Loading...
HomeMy WebLinkAbout16-Public Works ... From: ROGER G . HARDGRAVE REQUEST lOR COUNCIL ACTION File No. 1.845 Authorization to Execute Agreement for Professional Engineering Services with DMJM - Extension of Orange Show Road, from Arrowhead Avenue to Waterman Avenue Subject: CITY OF SAN BERNO'DINO - Dept: Public Works Date: 3-30-92 Synopsis of Previous Council action: December, 1989 -- Adoption of 5-Year Capital Improvement Program, for 1989/90 to 1993/94. 10-07-91 Transfer of $200,000 from Unappropriated Reserve, to Account No. 129-309-57845, Orange Show Road, from Arrowhead Avenue to Wateman Avenue, approved. Recommended motion: Adopt resolution. cc: Shauna Clark J. Penman Ward: 5025 3 Contact person: Supporting data attached: Roqer G. Hardqrave Staff Report, Resolution & Aqreement Phone: FUNDING REQUIREMENTS: Amount: $244.700 11/2<: Sales Tax - Local Funds) Source: (Acct. No.! 129-309-57845 Acct. Descri tion Extension of Arrowhead Avenue to Waterman Avenue Finance: D.... \ 't .i.'2.,. ~ Z>, DO 0 It..! S ~ ~ Council Notes: CITY AmlIRISTIlATOR'S BOTE: $200.000 will coae fro. the 1991-92 budget. The rellaining $44.700 aust be funded in the 92-93 budget. '71;._n?I>? Agenda Item NO~ ~" CITY OF SAN BERNCMDINO - REQUEST OR COUNCIL ACTION STAFF REPORT In September of 1991, letters of interest were sent to 31 firms concerning performing professional engineering services on seven different projects. In October of 1991, a screening com- mittee selected between 3 and 6 firms to receive Requests for Proposals on each of the projects. Proposals were submitted on October 31, 1991. evaluation committee was selected, with representatives from Mayor's Office, Council Office, Administrator's office Public Works. On November 12th and 13th, oral interviews conducted with each of these firms. Selection of the qualified firm was made for each of the projects. An the and were most The firm of Daniel, Mann, Johnson & Mendenhall (DMJM) was selected to perform the engineering services for the extension of Orange Show Road, from Arrowhead Avenue to Waterman Avenue. A contract has been negotiated in accordance with the standard City format. The agreement provides, in general, that DMJM will prepare plans, specifications and estimates for the extension of Orange Show Road for a fee not to exceed $244,700. All costs incurred for services provided under this contract will be paid from the approximate $200,000 allocated under Account No. 129- 309-57845, in the 1991/92 Measure "I" Sales Tax Fund Budget. Supplemental funds in the amount of $44,700 will be needed in the 1992/93 Budget. Staff recommends adoption of the resolution authorizing execution of the agreement. 3-30-92 o o 1 2 3 4 5 6 7 8 9 10 11 12 13 RESOLUTION NO. RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH DANIEL, MANN, JOijNSON & MENDENHALL (DMJM) RELATING TO THE PROVISION OF PROFESSIONAL ENGINEERING DESIGN SERVICES FOR THE EXTENSION OF ORANGE SHOW ROAD, FROM ARROWHEAD AVENUE TO WATERMAN AVENUE. 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 hereby authorized and directed to execute, on behalf of said City, an agreement with Daniel, Mann, Johnson & Mendenhall (DMJM) relating to the provision of professional engineering design services for extension of Orange Show Road, from Arrowhead Avenue to Waterman Avenue, a copy of which agreement is attached hereto, marked Exhibit "A" and incorporated herein by reference as fully as though set forth at length. 14 15 16 17 executed and no oral agreement relating thereto shall be implied 18 SECTION 2. The agreement shall not take effect until fully signed and executed by both parties. The City shall not be obligated hereunder unless and until the agreement is fully or authorized. 19 20 21 22 23 24 25 26 27 28 SECTION 3. This resolution is rescinded if the parties to the agreement fail to execute it within sixty (60) days of the passage of this resolution. / / / / / / / / / / / / / / / / / / / / / / / / 3-30-92 Kl:;bU: AU'!'rtUiUZING EXECUTION OF AGREEMENT WITH DMJM RELATING TO PROVIjliIiopN OF ENGINEERING DESIGNt""'i:OR EXTENSION OF ORANGE SHOW ~, FROM ARROWHEAD AVENUE'~ WATERMAN AVENUE. 1 I HEREBY CERTIFY that the foregoing resolution was duly 2 adopted by the Mayor and Common Council of the City of San 3 Bernardino at a meeting thereof, held on the 4 day of , 1992, by the following vote, to-wit: 5 Council Members: AYES NAYS ABSTAIN ABSENT 6 ESTRADA 7 REILLY 8 HERNANDEZ 9 MAUDSLEY 10 MINOR 11 12 MILLER 13 14 15 16 17 18 POPE-LUDLAM Rachel Krasney, City Clerk The foregoing resolution is hereby approved this day of , 1992. 19 20 21 22 23 By: 24 25 26 27 W. R. Holcomb, Mayor City of San Bernardino Approved as to form and legal content: James F. Penman City Attorney 28 - 2 - ~'"'~::_..;:-;.:.