Loading...
HomeMy WebLinkAbout1988-271 21 day of 22 23 24 25 26 27 28 6/02/88 f " ,," ~, ,_. . .. ... 1 2 3 4 RESOLUTION NO. 88-271 RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORI'ZING THE EXECUTION OF AN AGREEMENT WITH MOFFATT & NICHOL, ENGINEERS RELATING TO THE ENGINEERING DESIGN OF WIDENING OF SOUTH liE II STREET BRIDGE OVER THE SANTA ANA RIVER. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE 5 CITY OF SAN BERNARDINO AS FOLLOWS: 6 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 Moffatt & Nichol, Engineers relating to 9 the engineering design of South liE II Street Bridge Widening at 10 the Santa Ana River, which agreement is attached hereto, marked 11 Exhibit "A" and incorporated herein by reference as fully as 12 though set forth at 1 ength. 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 lA+-h regular July , 1988, by the following vote, to-wit: AYES: Cou nc i 1 Members Estrada, Reilly, Flores, Maudsley, Minor, Miller NAYS: None ABSENT: Council Member Pope-Ludlam ~PI2/~$ / City Clerk ~' ~ 1 'RES: EXECUTING AGREEMENT. W~TH MOFFATT & NICHOL, ENGINEERS, R E L A TIN G T 0 DES I G N 0 F. SOU 1" H II E"S T R E E T B RID G E The foregoing resolution is hereby approved this ~~(~ 2 day of July , 1988. 3 4 5 6 By: ~~ Ma'MQr Pro Tempore Evlyn Wi cox, ayor City of San Bernardino 7 Approved as to form and 1 ega 1 content: 8 /') (l .., -J-. fr~ :~ ;;rtorney 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 6/02/88 9 - 2 - [) ('> '77'( , ,;,' ... .::?- I EXHIBIT "A" AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is mad~and entered into the ~~/; day of ______~~~----, 198~" by and between the-CITY-OF SAN BERNARDINO, ._a ~u.nicipa1 corporation, hereinafter called "Ci ty" , and MOFFATT & NICHOL, ENGINEERS, a California corporation, hereinafter called "Engineer". WITNESSETH WHEREAS, City desires to obtain professional services to prepare plans, specifications, and estimates, to construct an extension or expansion of an existing bridge or a parallel bridge to such existing bridge over the Santa Ana River at "E" Street; for approach work for a four-lane roadway at each side of the river at such bridge and to determine the feasibility of a connection of Fairway Drive to South "E" Street; and, WHEREAS, in order to develop such plans, specifications and estimates, it is necessary to retain the professional services of a qualified engineering and consulting firm; and, WHEREAS, Engineer is qualified to provide said professional services; 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 follows: 1. GENERAL Engineer shall perform those services specified in "Scope of Services", a copy of which is attached hereto as Exhibit "B" and incorporated herein as though set forth in full. Performance of the work specified in the "Scope of Services" is made an obligation of Engineer under this Agreement, subject to any changes made subsequently hereto upon the mutual agreement in writing of the parties. 2. TERM 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 full, for completion dates will be adjusted by Engineer as the City authorizes the work. Such adjustments JFW:ss November 4, 1988 1 Subpart 31 shall control allowable elements of cost for contracts with commercial organizations. JFW:ss November 4, 1988 2 D. The Engineer is required to comply with all Federal, state and local laws and ordinances applicable to the work. The Engineer is required to comply with prevailing wage rates in accordance with California Labor Code Section 1775. 