Loading...
HomeMy WebLinkAbout21-Public Works ckv OF SAN BERNAR~O - REQU~~,ti=~:4 COUNCIL AC1~N From: ROGER G. HARDGRAVE flEe'D.- ADHIH. Off, Subject: Publ ic Works/Engineeri.-m7 SEP 10 f:: 3: ;j' Authorization to Execute Agreement for Professional Services -- Re-alignment of Ramps for Route 1-10 to Hospitality Lane Dept: Date: 7-16-87 ~rfY Synopsis of Previous Council action: 6-20-83 Resolution No. 83-197 adopted approving the Tri-City Redevelopment Plan and Final Environmental Impact Report. Concept for modification of ramps approved. Resolution No. 87-36 adopted, authorizing execution of a revised Memorandum of Understanding with the California Department of Trans- portation (Caltrans), 2-02-87 -- Authorization granted to issue Request for Proposals for design engineering services, 8-06-84 2-02-87 Recommended motion: Adopt resolution. cc: Ray Schweitzer \~arren Knudson Glenda Saul Jim Penman Supporting data attached: Staff Report, Resolution & Agreement Ward: 5125 1 Contact panon: Gene R. Klatt Phone: FUNDING REOUIREMENTS: Amount: $199,994.00 Source: (ACCT. (ACCT. NO.) 242-362-57 DESCRIPTION) UA ~......l:..~ r Finance: IJ- C~ Council Notes: Agenda Item NO~' n.o:rU Cltt OF SAN BERNARD~O - REQU~T FOR COUNCIL AC~ON STAFF REPORT Letters of interest were solicited from 16 civil engineering firms. Seven of these firms responded. A screening committee selected the following 5 firms to receive Requests for Proposals: 1. Joseph E. Bonadiman & Associates 2. NBS/Lowry 3. CG Engineering 4. Willdan Associates 5. Boyle Engineering The proposals submitted by these firms were reviewed by an interview board, comprised of the following persons: 1. Councilwoman Esther Estrada/Phil Arvizo 2. John Steger - San Bernardino County 3. John Hoeger - Redevelopment Agency 4. Carl Radsick - Caltrans 5. Gene Klatt - Assistant City Engineer After carefully evaluating the proposals, the board selected Boyle Engineering as the most capable firm to provide the desired design engineering services at this time. An Agreement for Professional Services has accordingly been negotiated with Boyle Engineering. This agreement provides, in general, that Boyle Engineering will prepare the plans, specifications, estimates, en- vironmental documents and right-of-way documents, on a time and material basis not to exceed $199,994.00. Boyle Engineering is a large firm with several offices. A branch office is located within the City of San Bernardino. The Memorandum of Understanding states that the City will be res- ponsible for preliminary engineering (preparation of plans, specifications, etc.) and the State will be responsible for advertising for bids and admin- ister the construction contract; also, that the City will provide funds to finance the contract cost for constructing a new west-bound off-ramp to Hospitality Lane and the State will provide funds to finance the cost for the new on-ramp. Funds to finance the costs incurred for services under this Agree- ment will be provided by the Redevelopment Agency, from their Account No. 650. We recommend that this Agreement be approved. 7-16-B7 c... ,'"'" '-' >" >) :) 1 RESOLUTION NO. 2 RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH BOYLE ENGINEERING CORPORATION 3 RELATING TO THE ENGINEERING DESIGN OF ON/OFF RAMPS FROM 1-10 TO HOSPITALITY LANE, t 650 FEET EAST OF WATERMAN AVENUE. 4 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 Boyle Engineering Corporation relating to 9 the engineering design of on/off ramps from 1-10 to Hospitality 10 Lane, t 650 feet east of Waterman Avenue, which agreement is 11 attached hereto, marked Exhibit "A" and incorporated herein by 12 reference as fully as though set 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 be obligated hereunder unless and until the agreement is fully 15 16 executed and no oral agreement relating thereto shall be implied 17 or authorized, 18 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San 19 20 Bernardino at a meeting thereof, held on the 21 day of , 1937, by the following vote, to-wit: AYES: Council Members 22 23 24 25 26 27 28 7/07/87 NAYS: ABSENT: City Clerk '- /,...", \"...-- '.... ,,--I :J 1 The foregoing resolution is hereby approved this 2 day of , 1987. 3 4 Mayor of the City of San Bernardino 5 6 7 Approved as to form and 8 1 egal content: 9 tt{~ 10 Ci Y Attorney 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 7/07/87 - 2 - c -- '-' '~ EXHIBIT "A" :J AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into the day of 1987, by and between the CITY OF SAN BERNARDINO, a municipal corporation, hereinafter called "City", and BOYLE ENGINEERING CORPORATION, a California corporation, hereinafter called "Engineer". WITNESSETH WHEREAS, City desires to obtain professional services to prepare plans, specifications, estimates, environmental documents, and right-of-way documents to construct a new off-ramp with companion on-ramp from 1-10 to Hospitality Lane at Carnegie Drive, including a traffic signal, bridge over San Timoteo Creek, and widening of the existing I-10 bridge over Waterman Avenue. 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 qualified 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 follows: 1. GENERAL Engineer shall perform those services specified in "Scope of Services", a copy of which is attached hereto as Exhibit "A" and incorporated 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 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 "B" attached hereto and incorporated herein as though set forth in full, for completion dates will be adjusted by Engineer as the City authorizes Phases I, II and III of the work. Such adjustments shall require city approval prior to commencement of performance of each phase. This Agreement shall Page 1 of 8 c "...., "-, .J ,) '-' expire as specified by the Exhibit "B" schedule unless extended by agreement of the parties. 