex-
ceed $137,258.00. Actual costs shal I not exceed the estImated wage rates and
other costs as set forth in Exhibit "0", attached hereto and incorporated
herein as though set forth in ful I.
Said fee shal I not be altered unless there is significant alteration in
the scope, complexity or character of the work to be performed. Any such sig-
nificant alteration shal I be agreed upon in writing by City and Engineer be-
fore commencement of performance of such signIficant alteration by Engineer.
Total expenditures made under this contract, including the net fee, shal I
not exceed the sum of $137,258.00.
Adjustment of total cost of Professional Engineering ServIces wil I be
permitted when the Engineer establ ishes and City and Caltrans have agreed in
writing that there has been or is to be a significant change in:
A. Scope, complexity, or character of the services to be performed;
B. Conditions under which the work is required to be performed; and
C. Duration of work if the change from the time period specified in the
Agreement for Completion of the work warrants such adjustment.
Federal Acquisition Regulation Title 48CFR, Chapter 1, Subpart 31 shallc>
control allowable elements of cost for contracts with commercial organizati~s.
The Engineer' is required to comply with al I Federal, State and local
laws and ordinances appl icable to the work. The Enqineer is required to
comply with prevail ing wage rates in accordance with Cal ifornia Labor Code
Section 1775.
3. EXTRA SERVICES
No extra services shal I be rendered by Engineer under Agreement unless
such extra services are authorized, in writing, by City. Authorized extra
services shal I be invoiced based on Engineer's "Schedule of Hourly Rates" dat-
ed August 1987, a copy of which is attached hereto as Exhibit "E" and incorpo-
rated herein as though set forth in ful I.
4. PAYMENT BY CITY
The bil lings for al I services rendered pursuant to this Agreement shal I
be submitted monthly by Engineer to City and shall be paid by City within
twenty (20) days after receipt of same, excepting any amounts disputed by
City. Dispute over any invoiced amount shall be noticed to the Engineer
Page 2 of 8
...
~ .
within five (5) days of billing. Interest of 1- 1/2 percent per month (but
not exceeding the maximum rate allowable by law) will be payable on any
amounts not in dispute and not paid within 30 days of the billing date, pay-
ment thereafter to be appl ied first to accrued interest and then to the prin-
cipal unpaid amount. On disputed amounts, interest shal I accrue from 30 days
of the invoice date if the amount in dispute is resolved in favor of the Engi-
neer. Any Attorney's fees or other costs incurred in collecting any del in-
quent amount shal I be paid to the prevail ing party.
5. SUPERVISION OF SERVICES
The Director of Public Works of City, or his designee, shal I have the
right of general supervision of al I work performed by Engineer and shal I be
City's agent with respect to obtaining Engineer's compl iance hereunder. No
payment for any services rendered under this Agreement shal I be made wIthout
prior approval of the Director of Publ ic Works or his designee.
6. ASSURANCE OF COMPLIANCE WITH CIVIL RIGHTS LAWS
Engineer hereby certifies that it wil I not discriminate against any em-
ployee or appl icant for employment because of race, color, rei igion, sex, mar-
ital status or national origin. Engineer agrees to take affirmative action to
ensure that appl icants are employed and employees are treated durIng employ-
ment without regard to their race, color, rei igion, sex, marital status or
natIonal origin. Such action shall include, but not be limited to, the fol-
lowIng: Employment; upgrading, demotIon or transfer; recruitment or recruIt-
ment advertising; and designated representatives. In addItion, Engineer shal I
not exclude from participation under this Agreement any employee or appl icant
for employment on the basis of age under the Age Discrimination Act of 1975 or
with respect to an otherwise qual ified handicapped individual as provided in
Section 504 of the Rehabi I itation Act of 1973 or rei igion except that any ex-
emption from such prohibition against discriminatIon on the basis of rei igion
as provided in the Civil Rights Acts of 1964 or Title.VI I I of April 11, 1968,
as amended, shal I also apply.
7. TERMINATION OF AGREEMENT
This agreement may be terminated by either party upon thirty (30) days'
written notIce in the event of substantial failure of the other party to per-
form in accordance with the terms of this Agreement. Each party shal I have 20
days fol lowing date of such notice within which to correct that substantial
fai lure giving rise to such notice. In the event of termination of this
Agreement, City shal I within thirty (30) days pay Engineer for al I the fees,
charges and servIces performed to City's satisfaction by EngIneer, which fInd-
ing of satisfaction shal I not be unreasonably withheld. Engineer hereby cove-
nants and agrees that upon termination of this Agreement for any reason, Engi-
neer wil I preserve and make immediately available to City, or Its desIgnated
representative, maps, notes, correspondence, or records related to work paid
for by the City and required for its timely completion, and to fully cooperate
with City so that the work to be accompl ished under this Agreement may contin-
ue in a reasonably prompt manner. Any subsequent use of such incomplete docu-
ments shal I be at the sole risk of the City and the City agrees to hold harm-
less and indemnify Engineer from any claims, losses, costs, including
Page 3 of 8
" .