3. EXTRA SERVICES No extra services shall be rendered by Engineer under this Agreement unless such extra services are authorized, in writing, by City through its Public Works/Engineer, prior to the performance of such work. Authorized extra services shall be invoiced based on Engineer's "Schedule of Hourly Rates" dated 27 May 1988, a copy of which is attached hereto as Exhibit "E" and incorporated herein as though set forth in full. 4. PAYMENT BY CITY The billings for all services rendered pursuant to this Agreement 'shall 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 within five (5) days of billing, and a meet and confer meeting for purposes of resolution of such dispute shall be initiated by City within five (5) days of notice of such dispute. Interest of one (1%) 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, payment thereafter to be applied first to accrued interest and then to the principal unpaid amount. On disputed amounts, interest shall accrue from 30 days of the invoice date if the amount in dispute is resolved in favor of the Engineer. Any attorney's fees or other costs incurred in collecting any delinquent amount shall be paid to the prevailing party. 5. SUPERVISION OF SERVICES The Director of Public Works of City, or his designee, shall have the right of general supervision of all work performed by Engineer and shall be City's agent with respect to obtaining Engineer's compliance hereunder. No payment for any services rendered under' this Agreement shall be made without prior approval of the Director of Public Works or his designee. 6. ASSURANCE OF COMPLIANCE WITH CIVIL RIGHTS LAWS Engineer hereby certifies that it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status or national origin. Engineer agrees to take affirmative action to ensure that applicants are employed and employees are treated during employment without regard to their race, color, religion, sex, JFW:ss November 4, 1988 3 marital status or national origin. Such action shall include, but not be limited to, the following: Employment; upgrading, demotion or transfer; recruitment or recruitment advertising; and designated representatives. In addition, Engineer shall not exclude from participation under this Agreement any employee or applicant for employment on the basis of age under the Age Discrimination Act of 1975 or with respect to an otherwise qualified handicapped individual as provided in Section 504 of the Rehabilitation Act of 1973 or religion except that any exemption from such prohibition against discrimination on the basis of religion as provided in the Civil Rights Acts of 1964 or Title VIII of April 11, 1968, as amended, shall 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 perform in accordance with the terms of this Agreement. Each party shall have 20 days following date of such notice within which to correct that substantial failure giving rise to such notice. In the event of termination of this Agreement, City shall within thirty (30) days pay Engineer for all the fees, charges and services performed to City's satisfaction by Engineer, which finding of satisfaction shall not be unreasonably withheld. Engineer hereby covenants and agrees that upon termination of this Agreement for any reason, Engineer will 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 accomplished under this Agreement may continue within 45 days of termination. Any subsequent use of such incomplete documents shall be at the sole risk of the City and the City agrees to hold harmless and indemnify Engineer from any claims, losses, costs, including attorney's fees, and liability arising out of such use. Engineer shall be compensated for such services in accordance with Exhibit "B". This agreement may be terminated for the convenience of the City upon 20 days' written notice to Engineer. Upon such notice, Engineer shall provide work product to City and City shall compensate Engineer in the manner set forth above. Following the effective date of termination of this Agreement pursuant to this section, the Agreement shall continue until satisfction of all obligations arising from such termination. JFW:ss November 4, 1988 4 8. INDEPENDENT CONTRACTOR A. Engineer shall act as an independent contractor in the performance of its services provided under this Agreement and shall furnish such services in Engineer's own manner and methods and in no respect be considered an agent or employee of City. B. Any document or written report prepared for or under the direction of a state of local agency, which is prepared in whole or in part by nonemployees or such agency, shall contain the numbers and dollar amounts of all contracts and subcontracts relating to the preparation of such document or written report; provided, however, that the total cost for work performed by nonemployees of the agency exceeds five thousand dollars ($5,000.00). The contract and subcontract numbers and dollar amounts shall be contained in a separate 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. 