2. COMPENSATION The City shall reimburse the Engineer for actual costs (in- cluding labor costs, employee benefits, overhead, profit, other direct and indirect costs) incurred by the Engineer in perfor- mance of the work, in an amount not to exceed $l99,994. Actual costs shall not exceed the estimated wage rates and other costs as set forth in Exhibit "C", attached hereto and incorporated herein as though set forth in full. Said fee 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 per- formance of such significant alteration by Engineer. Total expenditures made under this contract, including the net fee, shall not exceed the sum of $l99,994. Adjustment of total cost of Professional Engineering Services will be permitted when the Engineer establishes and City and Cal- trans 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 per- formed; 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 ad- justment. 3. EXTRA SERVICES No extra services shall be rendered by Engineer under Agreement unless such extra services are authorized, in writing, by City. Authorized extra services shall be invoiced based on Engineer's "Schedule of Hourly Rates" dated April 1987, a copy of which is attached hereto as Exhibit "D" 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. Interest of l-1/2 percent per month (but not exceeding the maximum rate allowable by law) will be Page 2 of 8 c c o :) 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 ap- plicants are employed and employees are treated during employ- ment without regard to their race, color, religion, sex, 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 desig- nated 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 pro- hibition against discrimination on the basis of religion as pro- vided 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 sub- stantial 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 rea- son, Engineer will preserve and make immediately available to City, or its designated representative, maps, notes, correspon- dence, or records related to work paid for by the City and Page 3 of 8 c - '-' ,...... ....) -"" required for its timely completion, and to fully cooperate with City so that the work to be accomplished under this Agreement may continue in a reasonably prompt manner. 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, in- cluding Attorney's fees, and liability arising out of such use. Engineer shall be compensated for such services in accordance with Exhibit "D". 8. INDEPENDENT CONTRACTOR 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 method and in no respect be considered an agent or employee of City. 9. NON-ASSIGNMENT This Agreement is not assignable either in whole or in part by Engineer without the written consent of City. 10. HOLD HARHLESS Engineer hereby agrees to and shall hold City, its elec- tive and appointive boards, officers, agents 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. 11. NOTICES Official notices relative to the services provided under this Agreement shall be in writing addressed to the following: Engineer City Boyle Engineering Corporation Attention: Roy N. Lamar Suite 306 1950 S. Sunwest Lane San Bernardino, CA 92408 Mr. Roger G. Hardgrave Director of Public Works/ City Engineer 300 North "D" Street San Bernardino, CA. 92418 12. All Agreements on Engineer's part are contingent upon and shall not be responsible for damages or be in de- fault, 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 rea- sonable control, or due to shortages or unavailability of labor at established area wage rate or delays caused by failure of City of City's agrents 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 govern- mental agencies, the performance of whose work is precedent to Page 4 of 8 c c "'""'\ ......". -.J 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 promp- tly notify City in writing when it becomes aware of any event or circumstance for which it claims or may claim an extension. 13. 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 pro- perty. All such documents or records shall be made accessible to the City under conditions as set forth in Section 7 of this Agree- ment. l4. 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 $l,OOO,OOO. 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. 15. 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 con- trol over the cost of labor and material, or over competitive bid- ding or market conditions, Boyle 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 agree- ment between City and Engineer and specifically set forth in a mutu- ally agreed addendum to this Agreement, the following will apply: a. The acceptance by City at any time during the ser- vices of a revised opinion of Construction Cost in excess of the then established cost limit will constitute a corres- ponding revision in the Construction Cost limit to the ex- tent indicated in such revised opinion. b. Any Construction Cost limit so established will in- clude 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 in- cluded in the Drawings and Specifications and to make rea- sonable adjustments in the general scope, extent and chara- cter of the project to bring it within the cost limit. d. If the bidding or negotiating phase has not com- menced within six months after completion of the final Page 5 of 8 c ,.... '-' ,.-', \,.,4 \ ---" 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 Construction Cost limit by 20 percent or more, City shall (1) give 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 proj ect I 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 reasonably related thereto and Reimbursable Expenses, but without profit to Engineer 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. 