- .' o o AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is made and entered into this day of , 1992, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and Daniel, Mann, Johnson, & Mendenhall, Inc., a California corporation, hereinafter referred to as "ENGINEER". WIT N E SSE T H WHEREAS, City desires to obtain professional services to prepare plans, specifications, estimates and construction documents for the extension of Orange Show Road from Arrowhead Ave. to Waterman Ave. including crossing of the flood control channel and the railroad. WHEREAS, in order to develop, plans, specifications, estimates and construction documents, 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. SCOPE OF SERVICES Engineer shall perform those services specified in "Scope of Services" a copy of which is attached hereto as Exhibit "1" and incorporated as though set forth in full. 2. TERM OF AGREEMENT 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 scheduled completion dates specifically set forth in Exhibit "2" attached hereto and incorporated herein as though set forth in full, will 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 shall expire as specified by the Exhibit "2" schedule unless extended by written agreement of the parties. 1 -~. o o 3. STANDARD OF PERFORMANCE Engineer shall complete all work product.. and design in conformance with Standard Specifications for Public Works Construction (Greenbook) and the City of San Bernardino's standard Drawings. 4. CHANGES/EXTRA SERVICES A. 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 upon mutual agreement of the parties. All such changes shall be incorporated by written amendments to this Agreement and include any increase or decrease in the amount of compensation due Engineer for the change in scope. Any change which has not been so incorporated shall not be binding on either party. B. No extra services shall be rendered by Engineer under this Agreement unless such extra services are authorized, in writing, by City prior to performance of such work. Authorized extra services shall be invoiced based on Engineer's "Schedule of Hourly Rates" dated (undated) , a copy of which is attached hereto as Exhibit "4" and incorporated herein as though set forth in full. 5. COMPENSATION A. The city shall compensate the Engineer in accordance with Exhibit 3 attached hereto and incorporated herein as though set forth in full for performance of the work, in an amount not to exceed $200,000.00 for phase I of the project. B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity or character of the work to be performed. Any such significant alteration shall be agreed upon in writing by city and Engineer before commencement of performance of such significant alteration by Engineer. Any adjustment of the total cost of services will only be permitted when the Engineer establishes and City has agreed, in writing, that there has been, or is to be, a significant change in: 1. Scope, complexity, or character of the services to be performed; 2. Conditions under which the work is required to be performed; and 3 . Duration of work if the change from the time period specified in the Agreement for Completion of the work warrants such adjustment. 2 ~""'~--- o o C. 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 in effect as of the date of issuance of the Notice to Proceed. 6. PAYMENT BY CITY A. 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 ten (10) days of billing and a meet and confer meeting for purposes of resolution of such dispute shall be initiated by the City within ten (10) days of notice of such dispute. 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 thirty (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 thirty (30) days of the invoice date if the amount in dispute is resolved in favor of the Engineer. All tasks as specified in Exhibit "1" shall be completed prior to final payment. B. section 9-10 of the Cal-Trans Standard Specifications is hereby specifically waived and not applicable to this agreement. The parties hereto otherwise agree not to be bound by any other requirements 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. C. 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. 7. SUPERVISION AND ACCEPTANCE OF SERVICES A. The Director of Public Works of City, or his designee, shall have the right of general supervision over 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. B. The Office of the Administrator may review and inspect the Engineer's activities during the progress of the program. 3 ~."-'.:"...:".- o o 8. COMPLIANCE WITH CIVIL RIGHTS LAWS Engineer hereby certifies that it will n~t discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status or national origin. Engineer shall promote affirmative action in its hiring practices and employee policies for minorities and other designated classes in accordance with federal, state and local laws. Such action shall include, but not be limited to, the following: recruitment and recruitment advertising, employment, upgrading, and promotion. In addition, Engineer shall not exclude from participation under this Agreement any employee or applicant for employment on the basis of age, handicap or religion in compliance with State and Federal laws. 9. TERMINATION OF AGREEMENT A. 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 twenty (20) days following date of such notice within which to correct the 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 representatives, 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 forty-five (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 "4". B. This agreement may be terminated for the convenience of the City upon thirty (30) 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. C. Following the effective date of termination of this Agreement pursuant to this section, the Agreement shall continue until all obligations arising from such termination are satisfied. 