10. SUBCONTRACTS EXCEEDING $10,000 All subcontracts exceeding $10,000.00, shall contain all required provisions of the prime contract. 11. HOLD HARMLESS Engineer hereby agrees to indemnify and hold City, its elective and appointive boards, officers and employees harmless from any liability for damage or claims for damage for personal injury, including death, as well as from claims for property damage, which may arise from Engineer's negligent acts, errors or omissions under this Agreement. Engine~r shall defend City from litigation arising from Engineer's negligent performance of the project(s) for which this Agreement is made at Engineer's expense. 12. NOTICES Official notices relative to the services provided under this Agreement shall be in writing addressed to the following: AS TO ENGINEER AS TO CITY Mr. Walter E. Hurtienne Vice President 250 W. Wardlow Road Long Beach, California 90807 Mr. Roger C. Hardgrave Director of Public Works/ City Engineer 300 North "D" street San Bernardino, CA 92418 JFW:ss November 4, 1988 5 13. All Agreements on Engineer's part are contingent upon and Engineer shall 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 control, or due to shortages or unavailability of labor at established area wage rate or delays caused by failure of City or City's agents to furnish information or to approve or disapprove Engineer's work promptly, or due to late or slow, or faulty performance by City, other contractors, or governmental 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 shall be extended accordingly. Engineer shall notify City within 3 days and in writing when it becomes aware of any event or circumstances for which it claims or may claim an extension. 14. All tracings, survey notes, and other original documents are instruments of service and shall remain the property of Engineer except where by law or precedent these documents become public property. All such documents or records shall be made accessible to the City under conditions as set forth in Section 7 of this Agreement. The consultant shall maintain all 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 shall stamp and sign all specifications, estimates, plans and engineering data furnished, and, where appropriate, indicate registration number. 15. Engineer's liability to the City for injury or damage to persons or property arising out of work performed by the City and for which legal liability may be found to rest upon ,Engineer, other than for professional errors and omissions, will be limited to $1,000,000. For any damage on account of any error, omission or other professional negligence Engineer's liability, will be limited to a sum not to exceed $50,000 or Engineer's fee, whichever is greater. 16. Any opinion of the Construction Cost prepared by Engineer represents his judgment as a design professional and is supplied for the general guidance 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 actual cost to the City. If a Construction Cost limit is established by written agreement between City and Engineer and specifically set forth in a mutually agreed addendum to this Agreement, the following will apply: JFW:ss November 4, 1988 6 a. The acceptance by City at any time during the services of a revised opinion of Construction Cost in excess of the then established cost limit .will constitute a corresponding revision in the Construction Cost limit to the extent indicated in such revised opinion. b. Any Construction Cost limit so established will include a contingency of ten percent unless another