16. The City agrees that in accordance with generally accepted construction practices, the construction contractor will be required to assume sole and complete responsibility for job 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. l7. 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. 18. 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. 19. 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 Page 6 of 8 /--, .....--"\ - .--., ........ "'" "I. "- ....; specifically covered by the terms of this Agreement shall be paid as agreed by the parties hereto at the time such costs arise but if 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. 20. There are no understandings or agreements except as here- in expressly stated. Any modifications must be in writing. 2l. 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 or or alleged to arise from the Contractor's negligence in the performance of the work described in the con- struction contract documents, but not including liability that may be due to the sole negligence of the City, the Engineer, their consultants of their officers, agents and employees. The City will require the Contractor to provide Workers Com- pensation 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 officer, agents and employees as additional insureds. 22. The Engineer shall 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 Appendix "A", attached hereto are by reference incorporated herein and made a part hereof. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date first above written by their respective officer duly authorized in that behalf. CITY OF SAN BERNARDINO a municipal corporation BY: Mayor ATTEST: City Clerk Page 7 of 8 c c /.''''\ -....I , ~ BOYLE ENGINEERING CORPORATION By Title Approved as to form and legal content: !.St. ~~) v/c' y Attorn Page 8 of 8 c C :..;:-.::.:....:.~ ;".. :) Scope of Services :) II. DESCRIPTION OF PROJECT The project will consist of, in general, the construction of a new off-ramp with companion on-ramp at the intersection of carnegie and Hospitality Lane. Traffic Signals will be required at the intersection as well as a bridge over the San Timoteo Creek. The ramps will require a traffic barrier between them and will, in general, conform to the alignments provided in the request for letters of interest on this project. This proj ect is jointly funded by Cal trans and the City, with the City being responsible for the design engineering and Caltrans for the construction engineering. The present total estimated cost for the construction is $2,000,000. The consultant will be responsible to the City on this. phase of the project, but will need to conform to the Federal Highway Administration and Cal trans' guidelines for plan preparation. Additionally, the bridge over the San Timoteo Creek must be approved by the county Flood Control District and shall comply with their requirements. Right-of-way for the proposed improvements will be dedicated by the majority land owner, however, a small triangular portion of property west of the creek will be required. The consultant will be required to prepare the maps and legal descriptions of the property but the state will conduct all negotiations for this portion of the right-of-way. Environmental work required to achieve Caltrans procedural manual will be project. compliance with the required for this There is presently a memorandum of understanding between the City and Caltrans on the work to be provided. It is available for your inspection in the City of San Bernardino's Engineering Division during normal working hours. The intent of the work is to have prepared complete and accurate plans and specifications acceptable to the city. Caltrans and the Federal Highway Administration and ready for bidding for the construction of the combined on/off ramps from I-10 to Hospitality Lane including Engineer's estimates and all required supporting data required for processing of the project through the designated agencies. 1 of 14 c - ...... PHASE I - PRELIMINARY DESIGN <""'",\ -....I ~) Obiective This phase of work consists of completing the Geometric Approval drawings, as well as other tasks required to obtain Caltrans approval of the design concept for the project. The Geometric Approval drawings will be based upon the ultimate development of the interchange based on previous work by the city. The geometric design is approximately 5 percent complete based on a horizontal (plan) layout attached to the MOU. Completion of this work will, require establishing horizontal and vertical control for profiles that will define the project for approval prior to final design. This initial phase consists of establishing liaison among the project managers, obtaining and reviewing available data, finalizing time schedules, structure type selection, and determining final project criteria. Task Description 100. Preliminary Design. The preliminary design phase will research and develop the concept ("conceptual design") previously developed by the city to the point of proving compatibility of all systems incorporated into the project. The main requirements of design development are: Prepare design development drawings; prepare outline specifications; verify design criteria with applicable agencies; prepare probable construction cost; prepare design development report; and client review. ----------------------------------- 101. Establish management coordination. 102. Review City, county, and Caltrans criteria. 103. Review survey control data. 104. Field survey and topography. 