Attorney's fees, and I iability arising out of such use. Engineer shal I be
compensated for such services in accordance with Exhibit "E".
8. I NDEPENDENT CONTRACTOR
Engineer shal I act as an independent contractor in the performance of its
services provided under this Agreement and shal I furnish such services in En-
gineer's own manner and methods and in no respect be considered an agent or
employee of City.
Any document or written report prepared for or under the direction of a
state or local agency, which is prepared in whole or in part by nonemployees
of such agency, shal I contain the numbers and dollar amounts of al I contracts
and subcontracts relating to the preparation of such docurrent or written re-
port; prov i ded, however, that the tota I cost for work performed by
nonemployees of the agency exceeds five thousand dollars ($5,000). The con-
tract and subcontract numbers and dollar amounts shal I be contained in a sepa-
rate section of such document or written report.
9. NON-ASSIGNMENT
This Agreement is not assignable either in whole or in part by EngIneer
without the written consent of City. AI I subcontracts exceeding $10,000 shal I
contain al I required provisions of the prirre contract.
10. HOLD HARMLESS
Engineer hereby agrees to and shal I hold City, its elective and appoint-
ive boards, officers, and employees harmless from any I labil ity for damage or
claims for damage for personal injury including death as wel I as from claims
for property damage which may arise from Engineer's negl igent acts, errors or
omissions under this Agreement.
11. NOTICES
Official notices relative to the services provided under this Agreement
shal I be in writing addressed to the fol lowIng:
ENGINEER
Q.llY
Mr. John A. Friedrich
Vice President/Regional Manager
Wil Idan Associates
155 Hospital ity Lane, Suite 110
San Bernardino, CA 92408
Mr. Roger G. Hardgrave
Director of Publ ic Works/
City Engineer
300 North "0" Street
San Bernardino, CA 92418
12. AI I Agreements on Engineer's part are contingent upon and shal I not
be responsible for damages or be in default, or be deemed to be in default, by
reason of delays in performance by reason of strikes, lock-outs, accidents,
acts of God and other delays unavoidable or beyond Engineer's reasonable con-
trol, or due to shortages or unavailabil ity of labor at establ ished area wage
rate or delays caused by failure of City or City's agents to furnish informa-
tion or to approve or disapprove Engineer's work promptly, or due to late or
s low, or fau I ty per formance by City, other contractors, or governmenta I
Page 4 of 8
agencies, the performance of whose work is precedent to or concurrent with the
performance of Engineer's work. In the case of the happening of any such
cause of delay, the time of completion shal I be extended accordingly. Engi-
neer shal I promptly notify City in writing when it becomes aware of any event
or circumstance for which it claims or may claim an extension.
13. AI I tracings, survey notes, and other original documents are instru-
ments of service and shal I remain the property of Engineer except where by law
or precedent these documents become publ ic property. AI I such documents or
records shal I be made accessible to the City under conditions as set forth in
Section 7 of this Agreement. The consultant shal I maintain al I records for
inspection by the City, State, FHWA or their duly authorized representative
for a period of three (3) years after final payment to the consultant. The
responsible consultant shal I stamp and sign al I specifications, estimates,
plans and eng I neer i ng data furn i shed, and, where appropr i ate, i nd icate
registration number.
14. Engineer's I iabil ity to the City for injury or damage to persons or
property arising out of work performed by the City and for which legal I iabil-
ity may be found to rest upon Engineer, other than for professional errors and
omissions, wil I be I imited to $1,000,000. For any damage on account of any
error, omission or other professional negl igence Engineer's I iabil ity, wit I
be I imited to a sum not to exceed $50,000 or Engineer's fee, whichever is
greater.
15. Any opinion of the Construction Cost prepared by Engineer represents
his judgement as a design professional and is suppl ied for the general guid-
ance of the City. Since Engineer has no control over the cost of labor and
material, or over competitive bidding or market conditions, Engineer does not
guarantee the accuracy of such opinions as compared to contractor bids or ac-
tual cost to the City.