4 ~.;;;,.:;:, o o 10. CONTINGENCIES In the event that, due to causes beyond the control of and without the fault or negligence of Engineer, Engineer fails to meet any of its obligations under this Agreement, and such failure shall not constitute a default in performance, and the city may grant to Engineer such extensions of time and make other arrangements or additions, excepting any increase in payment, as may be reasonable under the circumstances. Increases in payment shall be made only under the "changes" provision of this Agreement. Engineer shall notify City within three (3) days in writing when it becomes aware of any event or circumstance for which it claims or may claim an extension. 11. INDEPENDENT CONTRACTOR Engineer shall act as an independent contractor in the performance of the services provided for under this Agreement. Engineer shall furnish such services in its own manner and in no respect shall it be considered an agent or employee of City. 12. ASSIGNMENT OR SUBCONTRACTING Neither this Agreement, nor any portion thereof, may be assigned by Engineer without the written consent of city. Any attempt by Engineer to assign or subcontract any performance of this Agreement without the written consent of the City shall be null and void and shall constitute a breach of this Agreement. All subcontracts exceeding $10,000, shall contain all provisions of this contract. 13. NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Engineer and city: ENGINEER gn DMJM & Assoc. 275 W. Hospitality San Bernardino, CA Lane, suite 314 92408 Mr. Roger Hardgrave Director of Public Works/ City Engineer 300 North "D" Street San Bernardino, CA 92418 14. RESPONSIBILITIES OF PARTIES A. The Engineer may reasonably data provided through the City independent evaluation. rely upon the accuracy of or its agents without B. The city shall pay all costs of inspection and permit fees. Charges not specifically covered by the terms of this Agreement shall be paid as agreed by the parties hereto at the 5 ~,,,,,..:.:.- o o time such costs arise; but in no event shall the work to be performed hereunder cease as a consequence of any unforeseen charges unless by mutual written agreement of city and Engineer. C. All tracings, survey notes, and other original documents are instruments of service and shall remain the property of Engineer except where by law, precedent, or agreement these documents become public property. All such documents or records shall be made accessible to city. Engineer shall maintain all records for inspection by the City, state, or their duly authorized representatives for a period of three (3) years after final payment. Engineer shall stamp and sign all specifications, estimates, plans and engineering data furnished, and, where appropriate, indicate registration number. 15. CONSTRUCTION COST ESTIMATES A. Any op~n~on 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. 16. COVENANT AGAINST CONTINGENT FEE Engineer warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Engineer for the purpose of securing business. For breach or violation of this warranty, City shall have the right to terminate this Agreement in accordance with the clause permitting termination for cause and, at its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 17. HOLD HARMLESS CAUSE A. Engineer hereby agrees to 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. B. Engineer shall indemnify, defend and hold free and harmless the city, its officers and its employees from all claims, damages, costs, expenses, and liability, including, but not limited to attorney's fees imposed upon them for any 6 ~~. o o alleged infringement of patent rights or copyrights of any person or persons in consequence of the use by City, its officers, employees, agents and other duly authorized representatives, of programs or processes supplied to city by Engineer under this Agreement. .. 18. INDEMNITY Engineer shall indemnify, defend and hold harmless City from and against any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorney's fees) and liabilities, of, by, or with respect to third parties, which arise solely from Engineer's negligent performance of services under this Agreement. Engineer shall not be responsible for, and City shall indemnify, defend and hold harmless Engineer from and against, any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorney's fees) and liabilities of, by or with respect to third parties, which arise solely from the city's negligence. with respect to any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorney's fees) and liabilities of, by or with respect to third parties, which arise from the joint or concurrent negligence of Engineer and city, each party shall assume responsibility in proportion to the degree of its respective fault. 