amount is agreed upon in writing. c. Engineer will be permitted to determine what types of materials, 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 established Construction Cost limit will not be binding on Engineer, and City shall consent to an adjustment in such cost limit commensurate with any applicable 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 established Engineer's Construction Cost Estimate by 20 percent or more, City shall (1) given written approval to increase such cost limits, (2) authorize negotiating or rebidding the Project within a reasonable time, or (3) cooperate in revising the Project's. general scope, extent or character to the extent consistent with the Project's requirements and with sound engineering practice. In the case of (3), Engineer shall modify the Contract Documents as necessary to bring the Construction Cost within the cost limit. In lieu of other compensation for services in making such modifications, City shall pay Engineer, Engineer's cost of such services, all overhead expenses and reimbursable expenses reasonably related thereto, but not including profit, on account of such services. The providing of such service will be the limit of Engineer's responsibility in this regard and, having done so, Engineer shall be entitled to payment for services in accordance with this Agreement and will not otherwise be liable for damages attributable to the lowest bona fide proposal or bid exceeding the established Construction Cost. JFW:ss November 4, 1988 7 17. The City agrees that in accordance with generally accepted construction practices, the construction contractor will be required to assume sole and complete responsibility for site conditions during the course of construction of the project, including safety of all persons and property and that this requirement shall be made to apply continuously and not be limited to normal working hours. 18. 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 all litigation and collection expenses, witness fees, and court costs, and attorney's fees shall be paid to the prevailing party. 19. Should any provision herein be found or deemed to be invalid, this Agreement shall be construed as not containing such provision, and all other provisions which are otherwise lawful shall remain in full force and effect, and to this end the provisions of this Agreement are declared to be severable. 20. The City shall pay the costs of checking and inspection fees, zoning and annexation application fees, assessment fees, construction soils testing fees, and all other fees, permits, bond premiums, and title company charges. Charges not specifically covered by the terms of this Agreement shall be paid as agreed by the parties hereto at the time such costs arise but in no event shall the work to be performed hereunder cease as a consequence of such unforeseen charges unless by mutual written agreement of City and Engineer. 21. The City will require that any Contractor performing work in connection with the construction contract documents produced under this Agreement to hold harmless, indemnify and defend the City, the Engineer, their consultants, and each of their officers, agents and employees from any and all liability, claims, losses or damage arising out of or alleged to arise from the Contractor's negligence in the performance of the work described in the construction contract documents, but not including liability that may be due to the sole negligence 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 liability insurance, including completed operations and contractual liability, with the latter coverage sufficient to insure the Contractor's indemnity, as above required; and, such insurance will include the City, the Engineer, their consultants, and each of their officers, agents and employees as additional insureds. JFW:ss November 4, 1988 8 22. The Engineer shall be entitled to reasonably rely upon the accuracy of data provided by the City without independent evaluation. 23. 