If a Construction Cost I imit is establ ished by written agreement between
City and Engineer and specifically set forth in a mutually agreed addendum to
this Agreement, the fol lowing wil I apply:
a. The acceptance by City at any time during the services of a
revised opinion of Construction Cost in excess of the then establ ished
cost limit wit I constitute a corresponding revision in the Construction
Cost I imit to the extent indicated in such revised opinion.
b. Any Construction Cost I imit so establ ished wil I include a con-
tingency of ten percent unless another amount Is agreed upon in writing.
c. Engineer wil I be permitted to determine what types of materi-
als, equipment and component systems are to be included in the Drawings
and Specifications and to make reasonable adjustments in the general
scope, extent and character of the project to bring it within the cost
limit.
d. If the bidding or negotiating phase has not commenced within
six months after completion of the final Design Phase, the establ ished
Construction Cost limit wit I not be binding on Engineer, and City shal I
Page 5 of 8
consent to an adjustment in such cost I imit commensurate with any appl i-
cable change in the general level of prices in the construction industry
between the date of completion of the Final Design Phase and the date on
which proposals or bids are sought.
e. If the lowest bona fide proposal or bid exceeds the establ ished
Engineer's Construction Cost Estimate by 20 percent or more, City shal I
(1) give written approval to increase such cost limits, (2) authorize
negotiating or rebidding the Project within a reasonable time, or (3) co-
.operate in revising the Project's general scope, extent or character to
the extent consistent with the Project's requirements and with sound en-
gineering practice. In the case of (3), Engineer shal I modify the Con-
tract Documents as necessary to bring the Construction Cost within the
cost I imit. In I ieu of other compensation for services in making such
modifications, City shal I pay Engineer, Engineer's cost of such servic-
es, al I overhead expenses and reimbursable expenses reasonably related
thereto, but not including profit, on account of such services. The
providing of such service wil I be the I imit of Engineer's responsibil ity
in this regard and, having done so, EngIneer shal I be entitled to payment
for servIces in accordance with this Agreement and wil I not otherwise be
liable for damages attributable to the lowest bona fide proposal or bid
exceeding the established Construction Cost.
16. The City agrees that in accordance with generally accepted construc-
tion practices, the construction contractor wil I be required to assume sole
and complete responsibil ity for job site condItions during the course of con-
struction of the project, including safety of al I persons and property and
that this requirement shal I be made to apply continuously and not be limited
to normal working hours.
17. Should lItigation be necessary to enforce any term or provision of
this Agreement, or to collect any portion of the amount payable under this
Agreement, then al I I itigation and collection expenses, witness fees, and
court costs, and attorney's fees shal I be paid to the prevail ing party.
18. Should any provision herein be found or deemed to be inval id, this
Agreement shal I be construed as not containing such provision, and al I other
provisions which are otherwise lawful shal I remain in ful I force and effect,
and to this end the provisions of this Agreement are declared to be severable.
19. The City shal I pay the costs of checking and inspection fees, zoning
and annexation appl ication fees, assessment fees, construction soils testing
fees, and al I other fees, permits, bond premiums, and title company charges.
Charges not specifically covered by the terms of this Agreerr~nt shal I be paid
as agreed by the parties hereto at the time such costs arise but in no event
shal I the work to be performed hereunder cease as a consequence of such un-
foreseen charges unless by mutual written agreement of City and Engineer.
20.
stated.
There are no understandings or agreements except as herein expressly
Any modifications must be in writing.
21. The City wil I require that any Contractor performing work in connec-
tion with the construction contract documents produced under this Agreen~nt to
Page 6 of 8
hold harmless, Indemnify and defend the City, the Engineer, their consultants,
and each of their officers, agents and employees from any and al I Ilabil ity,
claims, losses or damage arising out of or alleged to arise from the Contrac-
tor's nag I Igence In the performance of the work described In the construction
contract documents, but not including I lability that may be due to the sole
nag I Igence of the City, the Engineer, their consultants or their officers,
agents and employees.
The City will require the Contractor to provide Workers Compensation and
comprehensive general I iabil ity insurance, including completed operations and
contractual I iabil ity, with the latter coverage sufficient to insure the Con-
tractor's indemnity, as above required; and, such insurance wil I include the
City, the Engineer, their consultants, and each of their officers, agents and
employees as additional insureds.
22. The Engineer shal I be entitled to reasonably rely upon the accuracy
of data provided through the City or others without independent evaluation.
23. Those provisions as set forth in the General Provisions, per Appen-
dix "A", attached hereto are by reference incorporated herein and made a part
hereof.
24. The Engineer warrants that he has not employed or retained any
company or person, other than a bona fide employee working for the -Engineer .,
to sol icit or secure this Agreement, and that he has not paid or agreed to pay
any company or person, other than a bona fide employee, any fee, commission,
percentage, brokerage fee, gift or any other consideration, contingent upon or
resulting from the award or formation of this Agreement. For breach or
violation of this warranty, the local agency shal I have the right to annul
this Agreement without liability, or at its discretion to deduct from the
Agreement price or consideration, or otherwise recover, the ful I amount of
such fee, commission, percentage, brokerage fee, gift or contingent fee.