19. LIABILITY/INSURANCE A. Engineer's liability insurance for injury or damage to persons or property arising out of work for which legal liabil- ity may be found to rest upon Engineer other than for profes- sional errors and omissions, shall be a minimum of $1,000,000. For any damage on account of any error, omission or other professional negligence, Engineer's insurance shall be limited to a sum not to exceed $50,000 or Engineer's fee, whichever is greater. B. The City will require the Engineer to provide Workers Compensation and comprehensive general liability insurance, including completed operations and contractual liability, with coverage sufficient to insure the Engineer'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. C. Engineer shall provide evidence of insurance in the form of a policy of insurance or other acceptable evidence, in which the City is named as an additional named insured (except on Worker's Comp) to the extent of the coverage required by this Agreement. 7 o o D. Notwithstanding anything to the contrary herein, the Engineer and its subconsultants and specialty consultants shall have no responsibility for the discovery, presence, handling, removal, disposal of or exposure of persons to hazardous materials in any form at the different sites.. of the Project including, but not limited to asbestos, asbestos products, polychlorinated biphenyl (pcb) or other toxic substances except for any such substances brought to the site by the Engineer or subconsul tants or used by same in the performance of their work. 20. VALIDITY 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 affect, and to this end the provisions of this Agreement are declared to be severable. 21. ENTIRE AGREEMENT This Agreement represents the entire and integrated agreement between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, under- standings and agreements, whether written or oral, with respect to the subject matter thereof. This Agreement may be amended only by written instrument signed by both parties. IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII 8 ~. o o AGREEMENT: EXTENSION OF ORANGE SHOW ROAD FROM ARROWHEAD AVENUE TO WATERMAN AVENUE IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date written above by their duly.authorized officers on their behalf. ATTEST: DMJM, INC. BY: President RACHEL KRASNEY, city Clerk CITY OF SAN BERNARDINO, a municipal corporation By: W. R. Holcomb, Mayor Approved as to form and legal content: JAMES F. PENMAN City Attorney ~~ 9 ~-,.:...,~_.. o o EXHIBIT I - SCOPE OF SERVICES A:. SERVICES TO BE PERFORMED ENGINEER shall perform the following services categorized and described In terms of a number of tasks to be performed. Task 1 . Project Management and Coordination This task will basically consist of the efforts by the project manager, efforts related to cost/schedule control, efforts relating to administering/controlling subconsultants, and any associated administrative assistance. Task 2 . Surveys This task shall be performed by the ENGINEER'S subconsultant Brown & Mullins, Inc. (BMI), whose scope of work will consist of the following: . Establish horizontal control at the following centerline intersections . Arrowhead Avenue and Orange Show Road . Washington Avenue and Ennis Street . washington Avenue and Dumas Street . Amos Avenue and Ennis Street . Lincoln Avenue and Ennis Street -,... 0 0 . Waterman Avenue and Ennis Street . Amos Avenue and Dumas Street . Waterman Avenue and Dumas Street . AT & SF RR and Waterman Avenue . AT & SF RR and Ennis Street The end product of the above will be a "hard copy. with the x & y coordinates shown at these points. . Once an alignment is selected the Engineer's surveyor will profile and cross-section that alignment as well as 200 feet on either side of points of intersection with cross streets and the railroad. . Sufficient cross sections will be provided to facilitate the Twin Creek Bridge design. . The work under this task will be based on aerial mapping available from the City. . This task excludes boundary surveys. Task 3 - Geotechnical This task shall be performed by the ENGINEER'S subconsultant CHJ Geotechnical, Inc. (CHJ), whose scope of work will consist of the following: .J o o mitigate any unusual soil conditions encountered. Geologic conditions of the subject site will be evaluated and any potential geologic hazards will be identified. The work will include field reconnaissance~ stereoscopic examination of aerial photographs ~ review of pertinent geologic, seismic, and groundwater data~ and a response spectra evaluation. The resultant engineering geology report will summarize the results of the investigation and include recoDUllendations for dealing with any adverse geologic conditions, including recoDUllendations for future investigation of any unexpected geologic hazards if encountered. The work will include determination of the site groundwater history, ground acceleration, as well as a geologic assessment of the site liquefaction potential. Various calculations will be performed in order to correlate site data with established liquefaction criteria. The final report will summarize the various investigations and results and also will present general recommendations concerning the design of structures to resist the effects of liquefaction. Task 4 . Traffic Signalization and Pavement Slgnlng/Strlplng This task shall be performed by the ENGINEER'S subconsultant Basmaciyan-Darnell, Inc. (BDI). They will be completely responsible for the Traffic Signalization. Regarding pavement