105. Geotechnical investigation. Existing soils information will be reviewed and a scope of work finalized for the soils investigation. preliminary findings will be submitted to the City for review and approval prior to finalizing report. Caltrans will provide structural sections to be used in 1-10 Freeway work. 106. Evaluate hydraulic information; hydraulic analysis as required. 2 of 14 c --. '-"' o ::) 107. Establish project standards and specification format. 108. Prepare structure type alternative. 109. Coordinate project utility requirements. 110. Define additional right-of-way as may be required and prepare right-of-way parcel maps. 111. Review existing plans and improvements as well as planned improvements for nearby development and widening of 1-10 between Tippecanoe and Waterman. 112. Finalize the Geometric Approval drawings by computing final alignment and profile grade. 113. Prepare preliminary cost estimate. 114. Attend project Development Team meetings at Caltrans. 115. Advise City on progress at Caltrans and on ways to expedite the project through Caltrans. Deliverable Plan of interchange with Geometric Approval by Caltrans. 3 of 14 c c ,...'" \...,/ ...,/ PHASE II - FINAL DESIGN Obiective The final design phase consists of preparing construction drawings, special provisions, construction estimate, and other information required for the bid documents (PS&E) as well as the PS&E report for submittal to Caltrans. The construction documents shall include all work necessary to bid, construct, put into operation the bridge and freeway ramps. The work effort to complete the design can be accomplished by Boyle over a six-month period, with design development phased over that period from the approved geometric design and structure standards to final PS&E for submittal to Caltrans for review and checking. Task Descriptions 200. proiect Management During Design OVerall project control efforts will extend from the notice to proceed with the design phase of the work through final submittal to Caltrans. The project management tasks are directed at providing project control, the required staffing in the proper time sequence, meaningful dialogue with all participating agencies regarding status and issues for resolution, and frequent briefings to the Project Development Team. Boyle Engineering Corporation's in-house computer system is used widely in project management. An extensive financial and management information system permits frequent and timely reports on job progress and cost. this allows optimization of project control internally as well as providing the City with current statements of progress. ----------------------------------- 201. Boyle administrative time for project staff. 202. Maintain liaison with FHWA, Caltrans, utilities, and other affected agencies. 203. Provide study review and guidance. 204. Provide adequate plant facilities for project team including subconsultants. 205. Organize and schedule all briefing and presentations. 206. Maintain effective liaison with the public. 4 of 14 c o o ~ 210. Drainage and Hydrology Drainage studies shall be initiated to check the hydraulic adequacy of all drainage structures to protect the highway and bridge against damage from storm and subsurface waters. Pumping is not anticipated at the Waterman interchange due to the local drainage system. 211. Field review by project engineer. 212. Review approach layouts. 213. Prepare hydrology study. 214. Prepare hydraulic design study and report. 215. Review results with caltrans/Project Development Team. Deliverable Technical memorandum with hydrology analysis and hydraulic study. 5 of 14 c 220. r...., V utility Investigations ,:) .....I Locations of existing utilities will be determined from existing roadway plans and from research and review with utility companies and sewer and water agencies within the area. The utility survey will include a "Letter of Notification" on city letterhead to utility companies and agencies containing the following: 1. A statement of the project scope of work and time frames, plus a plan showing limits of project. 2. A request to the utility companies to review the attached plan and locate all utilities in the work area. 3. A request to return the plan with the utility information contained thereon, including any utility "prior rights." 4. A request that the utility companies relocate the affected utilities where they conflict with the proposed work. After completion of the project plans, one set of completed plans will be sent to each utility company for their comments and approval. Such approved plans will be submitted to the City prior to start of construction. 6 of 14 c ,-... v o :) 230. 50 Percent of Desiqn Effort The first eight weeks of the design phase will concentrate on carrying the design to approximately 50 percent completion. Design concepts will be reviewed with the Project Development Team for concurrence prior to initiating the concentrated design effort to produce plans for construction. 231. 232. 233. 234. 235. 236. --------------------------------- Preparation of specification outline for special provisions per Caltrans format. Prepare preliminary drawings of roadway plan, profiles, and cross-sections on production plan sheets. Foundation alternatives will be identified and reviewed with the Project Development Team to select that alternative which is the economically designed foundation. Superstructure and substructure designs will be developed, including preliminary plan and profile sections of this project. Boyle will conduct comparative studies of alternative superstructure and substructure combinations to determine the most economical section for this site. Constructibility and life-cycle maintenance are important considerations evaluated during the preliminary design phase. Boyle's in-house HP 3000 computer, with versatile programs capable of solving complex bridge structural problems, will be utilized during this design process. Retaining wall alternatives will be developed. These various plans will be reviewed with the City staff to select the alternative most economical yet aesthetically pleasing to the surrounding environment. The preliminary design will include a new lighting system for the interchange. The preliminary plan will be reviewed with the Project Development Team prior to incorporation in the final design phase. 