25. Engineer shall provide evidence of insurance in the form of a policy
of insurance, in which the City is named as an additional named insured to the
extent of the coverage required by paragraph 14 of this agreement.
Page 7 of 8
IN WITNESS WHEREOF, the parties hereto have caused this
Agreement to be executed on the date first above written by their
respective officers duly authorized in that behalf.
CITY OF SAN BERNARDINO
a municipal corporation
By:4~rl~1l~
ayor
ATTEST:
~ ~ ~~~ ~ ~ , .. .. ~ ~.. ~ ~ ~
City erk '
.17/
BY~/, . ~ ~~
'r..'~ ' 'Ie -ldi'C::- _k~/{jer/C_
/' . ..Ili...-I
Approved as to form
and legal content:
page 8 of 8
. .~
EXHIBIT "B"
SCOPE OF SERVICES
TASK I - COORDINATION AND DATA RESEARCH
Initial tasks will be to establ ish guldel ines and schedules for the project
coordination and to research, collect and review related plans and to collect
Information on existing utilities.
A. Project coordination - Meet with staff to review proposed schedule
and to discuss the Scope of Work.
B. Research - Collect and reviewal I available existing road and bridge
plans. Notify and request information from utility companies on
location of existing facilities.
TASK I I - SURVEYS
This task includes the development of the topographic base maps and the salls
investigation. The site survey required to develop the topographic base maps
wII I include aerIal survey photography ground control and aerial photography.
Ground control survey wI II also Include road cross-sections, flood control
topography and cross-sectIons, and mIscellaneous topography and elevatIons for
items such as drainage structures, sewer manholes and valves.
A. Ground Control Surveys - Ground control for the aerial survey wil I
consist of twelve (12) vertical and horizontal control poInts.
These po I nts w I II be tied to ex I st I ng estab I I shed benchmarks.
Cross-sections wi II be provided on Waterman Avenue, HospItalIty
Lane, and on Vanderbi It Way. Miscellaneous cross-sectIons, topogra-
phy and elevations wi I I be provided as necessary for existing drain-
age or utII ity interface.
B. Aerial Survey - The aerial survey wII I consist of control led aerial
photography strip mappIng along the existing Waterman Avenue. Mylar
base sheets wII I be provided at a scale of 1" = 40 '.
C. So i I Survey - The geotechn I ca I firm of Associ ated So i I s, Inc. will
provide pavement design, soils, and foundation InvestIgatIons for
the proposed project. Associated Soils will explore the sIte by
drll lIng fIfteen (15) test holes to a depth of fIve (5) feet below
existing grade and four (4) test holes thirty five (35) feet below
existing grade in the bridge widening area to determine bearing
characteristics of the soil. Soil samples will be taken from the
street to the laboratory for "R" value testing. Analysis of the
exIstIng pavement section wi II. be made to determine the most cost
effective method of rehabIlItation. It Is understood that the CIty
wil I furnish the design traffic index (T.I.).
Page 1 of 4
TASK I II - ROADWAY IMPROVEMENTS
The roadway design and rehabil itatlon task Includes a review of the existing
pavement for structural stability, median Island modifications and roadway
pavement reconstruction. The roadway design will' Include the horizontal and
vertical control, roadway geometric design, roadway drainage facilitIes and
related roadway facIlItIes.
Items of work include the fol lowing:
A. Review existIng pavement conditions and structur.al sections.
B. DetermIne geometric desIgn.
C. Identify and locate necessary drainage facilitIes.
D. Determine traffic control Improvements.
E. Prepare complete prel iminary layout plans and final contract plans.
F. Develop cross-sections.
G. Determine quantity and cost estimates.
H. Prepare contract specifications for bidding purposes.
TASK IV - TRAFFIC ENGINEERING
Traffic engineering services wi II include inItial traffIc analysis, signal
design, signing and stripIng plan, traffIc signal timIng plans and staging
construction plans.
Specific tasks wil I Include:
A. A traffIc signal phasing/operation needs and adjacent Intersection
modifications, and interface requIrements based on anticIpated traf-
fic volumes and operation constraints. An""analysls of each intersec-
tion wII I be made to develop design criterIa and tImIng parameters
for each intersection timing and coordinatIon system concepts. In-
terconnect alternatives will be evaluated and the traffIc signal
modifIcations wil I be designed. A traffic signal timing plan, in-
cluding a time space diagram, wll I be prepared.
B. Channelization and signing plans wll I be prepared.
C. ConstructIon signing and striping plans and stage construction plans
will be prepared for traffic handling during construction In order
to minimize impacts on existing traffIc. The stage construction
plans may Include detours as necessary.
Page 2 of 4
D. An estImate of contract quantItIes and costs wIll be prepared. Con-
tract specIfIcatIons wIll be prepared for InclusIon In the bid docu-
ments.