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 solicit 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 shall 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 full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. 24. 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 15 of this agreement. 25. Section 9-1.10 of the Caltrans Standard Specifications is hereby specifically waived and made inapplicable to this agreement. The parties hereto otherwise agree not to be bound by any other requirement for arbitration of any dispute arising hereunder. Disputes shall be resolved by agreement of the parties, or upon the failure of such agreement, by direct application to the Courts. 26. This Agreement constitutes the full and complete agreement for professional services between City and Engineer and any modifications of this Agreement must be in writing and signed by both parties. / / / / / / / / / / / / / / / / / / / / / / / / / / / JFW:ss November 4, 1988 9 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. ATTEST: ~ ~.~ .~ ~%d//,~ /~/ clty Clerk BY: MOFFATT & NICHOL, ENGINEERS By:~r~ (// Vice President Approved as to form and legal conte t: JFW:ss November 4, 1988 10 ~ ',-;.':"-'-. . CERTIFICATION OF LCX:AL AGENCY I HEREBY CERTIFY that I am the CITY t3vG/Nel;~ and duly authorized representative of the Local Agency of City of San Bernardino, and that the above consulting firm or his representative has not been r~uired, directly or indirectly as an express Qr implied condition in connection with obtainIng or carrying out this Agreement to: (a) employ or retain, or agree to employ or retain, any firm or person; or (b) pay, or agree to pay, to any firm, or~anization or person any fee, contribution, donation or conslderation of any ldnd for; except as here expressly stated (if any): I acknowledge that this certificate is to be furnished to the State Department of Trans~rtation in connection with this Asreement involving participation of Federal Aid Highway Funds, and is subject to applicable State and Federal laws, both criminar and civil. ?~?/r-or (Date) CERTIFICATION OF CONSULTANT I HEREBY CERTIFY that I am the Vice President and duly authorized representative of the firm of Moffatt &t Nichol, Engineers, and tliat neither I nor the above firm I here represent has: (a) employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, an~ firm or ~rson (other than a bona fide employee working solely for me or the above consUltant) to solicit or secure this Agreement; . . (b) agreed, as an express or implied condition for obtaining this contract, 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 consiaeration 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 Department of Trans~rtation in connection with this Agreement involving participation of Federal Aid Highway Funds, and is subject to applicable State and Federal laws, both criminaf and civil. /" Y-.,\ 26-: J - ~ i2r./ (Date) ~ / ----- /) " / C ~ ,_. / ' / ~ I ( ./"'.,.....~ . .r-R- .~; Signaturef \../ TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION ~ The prime Consultant and sub-Consultant under penalty of perjury, certifies that, except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, officer, manager: is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgement rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining Consultant responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall consitute signature of this certification. "~ ~ /{ /1 /,.,-' ..... ~ (signature of Consultant(s) , / '-",/ EXHIBIT "B" SCOPE OF SERVICES The tasks for the South "E" Street bridge widening have been divided into three phases. Phase I: Preliminary Engineering Phase I is the data gathering and investigative portion of the project, as well as developing the prehminary aesign and study for the intersections and the right- of-way considerations. A separate study in the preliminary Rhase portion is to be conducted to determine how the Fairway Drive ana South E Street intersection can be handled relative to