237. A preliminary traffic control plan will be developed and incorporated into the planned phased construction of this project. It will be reviewed with City staff before finalizing the preliminary bridge design phase. 238. Cost estimates for all the items discussed above will be developed for this project. Additional cost items, as required, will be covered by this cost estimate for submittal by the Project Development Team. 239. Review with Project Development Team. 7 of 14 c I"'" '-' o , J 240. 100 Percent Desiqn Effort The final design effort is anticipated to be completed within sixteen weeks after the preliminary design concepts are developed. The final design period is when considerable effort is spent to develop the drawing details for all phases of the project, including maximum utilization of Caltrans standard plan details. ----------------------------------- 241. Perform final structural design for the bridge and miscellaneous structures. 242., Preparation of complete drawings. Sheet No. 1 2 3 4-9 10-13 14 15 l6-26 27-28 29-32 33 34-36 37 38-40 41 42-45 46 47-50 5l-55 Description Title Sheet Typical Cross Sections Standard Plans List - (standard Plan) Construction Details Construction Details street Details Nose and Ramp Details Drainage Plans, Profiles, and Details Drainage Structure List utilities Quantity Summary Temporary Striping, Marking, Signing and Railing Plan Detour Plan Striping and Marking Plans Striping and Marking Summaries and Details Signing Plans Sign Quantities Traffic Signal Plans Retaining Walls 8 of l4 c 1"""-, V .- -.,) '-' ...) structural Plans for San Timoteo Creek Bridge 56 General Plan 57 10-foot Grid Deck Elevations 58 Abutment Plan and Details 59 Bent Plan and Details 60 Typical section/Girder Layout 61 Girder Reinforcement 62 Prestressed Girder or Box 63 Prestressed Details and Notes 64 Log of Test Borings Structural Plans for Waterman Avenue overcrossing Widening 65 General Plan 66 10-Poot Grid Deck Elevations 67 Abutment Plan and Details 68 Bent Plan and Details 69 Typical Section/Girder Layout 70 Girder Reinforcement 71 Prestressed Girder or Box 72 Prestressed Details and Notes 73 Log of Test Borings Note: Sheet count is based on "Engineered and Accounting (Quantity Survey)" sheets only. Full-size "Standard" plans and District details to be added as required by the design of the work. Quantity survey sheets should not be figured at full sheet value as most of the cost of this work is covered in "engineered" sheets. Only a nominal "fill-in" cost should be added. 243. Preparation of complete Special Provisions. 244. Preparation of quantity take-offs and construction cost estimates. 245. Preparation of bid schedule. 246. Finalize survey control plans (CCM). 247. Prepare right-Of-way documents and legal descriptions for required right-of-way or easements. 248. Attend monthly Project Development Team meetings. 249. Conduct weekly design team meetings. 9 of 14 L: "..... :; , _.J '-" PHASE III - PROCESSING THROUGH CITY AND CALTRANS The work in this phase will consist of responding to comments and corrections DY the City and Caltrans on the plans and documents completed in Phase II, proceeding and expediting the work through the District 8 Office and Headquarters so the final submittal to Headquarters can be made by the designated deadline for printing, advertising, and award by Caltrans. 300. Finalize construction drawings. 310. Finalize design data and backup material for submittal to Caltrans. 320. Finalize Special provisions. 330. Attend monthly Project Development Team meetings during proce.sing. 340. Conduct weekly Design Team meetings. 10 of 14 c c ...- -....,I :) lsa SCOPE OF SERVICES VATEIDWI AVENUE/I-IO INTERCHAN6E The City of San Bernardino is pursuing implementation of improvements to the interchange at Vatel'llan Avenue/I-IO. The project will consist of con- structing a new off and on r.-p, installing traffic signals and a barrier to separate traffic frOll the existing and new on rups. This project will be jOintly funded by the City of San Bernardino and Caltrans. lSA will perfol'll the project management and environ..ntal documentation tasks associated with this project. However the specific environmental dOClllMlntation requirnents for this project have not been defined at this ti... Therefore, we have made some assllllPtions in the preparation of the scope of services. Ve have provided a scope of services for preparation of a Federal Environll8ntal IlIPact Statement (EIS), however we acknowledge that actual enviroMental doclllMlntation requirnents lilY differ. Ve consider preparation of an EIS as the lOst extensive env1ronMental work effort which may be required for this project. If an EA is required for this project, lSA will adapt the EIS scope accordingly. The process for preparing an EA is similar to that of an EIS, with the exception that an EIS requires additional time to process. The Federal EIS will be prepared in accordance with NEPA requirements, Caltrans, the Federal Highway Adlllinistration (FHVA) , and the City of San Bernardino requirements. The environlll8ntal docWlllntation process will also include revisions to the EIS in response to cOllllM!nts from public agencies. and attendance at public hearings. 