TASK V - BRIDGE MODIFICATIONS
- ~
The brIdge wIdenIng and new railIng InstallatIon desIgn servIces wll I consIst
of the fol lowIng tasks:
A. Structural plans wil I be prepared and calculatIons wll I be made for
wIdenIng the Waterman Avenue Bridge at San Tlmoteo Creek on each
sIde. The plans wil I be to provide for the u~tlmate wIdth and a
sIdewalk, and new barrIer raIl, estimated to be approximately seven
(7) feet each sIde. The design wll I be In accordance wIth Caltrans'
BrIdge DesIgn Specifications and latest design procedures.
B. Structural plans wil I be prepared for the addItIon of new barrIer
raIlings to the bridge at the Santa Ana River per Caltrans Standards
C. Design calculatIons wil I be made, for each brIdge, to Include an
evaluatIon of the capacIty of the bridge to accept the new loadIngs.
D. Plans wil I be prepared to Include approach railings at the approach
to each bridge.
E. An estimate of contract quantities and costs wil I be prepared. Con-
tract specifications wi I I be prepared for inclusion in the bid docu-
ments.
TASK VI - DRAINAGE IMPROVEMENTS
A. Area hydrology wil I be evaluated to establ ish drainage flows tribu-
tary to various collection points along the existing roadways. The
area of major drainage improvements wil I be at the Intersection of
Waterman Avenue and Redlands Boulevard. The purpose Is to develop a
plan to elIminate the existIng dip sections.
B. PrelIminary layout plans and final contract plans wil I be prepared.
C. An estimate of contract quantitIes and costs wil I be prepared. Con-
tract specifications wII I be prepared for inclusIon In the bid doc-
uments.
TASK VI I - MEETINGS
MeetIngs will be held at regular Intervals to keep staff Informed as to the
progress of the work and so that desIgn can be made In a tImely manner.
A. A pre-desIgn meeting wIll be held to revIew the proposed project
schedule, assIgn res'ponsibil itles and review the requIred scope of
servIces.
Page 3 of 4
B. A total of ten (10) monthly coordInatIon meetIngs wIll be held to
assess work progress. _~evlew submIttals and to keep staff apprIsed
of -progr~ss on a reg(!lar basIs.
TASK VI I I - BIDDING ASSISTANCE
Provide assistance during the bid advertising period.
A. Prepare and submit In behalf of the City the notice of advertisement
for bids.
B. Assist durIng the bid advertising period by answering construction
questions and clarifying the plans and specifications and by
attending the pre-bid field review as requested.
C. Provide bid assistance by attending the bid opening, evaluating al I
bids and verifying the references of the low-bidder. Provide a rec~
ommendatlon for contract award.
Page 4 of 4
SCAEDurr--OF COMPLET I ON DATES
EXHIBIT lIell
NOTICE TO PROCEED - ON OR AFTER
TASK I - COORDINATION AND DATA RESEARCH
TASK II - SURVEYS
TASK I I I - ROADWAY IMPROVEMENTS
TASK IV - TRAFFIC ENGINEERING
TASK V - BRIDGE MODIFICATION
TASK VI - DRAINAGE IMPROVEMENTS
TASK VI I - MEETINGS
PRE-DESIGN MEETING
TASK VI II - BIDDING ASSISTANCE
Page 1 of 1
MAY 3, 1988
JUNE 10, 1988
JULY 15, 1988
DECEMBER 30, 1988
DECEMBER 30, 1988
DECEMBER 30, 1988
DECEMBER 30, 1988
MAY 10, 1988
FEBRUARY 28, 1989
EX H I BIT "D"
COST PRICE PROPOSAL
SUMMARY
TASK - COORDINATION AND DATA RESEARCH
TASK I I - SURVEYS
TASK I I I - ROADWAY IMPROVEMENTS
TASK IV - TRAFFIC ENGINEERING
TASK V - BRIDGE MODIFICATIONS
TASK VI - DRAINAGE IMPROVEMENTS
TASK V I I - MEET I NGS
TASK VI I I - BIDDING ASSISTANCE
SUB-TOTAL
FEE (PROFIT)
TOTAL COST
Note: See fol lowing pages for a detailed breakdown of each task.
Page 1 of 9
$ 2,807.04
32,082.64
20,378.56
22,332.48
22,779.68
11,379.52
5,875.52
4,389.44
$122,024.88
15,233.12
$137.258.00
EXHIBIT "0"
COST PRICE PROPOSAL
TASK I - COORDINATION AND DATA RESEARCH
Direct Labor
Division Manager
Supervising Engineer
Project Manager
Associate Engineer
Senior Design Engineer
Design Engineer
Senior Designer
Senior Drafter
Drafter
Technical Aide
Clerical
Indirect Costs (Overhead)
Overhead Rate
Direct Costs (Except Labor)
Printing, Mail ing & Postage
Reproduction & Blueprints
Computer Usage
Mil eage
Sub-Consultants
Hours
&ite.