the intersection control or the termination of the street. This also affects the right-of-way considerations, particularly in the northwest quadrant. Aerial topography will be used as a basis for developing the preliminary: engineenng tasks, as well as forming the background for Phase n Final Design. Additional Borings at the bridge will be taken in this phase. There are many utilities within the area, including sewer siphon, telephone/electrical lines, and the Riverside Water Company facilities. The affect on the widening will be assessed and initial contact and relocation notification addressed. At the completion of the Phase I, a short project report would be prepared for the City's review and upon their concurrence being forwarded to Caltrans for their concurrence for use in federal funding requirements if needed. At the end of this phase would be an aRproved preliminary concept and estimates that woufd form the basis for aeveloping final plans and specifications. Prepare documentation necessary for the City to process permits from: o U.S. Army Corps of Engineers o San Bernardino County Flood Control Districta o Fish and Wildlife Resources (State and Federal) The tasks in Phase I are summarized as follows: Phase I: Preliminary Engineering 1. Utiliry Research 2. Traffic Circulation STudy 3. Soils Investigation 4. Aerial and Design 5. Co~ of Engineers Permit Process 6. FloOd Control Permit Process 7. Water Quality Permit Process 8. City Coordination 9. Utility Coordination 10. Right-of-Way MapRing 11. Falrway Drive AnalysIS 12. Preliuunary Bridge Alternates 13. Preliminary Engineering Report 14. Agency Review 15. Right-of-Way Certification and Acquisition Phase II: Final Design Phase II is the implementation or development of the final plans and specifications and the necessary review process. This phase would be the development of the right-of-way and requirements and the necessary certification if Federal funds are going to De utilized in the project. . The on-ground design survey will be accompliShed in this phase, supplementing and augmenting the aerial topography obtained in Phase I. If Federal funds are to be utilized, then the project plans would be submitted to Caltrans for their approval for Federal requirements. At the completion of this project would be a set of contract documents approved and ready for advertising through either an assessment district project if desired by the City or through rederal funding processes. The Tasks in Phase II are summarized as follows: Phase II: Final Plans, Specifications and Estimates 1. Develop Street Plans 2. Develop Utility Relocation Plans 3. Develop Storm Drain Plans 4. Develop Bridge Widening Plans 5. SignaliZation Plans 6. Construction Traffic Control 7. 60% Design Submittal 8. Agenq Review 9. Develop Specifications 10. Develop E"stimates 11. Final Design Submittal (100%) 12. Caltrans Review 13. Final Design Plans, Specifications and Estimates Phase ill: Construction Services This portion of the project is providing the necessary construction services commensurate with the City's desires. At the present it would be assumed that the inspection process would be performed essentially by the City providing for resident en~eering services and the Moffatt &it Nichol/eM Engineering team would proVIde services upon request. And are summarized fonows: Phase ill: Construction Services 1. Advertising and Bids 2. Construction In determining the costs associated with the Scope of Services, the following conditions were assumed: 1. Traffic data will be furnished by the City. 2. Environmental clearance has been obtained or will be provided for as a separate service. 3. Right of Way Acguisition will be provided by others. Services herein are limited to descriptions of property immediately adjacent to the existing street Right of Way. 4. The existing bridge structure is in a condition that will allow for widening and no retrofitting for seismic or other considerations is required. 