1.0 PRChJECT IWCA6EMEIIT LSA has extensive experience in all project IIInagement tasks relevant to freeway interchange projects. lSA has IIInaged a large volume of Caltrans/- FHVA which has fostered an excellent knowledge of project development proced- ures and env1ronlental revtew requtr...nts. lSA wtll conduct the followtng project IIanag...nt tasks for the Vaterman Avenue/I-IO Interchange project: . Coordtnate project developlent through Caltrans and FHVA; . Coordtnate and schedule necessary ..ettngs; . Revtew Cooperattve Agreements and MOU's; . Prepare IOnthly status reports; . Coordtnate'STIP processes; . Prepare and/or assist tn the preparatton of the Project Study Report and the Project Report. 11 of 14 c /" - /","' , ."~ -.....I lsa . Assist in obtaining Project Study Report and Project Report approval. 2.0 ENVIRONMENTAL OOCUMENTATlON The environlll!ntal documentation process consists of preparation of an environlll!ntal docu..nt in, the fol"ll of a Federal EIS. The EIS wll1 be pre- pared in accordance with NEPA, Cal trans , the Federal Highway Administration (FHWA) , and the City of San Bernardino requir...nts. The process also in- cludes revisions to the EIS in response to c_nts received frOll public agencies, and attendance at public hearings. LSA proposes to prepare and process the EIS in a total of four tasks which are described below: Task 1: PNDaration of tile Sc"Hncheck EIS The LSA te.. will prepare an EIS in accordance with the requirelents of the National Envirolllll!ntal Policy Act (NEPA), California Public resources Code Section 21000 et seq, the State CEQA guidelines, 14 California Administ- ration Code 15000 et seq, Caltrans Local Procedures Manual, and the City of San Bernardino CEQA Procedures. The EIS wll1 contain the following infor- lDation: 1. A description of the proposed action, alternatives and design variations under consideration. 2. The need for the project. 3. A description of the existing environmental setting for the appro- priate environ..ntal disciplines. 4. A discussion of the environlll!ntal effects of the proposed action, the alternatives and design variations (effects found to be signi- ficant will be id.ntified). 5. Mitigation ..asur.s which minimize adverse environlll!ntal effects noted und.r It. 4 wll1 be identified. 6. A s...."1 of the consultation and coordination undertaken in COIII- pl.t1ng the EIS will be provided. 7. List of individuals who participated in preparation of the EIS. A technical app.ndix wll1 be part of the EIS, and shall include copies of all supporting docUlents. l2 of 14 t.: r"' ......" o " -/ lsa Task 2: PrlDaration of Draft EIS Following receipt of comments on the Screencheck EIS, LSA will make all necessary revisions to the doculent. We anticipate three periods of Screen- check review prior to receiving approval to circulate the Draft document. (First Screencheck review by the City of San Bernardino, second Screencheck review by Caltrans and FHWA, concurrently, and third Screencheck review by Caltrans and FHWA). LSA w111 also ass1st the City of San Bernardino in d1stributing the Draft EIS and preparing and publishing the notices of availability and public hearing. Task 3: Attendancl.at Public HearinaslMeetin, LSA is prepared to attend, as well as organize, schedule and conduct, if necessary, publ1c Metings or hearings. The services provided for these leetings include public notices, scheduling and attendance by the Principal- in-Charge (Les Card). Other personnel wl1l attend hearings as necessary. Should IIOre than four public hearings be necessary due to unforeseen com- pl1cations or extensions of the environlllllntal process, we will modify our scope and budget accordingly. Task 4: Prloration of Final EIS LSA will prepare a Final EIS for sublittal to Caltrans and FHWA. This doculllllnt will include the response to c~nts received on the Draft EIS, and the revised cover and su.ary sheets. LSA w111 also ass1st Caltrans in preparing draft findings, and a draft Record of Dec1sion. We w111 make rev1sions to the Final EIS in accordance with Caltrans, FHWA and Publ1c cOlllllents. 3.0 PROJECT TEAll The following LSA personnel wl1l serve as the key project ten members for the Wat.,..n Avenue/I-IO Interchange project: Mr. Les Card, Principal- in-charge, Ms. Carollyn Lobell, Project Director, and Ms. ~ Rudell, Project Manager. All three individuals have experience with, and thorough knowledge of Caltrans and FHWA requirelents and processing procedures. In particular, Mr. les Card has substantial experience in ..naging the govern.ental process- ing and environ..ntal studies for numerous freeway interchanges, overpasses, and road widening projects. Mr. Card has over eleven years of transportation engineering experience, including six years as Manager of Transportation 13 of 14 c o o :.) lsa Services for the City of Irvine. He has experience in both public and pri- vate agencies and is a registered civil and traffic engineer in California. Mr. Card's experience with managing and processing Caltrans and FAU projects has resulted in the development of excellent professional working relationships with all levels of Caltrans personnel, as well as an excellent understanding of Caltrans project development procedures. This sa.. sound relationship and processing experience also exists with FHWA. Mr. Card will be directly responsible for all project managelent, adain- tstration and processing activities. These activities w111 include project schedul1ng, scope of services cOllpl1ance, consultant ten coordination and public agency interface. Ms. Carollyn Lobell will be responsible for overall project ten supervision, while Ms. Rudell will coordinate the preparation of all environ..ntal docUlentation. The additional project staff needed for the preparation of technical and . environ..ntal studies w111 include both lSA personnel and the appropriate subconsultants, if necessary. 