Iolli.
4 @
$27.00
$108.00
16 @
$25.50
$408.00
$156.00
8 @
$19.50
16 @
$18.50
$296.00
4 @
4 @
$ 8.10
$10.00
$ 32.40
$ 40.00
$1,040.00
167.35% $1,741.11
Cost
Quantity Per Unit Iolli.
L.S. L.S. $ 8.50
L.S. L.S. $ 5.43
L.S. L.S. $ 12.00
$ 25.93
Hours &ite. Total
TASK I, SUB-TOTAL
$2.807.04
Page 2 of 9
EX H I BIT "D"
COST PRICE PROPOSAL
TASK II - SURVEYS
Direct Labor Hours B.a.m Total
Division Manager 8 @ $27.00 $216.00
Supervising Engineer 16 @ $25.50 $408.00
Project Manager 16 @ $19.50 $312.00
Associate Engineer
Senior Design Engineer 13 @ $18.50 $240.50
Design Engineer
Sen i or Des i gner
Sen i or Drafter
Drafter
Techn ica I A ide 10 @ $ 8.10 $ 81 .00
Clerical 10 @ $10.00 $100.00 $ 1,357.50
Indirect Costs (Overhead)
Overhead Rate 167.35% $ 2,271.78
Cost
Direct Costs (Except Labor) Quantity Per Unit I.oiaL
Printing, Mail ing & Postage
Reproduction & Blueprints L.S. L.S. $ 3.36
Computer Usage
Mi I eage $ 3.36
Sub-Consultants Hours B.a.m Total
w. Neal Terry & Assoc. (Surv. ) L.S. L.S. $ 9,000.00
Aero Tech Surveys, I nc. L.S. L.S. $ 5,500.00
Assoc i ated So i Is Eng., I nc. L.S. L.S. $13,950.00 $28,450.00
TASK I I , SUB-TOTAL $32.082.64
Page 3 of 9
EXHIBIT "0"
COST PRICE PROPOSAL
TASK III - ROADWAY IMPROVEMENTS
Direct Labor Hours B.a.t.e l.Q:W..
Division Manager 12 @ $27.00 $ 324.00
Supervising Engineer 40 @ $25.50 $1,020.00
Project Manager 30 @ $19.50 $ 585.00
Associate Engineer
Senior Design Engineer 36 @ $18.50 $ 666.00
Design Engineer 40 @ $15.50 $ 620.00
Senior Designer 50 @ $16.80 $ 840.00
Senior Drafter 55 @ $16.50 $ 907.50
Drafter 200 @ $11.60 $2,320.00
Technical A ide 20 @ $ 8.10 $ 162.00
Clerical 12 @ $10.00 $ 120.00 $ 7,564.50
Indirect Costs (Overhead)
Overhead Rate 167.35% $12,659.19
Cost
Direct Costs (Except Lab or ) Ouantity Per Unit l.Q:W..
Printing, Mail ing & Postage L.S. L.S. $ 40.00
Reproduction & Blueprints L.S. L.S. $ 29.87
Computer Usage L.S. L.S. $ 65.00
Mi I eage L.S. L.S. $ 20.00 $ 154.87
Sub-Consultants Hours B.a.t.e Total
. TASK III, SUB-TOTAL
$20.378.56
Page 4 of 9
EXHIBIT "0"
COST PRICE PROPOSAL
TASK IV - TRAFFIC ENGINEERING
D i reet Labor Hours ~ Total
Division Manager 80 @ $27.00 $2,160.00
Supervising Engineer 16 @ $25.50 $ 408.00
Project Manager 18 @ $19.50 $ 351.00
Associate Engineer
Senior Design Engineer
Design Engineer
Senior Designer 236 @ $16.80 $3,964.80
Senior Drafter
Drafter
Techn ica I A ide 160 @ $ 8. 10 $1,296.00
Clerical 12 @ $10.00 $ 120.00 $ 8,299.80
Indirect Costs (Overhead)
Overhead Rate 167.35% $13,889.72
Cost
Direct Costs (Except Labor) Quantity Per Unit Total
Printing, Mail ing & Postage L.S. L.S. $ 35.00
Reproduction & Blueprints L.S. L.S. $ 22.96
Computer Usage L.S. L.S. $ 65.00
Mi I eage L.S. L.S. $ 20.00 $ 142.96
Sub-Consultants Hours ~ Total
TASK IV, SUB-TOTAL
$22.332.48
Page 5 of 9
EXH I BIT "0"
COST PRICE PROPOSAL
TASK V - BRIDGE MODIFICATIONS
Direct Labor ~ ~ IQ:J:gl
Division Manager 16 @ $27.00 $2,160.00
Supervising Engineer 16 @ $25.50 $ 408.00
Project Manager
Associate Engineer 175 @ $18.50 $3,237.50
Senior Design Engineer
Design Engineer
Senior Designer
Senior Drafter 242 @ $16.50 $3,993.00
Drafter
Techn ica I A ide
Clerical 40 @ $10.00 $ 400.00 $ 8,470.50
Indirect Costs (Overhead)
Overhead Rate 167.35% $14,175.38
Cost
Direct Costs (Except Labor) Quantity Per Unit Total
Printing, Mail ing & Postage L.S. L.S. $ 15.00
Reproduction & Blueprints L.S. L.S. $ 23.80
Computer Usage L.S. L.S. $ 70.00
Mi leage L.S. L.S. $ 25.00 $ 133.80
Sub-Consultants Hours ~ IQ:J:gl
. TASK V, SUB-TOTAL