5. On ground survey cross-sections are r~uired and are included in the service fees. If the survey was only to augment the aerial topography there would be some reduction of the sections. 6. Utility relocations, if required, will be accomplished by the indiVidual utility services, or provided for under separate service agreement. 7. No new traffic signal installations are required, existing signal systems require only modifications, \ 8. Any permit fees, bonds, public hearings, notifications and testing/investigation required will be provided by the City. 9. All work in Phase I and Phase II will be completed prior to July 1989. EXHIBIT "C" SCHEDULE OF COMPLETION DATES PHASE I - Prelimina~ Engineering will be completed within 105 calendar days after Notice to Proceed PHASE IT - Final Design will be completed within 200 calendar days after approval of the Phase 1 engineering report. PHASE ill - Construction services - This is dependent upon time of advertising and construction type. Based on timely reviews by all parties a tentative schedule will be as follows: Notice to Proceed and Audit ---- 1 July 1988 Complete Phase I ------ 15 October 1988 Agency Review Completion ----- 15 November 1988 Pnase IT Completion ------ 1 June 1989 Begin Construction ----- 1 August 1989 . EXffiBIT liD" ENGINEERING SERVICE FEES SUMMARY TASKS FEES Phase I: Preliminary Engineering 1. Utility Research 1,595 2. Traffic Circulation Analysis 1,118 3. Soils Investigations 11,758 4. Aerial and Design Survey 12,516 5. Corps of Engineers Permit 640 6. San Bernardino County Flood Control Permit 1,024 7. Water Quality Permit 512 8. City Coordination 6,073 9. Utility Coordination 2,680 10. Right of Way Mapping 2,102 11. Fairway Drive Analysis 2,578 . 12. Preliminary Bridge Alternates 3,074 13. Preliminary Engineering Report 5,049 14. Agency Review 2,425 15. Right of Way Acquisition and Certification 636 Subtotal Phase I, Preliminary Engineering $53,780 Phase IT: Final Plans, Specifications, and Estimates 1. Develop Street Plans 9,455 2. Utility Relocation Plans (Coor Only) (By Others) 1,262 3. Develop Storm Drain Plans 1,445 4. Bridge Widening Plans 45,090 5. Signalization Modifications 909 6. Construction Traffic Control 3,646 7. 60% Design Review ,1,584 8. Agency Review 2,120 . 9. Develop Specifications 13,658 8. Agency Review 9. Develop Specifications 10. Develop Estimates 11. 100% Design Submittal 12. Caltrans Review 13. Final Design PS&E Subtotal Phase IT, Final PS&E 2,120 13,658 2,167 1,582 3,644 1,547 $85,837 Phase III: Construction Services I These services will be provided on an as required basis when the type of construction contract and construction funding is determined. These will be provided on a cost-plus-fixed basis. Reimbursables Reproduction Miscellaneous (Travel, Telephone, FAX, etc.) Computer Costs $250 $677 $500 $1,427 SUBTOT AL PHASE 1 AND PHASE IT FIXED FEE (PROFIT) TOT AL COST $140,530 $ 10,692 $151,222 EXHIBIT "0" DETAILED COST PHASE 1 - PRELIMINARY ENGINEERING Direct Labor Hours Rate Total Project Manager 68 36.63 2,490 Project Engineer 62 30.23 1,873 Structural Engineer 88 24.87 . 2,187 Civil Engineer 8 24.47 196 Drafting 13 16.10 209 Typing 7 13.29 ~ Subtotal 7,048 Indirect Costs (Overhead) Overh~ad Rate $7,048 x 112% = $7,894 $14,942 SubConsultants Hours Rate Total Moore & Taber (Geotechnical) $12,300 CM Engineering Associates (Survey) $15,500 CM Engineering Associates (Roadway) $10.524 Subtotal $38,324 $38,324 SUBTOT AL PHASE I $53,266 PHASE II -FINAL DESIGN Direct Labor Hours Rate Total Project Manager 60 36.63 2,197 Project Engineer 120 30.23 3,628 Structural Engineer 380 24.87 9,451 Civil Engineer 86 24.47 2,104 Specification 120 25.58 3,070 Drafting 615 16.10 9,906 Typing ~ 13.29 704 Subtotal $31,060 Indirect Cost (Overhead) $31,060 x 112% = $34,787 $65,847 SubConsultants CM Engineering Associates (Roadway) Direct Costs (Except Labor) Reproduction Misc. Travel. FAX Computer Costs Subtotal SUBTOTAL PHASE II SUBTOTAL PAHSE I AND II FIXED FEE (Profit) TOTAL PHASE I AND II SubContract Prime Hours Rate Total $19.990 $ 250 $ 677 $ 500 $1.427 $ 1.427 $ 87.264 $140.530 $ 2.332 $ 8.360 $151.222 ~. M · · N ':::L. .......... ..... u.e... ..".....,. - 011 C 'f-I-IIB/T II BACK - UP DATA PROJECT ~" 'tr" f fr~ef- P I//HF .:r M ", AI po~ 71.