signing/striping, they will mark up (redline) a set of improvement o o plans provided by the ENGINEER. The final production of the drawings will be the ENGINEER'S responsibility. Their scope of work on traffic signalization will consist of the following: . Meet with City of San Bernardino staff members to discuss the design concept for the intersection and specific design criteria. . Research utilities from available records and coordinate with the appropriate City departments. . Assemble base information from the records maintained by the City for all street and traffic improvements at each location. All information obtained will then be field reviewed for accuracy and any changes will be properly reflected on the plans. The base plan will be prepared at 1"=20'. Necessary poles, equipment, notes, and schedules will be placed on the base plan to convert it into a complete traffic signal plan. The plan will conform to the requirements for the CitY1 and will be prepared in the City's specific format. . Prepare specifications and estimates relating to the traffic signal work. Task 5 - Obtaining Existing Information and Field Reconnaissance . Conduct a comprehensive site visit along the entire project ___\.-'-___.;k..... o o primarily to assess any changes since the concept study phase. . Obtain and review plans of any recent as-built .conditions or planned improvements at both the Arrowhead and Waterman intersections. An initial meeting shall be held with the City to discuss basic requirements. . Obtain and review all existing utility plans from the various agencies whose facilities may be affected by this project. Depending on the severity of potential conflicts, an initial brief meeting shall be held with affected agencies to brief them about the project and discuss basic requirements. . Meet with the City Water Department to confirm their planned improvements on their property located west of Twin Creek and discuss any particular requirements. . Obtain and review existing plans or ultimate (if any) planned improvement plans at Twin Creek from both the County Flood Control District and the Corps of Engineers. Have an initial meeting with both agencies to discuss the project and solicit initial requirements. This scope will assume that the ENGINEER will receive from these agencies the ultimate (if different from existing) cross section, the high water elevation, and the minimum freeboard requirements. The Services exclude any extensive hydrology/hydraulic studies. o o . Gather any additional assessors maps including any related title searches. The Services assume that any fees associated with title searches, etc. will be directly paid by the City. Task 6 -Intersections at A"owhead and Waterman Avenues This task will primarily consist of the basic civil engineering elements directly associated with the modifications/improvements at both of these intersections. Items of work will include curb, gutter, sidewalk, medians, and the drafting of the pavement signing/striping, (the design of which will be performed by the ENGINEER'S subconsultant under earlier described Task 4). Task 7 - ClosureS/Modlflcatlons to Various Connecting Streets This task will primarily consist of the work to implement the required closures/modifications to certain streets. If the alignment along the line of previous Alternate A is selected, it will require: . A cul-de-sac on Amos Avenue south of the arterial . A closure or a cul-de-sac on Amos north of the arterial . Abandonment of the Ennis Street Railway crossing and closing Ennis Street on both sides of the crossing . Modifications at the Amos/Ennis intersection .................-> o o . Modifications at Washington Avenue. If an alignment along the line of previous Al ternate Al is selected, it will require modifications at Washington, Amos, and Lincoln Avenues. Task 8 . All Other Civil Design Work (Except ROW) This task will basically address all of the required Civil Engineering design including alignment/profile, grading, drainage, paving, curbs, gutters, sidewalks, street lighting, utilities, pavement signing/striping, and coordination with all affected utility and drainage agencies. The Services assume that City Standards and Details will be used for all lighting. Task 9 . Twin Creek Bridge Upon receipt of the initial plan/profile data performed under Task 8, the initial effort shall be the various investigations required to arrive at a bridge type selection. This activity shall take into consideration a combination of a variety of different factors/options such as abutment type and locations~ span lengths~ number and type of intermediate piers~ deck structure type~ structure depth~ foundation type and scour potential~ material type~ falsework requirements~ construction methodology~ the need for approach slabs~ the need for wingwalls~ additional freeboard requirements above minimum~ and barriers/railings. This will JI o o result in an optimum bridge design that will have to be tempered in the process by cost considerations, aesthetics, construction practicality and possible channel access limitations. At the conclusion of this investigation, a meeting will be held with the City to present the findings and recommendations. The design will then be advanced