$22.779.68
Page 6 of 9
EXHIBIT "D"
COST PRICE PROPOSAL
T ASK V I - DRAINAGE IMPROVEMENTS
Direct Labor l:I.o.u.r:.s. ~ Total
Division Manager 4 @ $27.00 $ 108.00
Supervising Engineer 24 @ $25.50 $ 612.00
Project Manager 16 @ $19.50 $ 312.00
Associate Engineer
Senior Design Engineer 36 @ $18.50 $ 666.00
Design Engineer 38 @ $16.30 $ 619.40
Senior Designer
Senior Drafter 32 @ $16.50 $ 528.00
Drafter 100 @ $11.60 $1,160.00
Techn ica I A ide 16 @ $ 8.10 $ 129.60
Clerical 10 @ $10.00 $ 80.00 $ 4,215.00
Indirect Costs (Overhead)
Overhead Rate 167.35% $ 7,053.80
Cost
Direct Costs (Except Labor) Quantity Per Unit I.o1al
Printing, Mail ing & Postage L.S. L.S. $ 20.00
Reproduction & BlueprInts L.S. L.S. $ 25. 72
Computer Usage L.S. L.S. $ 50.00
Mi I eage L.S. L.S. $ 15.00 $ 110. 72
Sub-Consultants Hours ~ Total
TASK V I, SUB-TOTAL
$11.379.52
Page 7 of 9
EXHIBIT "0"
COST PRICE PROPOSAL
T ASK V I I - MEETINGS
Direct Labor Hours ~ Total
Division f4anager 32 @ $27.00 $ 864.00
Supervising Engineer 32 @ $25.50 $ 867.00
Project Manager 8 @ $19.50 $ 156.00
Associate Engineer
Senior Design Engineer 16 @ $18.50 $ 296.00
Design Engineer
Senior Designer
Senior Drafter
Drafter
Techn ica I Aide
Clerical $ 2,183.00
Indirect Costs (Overhead)
Overhead Rate 1 67 . 35% $ 3,653.25
Cost
Direct Costs (Except Labor) Ouantity Per Unit Total
Printing, Mail ing & Postage
Reproduction & Blueprints
Computer Usage
Mil eage L.S. L.S. $ 39.27 $ 39.27
Sub-Consultants Hours ~ Total
TASK V II, SUB-TOTAL
$ 5.875.52
Page 8 of 9
EXHIBIT "D"
COST PRICE PROPOSAL
T ASK V I I I - BIDDING ASSISTANCE
Direct Labor Hours ~ Total
Division Manager 4 @ $27.00 $ 108.00
Supervising Engineer 36 @ $25.50 $ 918.00
Project Manager 8 @ $19.50 $ 156.00
Associate Engineer
Senior Design Engineer 16 @ $18.50 $ 296.00
Design Engineer
Senior Designer
Senior Drafter
Drafter
Techn ica I A ide 6 @ $ 8.10 $ 48.60
Clerical 10 @ $10.00 $ 100.00 $ 1 , 626 . 60
I nd i reet Costs (Overhead)
Overhead Rate 167.35% $ 2, 722. 1 2
Cost
o i reet Costs (Except Labor) Quantity Per Unit Total
Printing, Mati ing & Postage
Reproduction & Blueprints
Computer Usage L.S. L.S. $ 30.00
Mi I eage L.S. L.S. $ 39.27 $ 40.72
Sub-Consultants Hours ~ Total
TASK VI I I, SUB-TOTAL
$ 4.389.44
Page 9 of 9
t
CERTIFICATION OF CONSULTANT
I HEREBY CERTIFY that I am the Vice President and duly authorized repre-
sentative of the firm of Wil Idan Associates, whose address is 155 Hospital ity
Lane, Suite 100, San Bernardino, Cal ifornia 92408, and that neither I nor the
above firm I here represent has:
(a) employed or retained for a commission, percentage, brokerage, con-
tingent fee or other consideration, any firm or person (other than a bona fide
employee working solely for me or the above consultant) to sol icit or secure
this Agreement;
(b) agreed, as an express or impl ied condition for obtaining this con-
tract, to employ or retain the services of any firm or person in connection
with carrying out the Agreement; or
(c) paid, or agreed to pay, to any firm, organization or person (other
than a bona fide employee working solely for me or the above consultant) any
fee, contribution, donation or consIderation of any kind for, or in connection
with, procuring or carrying out the Agreement;
except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the State De-
partment of Transportation in connection with this Agreement involving partic-
ipation of Federal Aid Highway Funds, and is subject to appl icable State and
Federal laws, both criminal and civil.