14 of 14 c = M l!l = ..... 0 .... '.-1 .... .0 ..-1 Q) .s:: 01 >< <ll r.:I l'l< i 3 ;I :: i - i i . ~ =:.1 I:i! ~ i CJ .. II .. i ~ i .., ~ ~ i~ ... c . - - -~--- ii , , l_..a : , , I : : : , , , , , , , , , , , , :_-a:~--" , , , , : : , , , , ! ! : : : : .--= . , , , , . , : : : : . , , , , . , . , , I..... : : : . , : : , , , , i "I I---! ! ! I ' ,. - ,-- ! 1- _, :--: i ; I ! .. .' i--' I _ 1-- , I :.-. , , , , , , , , , ' , ' , , , , , , : ! , , , -' ..-, , , , , , , , , , , , , , ' , ' : : , ' I _I .--. , ..c! ~~ o ..J- -. .- i ~ Dn - . ~ ~~- ! ;$ :i !i I :l i. .! . .;== t ~.i!1 i i ...I:-S :':.31'= ! -=~~= .. u..::~ i -a.-_a.. u-2'.... .. I ~ :.:-._==1 i.-!I~ ~"~.~~.=.=~u2 ...- , .!1=-..--1 ___"I . II .. .. .Sl- 2- ...-.....S - ,,'_I ....:... -.. ~.- "I!!."'-'%~iif: I 3C:-U:.,~ ....~~.. ._ _..1. ~_ _~~~~.~4- ~ ',:',._, .~..-.S-~~~ .E~I .S _;I ._ ....._..S_ I. II. _.. "a 1-"-' . --)1 ~. -:~ ~:::--: I.~:: ~-II. .- ~=='I - .....!!:.i#...!_. .....--- i- .~~~.~.~ ~~~~=~.4~ = ,- - ':,J .................. - __"________M____~_ 4 ~~::~:~:~========= ~ . . ~: ~: :~ : I' ,:q !: -~ a i!!. !i ......-.. : = ~~~ - ~ ~~:~.a! .- ,..:.: !-= . .....:&...1 ~ & - I . .. :--1,,1.- . I :-:;1 :. 1 S::.aii: 1-:- t: ~'=.;.a;'::.= i t . ...--.-...,J; 3 ..i=:::~.. ; I: ~.::tt-. .. =- ;=~:=a ----- ijijij 1 j ~ i. 1:= -.. ...1 !-..: . -.p- UPil .n.&:;~ :1..--- -d""- .....IIi_., .a . .-j ...... :! I.I.! .... . -=.a4:~.a ~ =~=:~ - ---- o ~ . i i: ~i i ! a a .~~~ ~~ o .. .. ! .;= .. :~s :;i=:E!.! ...2.-... ........- 1.=::1a_~. -_..-~... ~-ii;.:.!i ~ _Jill ~ ".!~-=~~.:..1 u-l". .-.. a.- -.... _.t_.:.a~~.s ..;....;_...~..:..; ======== - c :__2: , ' , ' , , -: : .' ' 1: : i i :--: : : i i i i !_d\ :-_:1: ~ \ , ' ! l I--a\ : i , ' : : .-.. , ' : : , ' : : , ' , ' , ' : : : : ::::-:;: : : , ' i i : : : : , , :=_:a:- , ' , ' , ' , ' . , , , , ' i i , ' .. _f \---\ :_-:;:- i i i i , -' i---i : : : : , , : : , , , -' .--., I : : : , ' i i : : , ' , ' i--&i !Uc:\ i ! -' ' ~; ; .' ' --:-: : :' f_ _: : = : :...1 i '" il:":, = ,- , -- :.' , - ._~ :-~2 ~~ :: ,- "" ..... o o ....) N Q) 01 '" p.. ~ - i . i .. - - - i ;; 0.; - II i_:: --. !ji - - u ;: ... . " a - .. a 0 .. .. i .. ::> .. .. .. CJ II .. I .. CJ i '" .., ~ 0 i~ .. ... ~ ! ~ !: . i ! - j 1 91 "~~'- .- ---::-- 011.- :l~r -;oI!ii !~ .=~ !I:--' 'I~ ,:;.;:.....-- . p:!-; I' 2!- ~i;.~li~~"H~ _&__1--. I.~I_I_; .:.=_..r:._I:~ : - =~=:===== ......--- i :I ~ I i - ~ :: Ii;: 11 I - i , , , , , , , , , , , , , i i"lii : .=]:.:.: : 1-;1== : ..,: .-: ..,a........-. . _1:1:1I: ::A.:!-~: liRj.:,i aa:~-= : ;:;.:.::'S~il: U!:!]I; ......4 :':' = =~=::= ~ ----- M c .... o M Q) 01 <ll P< ......... z o ... E-< :J l!l ... aI: E-< en ... Q ~ ~ - - _u -- ~ ~ ,... 0 . .....- -- , , , , , '0 ... ~ ,- - - .--- -- , .:: , , .. , ... , .. , .... ,- .. , .. ... 0 . ....-- -- - , ... , = .- , , - ~ , .. .. , ... .. '0 0 - ... ,- - i .. . --- -- .- , , - ~ , :I , .. , ... - , = .. '0 ... '0 ... --.. ,_-. -- 0.... , -.- , :I: - , .. ......~ E-< ..-... - _z - ..."::;:0 --- X , , , aI: , ... , :i:Il ... , _00 , --"" , , , , en , 0 , ...aI: , - , -~:) t ...-- . , 0 , , :I: , , . - , ... - , 0 ..oo -- - 0 ... ~ - - -~ 1_"" 0 - :; - 8 = , ... - ... .. .. ~..- ... - , - - ... 0 - ... - - - c; - - - 0 - _00 -- - - ~ -- ~ 0- -0 - i:Il U aI: :J o en i:Il aI: -- E-< U i:Il .... o aI: l'l< oJ < E-< o E-< On .. -~ - --------..-..- ------------ :::::::::::::::::::::::::: oo.,_~_______ ------------ ",__"0-"-"'--- _00_0----_-000 .. '" ~ ...... :J , . .f. > C I T Y o F S. A N B B~ N A R DIN 0 -' ON- AND OFF-RAMPS FOR ROUTi 1-10 AT WATBRMAN AVBNUE COST PROPOSAL AVBRAGE DIRBCT LABOR HOURS RATB TOTAL ------------------~ ----- ------- ----- PRINCIPAL ENGINEIR 382 27,33 10,440.06 SIN lOR INGINEBR 74 20.57 1,522 . 18 ASSOCIATI INGINIIR 314 15.40 4,835.60 ASSISTANT INGINIIR U2 12.75 5,508.00 DESIGNER SUPIRVISOR 376 18.97 7,132.72 DISIGNIR 700 13.87 9,709.00 DRAFTER 600 8.98 5,388.00 CLERICAL 128 8.70 1,113.60 SUBTOTAL - DIRECT LAB 3006 INDIRICT COSTS (OVlRHEADI ------------------------- OVERHEAD RATI AT 154.1S . . . . . . . . . . . . . . DIRECT COSTS --------------- COMPUTIR SERVICES REPRODUCTION 2,000.00 2,000.00 SUBCONTRACTORS LSA ........ CONVBRSE CONSULTANTS. ABROTBCH ... BUSH ~ ASSOCIATIS . . . 35,000.00 13,000.00 2,000.00 5,000.00 SUBTOTAL - DIRlCT COSTS TOTAL - DIRECT/INDIRlCT FEE (PROFIT) . . . . . . . . . . . . . . ., . . . . . . '\ J TOTAL COSTS 145,649.00 '70,345.00 '59,000.00 $174,994.00 , I I I 1 \ I I , \ 125,000,00 TOTAL COST ====================================================================== $199,994.00 ====================================================================== EXHIBIT "e" Page 1 of 5 . c S JO G <lD'E1d % o I- < I- ::> 0... -1--; <- 1-0 _U o...~ <c::: UO ...,1- We..> -< !:::~ -1 - ->- ULU <:!: ~O ::c , - . v l&.. o ..... V> o U '" '" a\ .... c: r.:I l!l :E r.:I CJ r.:I QI I >< ..:l :;) ., ;; - ::! o o c ~ o . V . . . o .... _o~ "'.0 ~u~ _ou ....... UJ"" < c_ ........ ,:.i ~ ~, Z o 0 ;co <0- u'"' ~ o....~ ..~ ..'W c" . . .; o .. 0 "'''c ~":J ~8:L ....'" Oz.: ..... -c = 00:0 ......0 . u .; u c ~... ..OW ..o~ 0"" ....c . ...? .Z :z: <:) - ..... < "" <:) a.. ell< C> .... c,:) :z: .... z 0 ~ = : g u..- 00" .. . .. :: < 0 .. ~ . ~i:> ~..c:i .c ~ z" .." " .. ","0 :I~z ~:g ..0. .:.~ ~~ u~ ~Ow &... c '" <( .oc -u "" .... ... :z: - c,:) :z: .... .... --' >- <:) CD ;: i " ~ - .. z .. " . . c 52 a: ... ... u x ... x :;) o u U -< ... .... o u ~ . , . :oJ-!