//\) DATE NO. DESCRIPTION PM PE SE tV CO ME EE ST SP OR TV ;01 I L//./l'~ Id!t()~' - L, tY ~ II~ 4A~~('-J - g, '" 7. ) tJ ; If Tu v.,/ ./., 'a ~ .4;a.... - t/ ~.frt~ I,. U/~I'f-;"~ ~(/;V~ - ~ (, -~./ I t/,c & per;Vz,f- /I~/P/ '-I -'I / /6 t ~BCF~Q . / p~ i' J-Zo-1/1- I~~ / ~l ~ 9 /~ '7, \JJIJI.~!/ a?u/ //'~J' p/l',;'-?i l- I ~ z I S t Ci -k fA~,/I: ( )j1(~Ir~~~, vO iZ .5 ?? C; /1/-1(,',4 w,J/ (81'1~~~;.'/~ : ~ IIJ ~r 1-/ tV 1#/I/J;/U~1 ... . It) - / 1/ I -, -" "/,) 4 S H/If,I#~ D/IJ,'~ J~'(_C~r,_: (Pb//liV II- Prtl ~~;be 6e':'~ jJ~~ , /Z, CS gZ B 'f~ I P, /. ~ 4 1./ 1,) /~ ' r, H/OJ.,;':- (Jkr~tktl, If, /" , 5r,~C,L W; JdHl/l/t/PJ') It(. ~I 0/ # '~UI R.cVit?W -P".c,N/- , ~ e 4f 'Zo f, ,~/ ~"JI/.I'~t~ I~ /'l/ kI ;j l~tkl";J,~ r/' /M,~-J - . ,. . , '- 1t/6/'~/ N1( AJ ~e ff'Z, ~ ~ /'b /1., (Sf a "r-11f:; · N' L. ........... .... I.ae... cau....'. 13 'f.;..I1 811 'I 0 If BACK - UP DATA ~~ '1f" J II'!~ f- - PIIASe D III f f.) 'P;,II;~ DATE PROJECT NO. DESCRIPTION PM PE SE CV CO ME EE 51 5P OR TV I Dp~II~!'D {' j..p. e d Pia II J I?/ G. 4 4 g ~ (j t-; (,' ~ z~ k a .rltn., ((ti~ ,,,/' ) I- t./ 8 10. U ~ ~r;Z ,[)/A(~ ~/4wJ L/ -. ? 3 4- I e/ I? , // t",~ /,(/~a./ H~~-" _ #;1; u J JO ~'lO - ~ !is /D I'ttl -l'f~" 5 ~ ~ _, ~ r If /; "" ~ - /. . '2, /'C1 ;1(;'/ /V"iv.--" ,"" I" ~ ,/1 ~ b r:;~ I {; If,;~ (il-'/&'/. 1/ 1., r; 1 (,0 ~ DtJ;~#1 ,e1!A.//~W r r }LI 2 ;~ f ll~lUcq P-tl/(~c.d c.f /(, ~ ~ IZ.. 1~ '-, f' 7' ....~ ; ~. " 'It.f ~ , 12<J /90 j) .ev I ;;'p t7-!.1' ,'.J.., ( a 4-,;"" ~. ~ 7" . If Z1 I:,J D~v~bt.J ~Jf71k4ItJ /0 10 '-I ~ /1 //)/i ~ FD.p.';::~ I.t I~/' J./ S 'I ~ 1.(') 5 'I"II { , i It rz{ It. Co/.r;a~ / ?~/t~w l/ Yt3 IJ /;;"10/ jJ.: (' ~ 1 ~ I'L c{ 78 .- - . ''- ,.. " ~ (/ b frf f.r:s/ f.JV /7/, ?iV ~ /1() ~: ~l/ '~!J . EXHIBIT "E" *********************************** MOFFATT & NICHOL ENGINEERS RATE SCHEDULE *********************************** 27-May-88 DIRECT LABOR COST (*) OVERHEAD 119.3% CLASSIFICATION STRUCTURAL ENGINEER $46.16 $36.63 $30.23 $30.94 $27.98 $30.64 $24.87 $21.21 $24.47 $16.54 101.22 PRINCIPALS PROJECT MANAGER 80.34 PROJECT ENGINEER 66.29 67.86 COASTAL SCIENTIST MECHANICAL ENGINEER 61.37 ELECTRICAL ENGINEER 67.19 54.55 COASTAL/HARBOR ENGINEER 46.51 CIVIL ENGINEER 53.65 STAFF ENGINEER 36.27 ARCHITECTS $24.51 53.74 SPECIFICATIONS $23.58 51.72 DRAFTER $16.10 35.30 WORD PROCESSING $13.29 29.15 GENERAL CLERICAL $12.25 26.87 * Includes anticipated 5 percent salary increase in June 1988 . K-' .,~- . '~I", . -. .-. .~. .._! ~ L..' ~ ...f\._: .NIi.1t'....lfIJ A.IOCIAT.'t .XC. I. ..\ N 0 ~ L ~ j\J N I N 13 A ~ ~, S L; ~ \,' :: '" ;., U \ \ I '. PlDAlL!. tIIUIL Y IZW. lAra . .....t 1.7 MINEDING AII1.'ent Engineer MIoeJ..te Eng1"'.r CJ.vl1 Engi.....r Sen10t Civil Engi,...1' 'r1_1,.1 Engine.r '1'11'10.1 CanllUltlnt ......rch A.-iltant DeUneatojl Drart" Senior D"".r DM!pr Swot DM.igftlr Pl'.t~ipel DeNpr INlplOtor ... .OG ".00 '7.OG 7..OG 71.50 a.GO JJ..aa ]I,GO Q.JG ..01) .,00 6l.5a " .00 ".aD PU.ING A_1ltant P laftner , J.ann., Sen.tOI' fllanner 'r.tno1pal PlaNter 'rilla.tlMl ean.,ltant ~.aa 61.50 7..aD '71.50 .'.DO SJRV[YING Fi.ld Surv.y Superv110r Pr1nc.lpal Sul'Vtlyor J-Man C,.. IMIne... Tny.l T_ - , MIn ere- (In '10'" Dt . haut.) TraYIl TtIe · 2 MIn Crew (In ..e... Df 8 houri) ".DO 71,JO U',aD 12.. oa -.00 J9.00 ADMiNISTRAtIVE SERVICES T,piIVCIIJlk '*'n ,...1&1,. D,.retor ~n1"rlt1v. AII1ltant D.oa 2I.DO ".00 M15:!LLANmJS SERVICES All) EXPEN~ Caurt _urlna.. 100.00 (4 Hr. Min) COlIpUter :JD.OO (t HI'. Min) Mil.... .'S/NIl. Subai.tenc. Coat Outl1d1 !lNte.. Coat '1u, 101 Met.rial. , DtMr EJCpen", Celt ,Ju. 201 · All ,.te. an IUbJw:t to anange .t ..., u.. . MJYltlMnta an ... _ . I'IIU1t of 8g..-.nt,. aaluy ldJu.u.nta. .. incn-.ca Due.inue Ixpen_. aa !. Airport Or. · P.O. Box eo87, Sin Bernardino, california 12412 . Phone (714) 884 1104 or (714) 82I-15U