~~// It /2gg
(Oat
>\
CERTIFICATION OF LOCAL AGENCY
I HEREBY CERT IFY that I am the /l5!;f. (( . - and du I y author i zed
representat i ve of the Loca I Agency of ('l ~ C C , and
that the above consulting firm or his repre entative has not been required,
directly or indirectly as an express or impl ied condition in connection with
obtaining or carrying out this Agreement to:
or
(a) employ or retain, or agree to employ or retain, any firm or person;
(b) pay, or agree to pay, to any firm, organization or person any fee,
contribution, donation or consideration of any kind for;
except as here expressly stated (if any):
I acknowledge that this certificate is to be furnished to the State De-
partment of Transportation in connection with this Agreement involving partic-
ipation of Federal Aid Highway Funds, and is subject to appl icable State and
Federal laws, both criminal and civil.
/.~ _ ;").F~_ c-. y--
(-) ~- ~'- D
(Date)
~/ ~-
~/~-'/; .%-4
.-..:...--
(Signature)
, .
EXHIBIT "E"
WILLDAN ASSOCIATES
SCHEDULE OF HOURLY RATES
August 1987
Classification
Engineering
Sr. Consultant
Principal Engineer
Division Manager
Project Director
Sr. Engineer
Sr. Project Manager
Project Manager
Associate Engineer
Sr. Designer (CADD)
Designer (CADD)
Supervising Engineer
Engineering Associate
Sr. Designer
Sr. Design Engineer
Design Engineer
Sr. Drafter
Designer
Sr. Drafter (CAD)
Drafter (CAD)
Drafter
Technical Aide
Spvsr.-Public Works Observation
Sr. Public Works Observer
Public Works Observer
Sr. Real Property Agent
Real Property Agent
Assistant Real Property Agent
Surveying
Spvsr. Mapping Services
Sr. Survey Analyst
Sr. Calculator
Calculator II
Survey Analyst
Calculator I
Spvsr.-Survey
Survey Party Chief
Two-Man Field Party
Three-Man Field Party
4/20/88
Page 1 of 2
Fee Rate
Per Hour
$110 . 00
100.00
88.00
82.00
75.00
73.00
66.00
64.00
64.00
60.00
82.00
64.00
60.00
52.00
48.00
50.00
42.00
50.00
46.00
40.00
34.00
66.00
55.00
46.00
75.00
66.00
55.00
80.00
60.00
60.00
50.00
50.00
40.00
72.00
67.00
132.00
170.00
Effective 8/1/87
"""
Exhibit "E" (Cant.)
Schedule of Hourly Rates
August 1987
Page 2
Special Districts
Special Districts Coordinator
Special Districts Analyst II
Special Districts Analyst I
Fee Rate
Per Hour
$ 75.00
55.00
45.00
Planning
Principal Planner
Sr. Planner
Planning Associate
Planning Assistant
Planning Technician
75.00
61.00
56.00
44.00
35.00
Building
Plan Check Engineering
Spvsr. Building Inspection
Building Inspector
Permit Specialist
REhabilitation Specialist
Sr. Rehabilitation Specialist
Spvsr. Rehabilitation Services
60.00
60.00
50.00
37.00
45.00
55.00
65.00
Computer
Computer Time
Spvsr. Programming
Sr. Program Analyst
Program Analyst
Programmer
Computer Data Entry
63.00
66.00
55.00
46.00
37.00
32.00
Secretarial
Secretarial
30.00
Consultation in connection with litigation and court appearances will
be quoted separately.
Additional billing classifications may be added to the above listing
during the year as new positions are created.
The above schedule is for straight time. Overtime will be charged at
1.25 times the standard hourly rates. Sundays and holidays will be
charged at 1.70 times the standard hourly rates.
It should be noted that the foregoing wage rates are effective through
July 31, 1988. The rates may be adjusted after that date to compensate
for labor adjustments and other increases in labor costs.
4/20/88
Effective 8/1/87