toward a preliminary submittal, in turn, this will be followed by preparing the final bridge plans, specifications, and quantities. Task 10 - NOT USED Task 11 - Railroad Crossing During the preliminary design, the ENGINEER shall research the agreement covering the existing Ennis Street crossing and will determine, through surveys and inspection, the exact characteristics of the track in the vicinity of either of the potential improved crossings. ENGINEER shall confer, on an informal basis, with local PUC officials with whom we frequently converse on similar subjects. This task will support Task 8 in locating the crossing warning devices and in designing the roadway in the immediate vicinity of the crossings so as to ensure compliance with the requirement of the Santa Fe Railway and PUC. Costs will be developed for railroad track, crossing material, and crossing warning devices, and will include allowances for handling and installation usually charged by the railway company. _..:~.~.~.... o o During final design, this task will continue to support Task 8 in detail design, crossing plan and detail drawing(s), and railroad specification preparation to ensure compliance with the requirements of the railway company, the PUC, and with sound engineering practice. ENGINEER shall coordinate with the Santa Fe Railway on the design, to ensure the railway's concurrence in the permit process. ENGINEER shall assist the City by drafting PUC applications for use by the City for widening, opening, and/or closing crossings. Railroad signals/signalization will be required whether the existing one at Ennis is improved or a new one is installed as part of Alternate A. The railroad usually does its own design and prepares its own drawings. They will most likely charge the City for this effort. As this is indeterminant at this time, the ENGINEER cannot identify an estimated cost to the CitYJ therefore, no allowance for same has been made in the ENGINEER'S proposed cost. Likewise, no allowance in the ENGINEER'S proposed cost has been made for any costs associated with flagmen that the railroad might insist on being required during survey work being performed under Task 2. Task 12 - DMJM Direct Costs This task provides for all project-related estimated direct costs by the ENGINEER such as printing, reproduction, computer/word processing, communications, postage, Fedex, local travel and other -',:<-,.:", o o project-related items. The Services under this task assume that all document printing for advertising for bids will be performed by the City. B. PHASING OF THE SERVICES The Services shall be performed in two phases as follows: . Phase I - Significant Completion . phase II - Final Completion .~"--_.- o o EXHIBIT 2 - COMPLETION SCHEDULE ENGINEER shall perform the work in accordance with the schedule illustrated and described in Figure 2-1. (to be supplied at a later date) o o EXHIBIT 3 - COMPENSATION A. ENGINEER shall be compensated for each phase of the Services as follows: 1. Phase I - $200,000 2. Phase II - $44,700 B. For purposes of monitoring progress and compensation by Task and Phase, the following estimated budgets have been established. - o o ~ O..criDtion Eatimated Eatimated Combined Phaae X Phase XX Phaae X , XX ~ ~ ~ 1 Project Management/ Coordination $22,900 $ 4,500 $27,400 2 Surveys $12,000 0 $12,000 3 Geotechnical $ 8,900 0 $ 8,900 4 Traffic Signals and Pavement Signing/Striping $ 5,000 $ 7,400 $12,400 5 Exiating Xnformation/Field Reconnai.aance $ 6,000 0 $ 6,000 6 Arrowhead and Waterman Inter.ections at various avenu.. $ 5,600 $ 2,600 $ 8,200 7 Closures/Modifications to various connecting streets $10,300 0 $10,300 8 All other civil Dssign (except ROW) $55,000 $13,800 $68,800 9 Twin Creek Bridge $55,800 $14,000 $69,800 10 Right-of-way/Plats/Legals (Not Used) 11 Railroad crossing $12,900 0 $12,900 12 DHJM Direct Costs S 5.600 S 2.400 S 8.000 Proposed Total Estimated Coat $200,000 $44,700 $244,700 suggested additional budget for providing the City aupport aervicea regarding envirolllll8ntal work and public hearings $ 5,000 o o EXHIBIT 4 - SCHEDULE OF HOURLY RATES FOR AUTHORIZED EXTRA SERVICES A. The City shall compensate the ENGINEER for any authorized extra services in accordance with the following schedule of fully burdened hourly rates. Labor Classification Project Director/Manager Project Control Engineer Supervising Structural Engineer Senior Structural Engineer Structural Engineer Supervising Civil Engineer Senior Civil Engineer Civil Engineer Railroad Group Leader Railroad Operations Specialist Senior Railroad Engineer Railroad Engineer Railroad Signals Engineer Specifications Engineer Cost Estimator Technician/Drafter Administrative/Clerical Hourlv Rate $ 123.00 91.00 108.00 87.00 73.00 102.00 94.00 73.00 112.00 98.00 81.00 73.00 84.00 67.00 84.00 54.00 34.00 o o B. The hourly rates indicated in "An above are effective through December 31, 1992. Thereafter, for planning purposes, a 5' across the board average increase should be assumed, commencing the first day of each successive calendar year. C. For the use of any labor classification not identified in "A" above, but requested by the City, the ENGINEER will obtain the City's prior approval of the applicable fully burdened hourly rate.