- ~- U .. :;<< -:0 .~ - c '.. ~" !, o - z , . ". ... o u ~ Z z- :0+ ~" .... z ..2 0" -< -u "0 <.. ".. .. ... .. a\ . Q a\ ": ... co ., co a: co v ., a: >- .. . '" ... co . ... co ., - .. ., -' ,.-.. --- ... ;: ~ I"': ... :> .. . ... . .. ., .. .. .. .. ... . co v '" .... .....J '" - w~.....-< ::_::;l- ;;;=-ii: ::l:;)u-< .., -<u .... ..J .. .. .. ... co ., .. :> .. a: .. - c " 5 ... .. a\ . Q a\ In . ... - .. '" .. :::> . . .. - Ci -- ,-( . , .. '" '" '" lI'l o .... N lI'l . a\ o M N . lI'l .. '" ... .. a\ . o a\ lI'l ... ... .. a\ Q a\ lI'l ... c -<.... .....J :r() "'0 ...... > o . . . w '" - ~"'" .....J xO ",0 ... -< 006 U -. , ...) ---; -- --: __ I __ I --I - __L -- --, , __I -- -- -- -- -- . -- , -- -- , I I I , i I i 1 \ I '1 J\ g\ 1-, . . '- L ,/"", ,........., ......" '-' ;; TASK COST REPORT 10m IlGUlliUG COIPOUTIOM SAM illMAIOIMO/WATllIAM 011 50.m ProJ.ct Ilr: Victor ., Opl.c.r, Ir, rlUI tilt > >10:01:11 II 01-11.11" pile 1 . ...........--.---...-----......-----------.-----.-----.-----.-------..-----------.-----------------.-...----....-------.....---..--............ C 0 S T 1 i DHHi; OAT . PlUOUlL-IOUU TOTAL OTm M[YlTI / TAU STAlT rmll A . C 0 . r G B lOUIS LAIOI OlliCl lOTALi ___________________________________..________________________...._______________________..._________..________________________a______~_..__.__.. r" S. [ . PllLllIUIY OIIlGI I Ilt.ili.i II.t, Coordioltio. 01/01/" 06/01/.' 11 1 1 0 0 0 0 I 11 511 0 m 10:. if'le. Crltlrll 01/0118T 01110111 11 1 I 0 I 0 0 . II III u S' " 101, le'le. Slr,e, Co.trol O.tl 01106/" 06/10/11 1 0 I 0 0 0 0 0 10 111 u Ii! , ri.ld sur"r 114 Topo 01/D511! O!lOIIl! . 0 0 0 0 0 0 I 11 113 1000 71Sl I G.ot.ci.ic. [.'.Itllatio. 01/01/.' OT/OI/.' . 0 0 0 0 0 0 I 11 113 13000 1315) 1... 1,.lu.t. Bf:r..lic lalor..tioa 06/01/" 01/1'/" I 0 . 16 0 0 0 0 U III 0 Ii: 10!, 'It.ili.i taad.r41 lid roraat 01/01/" 01/1'/" . 0 II II 0 0 0 4 44 104 0 701 101, Pr.,.r. Stract.r. Alt.r..ti'. 01/11/" 01/14/" 1 0 . II II 0 0 0 11 US 0 m J Coordi..t. Utiliti'l 01/11/" 0'/01/" 1 0 0 . II 0 0 . 14 110 0 53v i li.it-OI.I.[ 114 P.rc.1 1"1 06/1.,.' 0,/01/" 1 0 0 0 . 4t 40 II 101 1m 100 116v !SJ. 1t'1.' Ilil i.. PIIII 01/1"" 0,/01/" 4 0 . . . . 0 0 II III 0 III lll, rl..lill GIo..trlc A'lro,.1 01/11/.' 0'/01/.' . 0 14 14 0 10 10 0 III 131l 100 !IS 1 "'. Pr.,.r. Pr.li., Colt Iti..te 01/11/., OT/OI/" 4 0 4 . 10 II 0 0 II 1lI4 0 1.5\ Att..4 pot 1..t1'11 .t C.ltrll. 01/11/., 0,/01/" . 4 0 0 0 0 0 0 U 101 0 301 " Ad,tll Cit"C.ltrlll Pro.r'I' 0"05/" Ol/OI/.T I . 0 0 0 0 0 0 II l&l 0 lBJ 11', 1.'iro....t.1 Ooe....t.tio. 01/01/" 0"1"" I . . 0 0 0 0 0 II 101 moo mu6 111, C.ltrlll CoOrdi..t10. 0'/01/" Ofll"" 0 0 0 0 0 0 0 0 0 0 0 u .., CaI trill Io,i.. 0'/01," Ol,l.,.f 0 0 0 0 0 0 0 0 0 0 1000 10v, loitotal.Pill. I 06/01/., 0"10/" 101 14 II " II 144 .0 51 III 10t11 moo Illil PIAII I[ - rlMAL 011101 l. PIOJICT IGlMT OUIIIG O'IIGI 101. Ad.l.iltrlti.. Ti.. 0"01/" 0"1"" I 1 0 0 0 0 0 1 U l!l 0 277 Zul. 1110t.io L111IOO .'&1..ci.1 01/01/" 01/1.," . 0 0 0 0 0 0 1 10 m 0 l~~ J. Pro'ld. 1"1" . GUl ..e. O./Ol/.f 01/151" I 0 0 0 0 0 0 1 10 m 0 !16 I, Pro,id. Plllt r..illt1.1 0"01/" 0,/0'/.' 10 0 0 0 0 0 0 I II III 0 161 .~.s . Iri.li.'1 lid Pr.I..t.tiol. 0"01/" 01/1.," 10 0 0 0 0 0 0 4 14 III 110 III 206, I.ilt.i. Ll.110. I/C.ltrlll 0"01/" 01/111" 10 . 0 0 0 0 0 I 11 !II 0 716 ..itot.1 . T..k toO 0./01/" 01/15/" II 10 0 0 0 0 0 11 111 USI 110 1108 0, Or.il.'1 ..d I,drolol' Ill. rield It,i.. i~ Proj.ct ..Ir, 0"10/" 01/11/.' 0 0 4 0 0 0 0 0 4 61 v ., '" ~ 1 L- le'lew AI,ro.e L.,oatl 01/1'/" O"l"'! 0 0 4 4 0 0 0 0 . III 0 113 3, Prep.r. ,drolol' Itad, 0,/1'/" 0.,1"" 0 0 1 . 0 0 0 0 10 131 10v 2lj I, Pr'p,r. O.li'l tod,IIo,ort 0"11/" 0"01/" 1 1 1 0 0 0 0 0 6 III 50 Li~ Zl5, le'l'. M/C.ltr..I/P T O.IOf/" 05/11/" 1 1 U 16 0 0 0 0 11 485 0 Iii Soit.tll . Tllk 110 0"10/" 0"11/" 4 I II 11 0 0 0 0 10 11I 150 1068 0, Uti lit, II'eltllltlool 0./10/" 0',1.,.' 1 0 0 0 10 0 10 4 41 -148 0 61i 110, 501 OIS[GB .,rOlT I. Spec Outll.' perC,ltrll' 01/0'/" 05111/.' t 1 4 0 0 0 0 1 10 111 0 ," ~ ! ~ 2. Pr.li.l..r, Or..1111 01/0'/" 10/10/" 4 1 10 4D 10 40 4D 0 111 1141 _ 350 l~~i ,.1. Fouod.tio. Alt.r..ti.el 0.,11/" 0"11/" 1 0 . 0 0 . 0 0 11 119 0 ~~9 :34. Surer/Sab-Structur. 0.111.1 01/14/.' 0"15/" 0 0 I 0 0 I 0 0 II 114 0 2ll !ll, Re 11.111 V.II lltero.tl"1 01/1"" 10/0"" 0 0 0 I 0 0 4 0 11 11. u Il, 6. 10tercl.0le Lllitl.1 10/05/,f 10/10/" 0 0 0 8 0 0 . 0 II III 0 i" i, Tr.ttic Cootro rll. 10101/" 10/10/" 4 0 Q 10 0 10 0 0 44 m v ~4~ ';'.1&. COlt IItlllt.1 10/12/1! 10/11/" I 1 I 4 4 0 0 4 " III 0 I:, Page 3 of 5 .. c ~, '" :J ...... '-" TASK COST REPORT (continued) BOYLI IYGIYIIIIYG COIPOIlTIOY SAY BIIJAIDIMO/YATIIYAY 011 50-121 Project Ilr: Victor I, Opioclr, Ir, run Ule ) >10:01:10 tt 04-14-1111 pl" 1 _______________________._._____________________________________________________________________________v_____.__._______________________________ C 0 S T 1 M OOLLAii OAT I PlIIOUlL-.OUII TOUL oml ."mm I TAlI SUIT rum A I C 0 I , 0 y IOUII LlBOI o IIICT TOmi -------------------..-----------------------.--------------------------------------------------------------------------------------..---....---- Z..' leview Ii tl PDT 01/01/11 10/10ill I I 0 0 0 0 0 I \I III 0 3'. " Slitotal . Ta'l 110 01/01111 10/10111 14 .11 41 10 41 11 it 10 lU 5041 ISO 51;, :40.- 100S DUIOY mOlT z 'iaal Itrlctlrll D..iID 11/01/11 II/II/II 0 0 4 10 0 40 0 0 14 HZ! 0 ll~ti 1 Preparatiol of Drlli'I' 11/01/11 01/21/11 10 0 100 140 100 400 100 I utO Iii 18 IlSD 18m !.. Sp,clal Pro'l.iol' 11/01/11 01/11/11 1 0 0 0 10 0 0 0 11 414 500 134 HI. QI..tit, Tlke-oll. 01/11/11 01/11/11 1 0 0 0 10 0 0 4 11 m 100 m ZIS, Bid SclHlle 01/04/11 II/II/II 4 0 0 0 8 0 0 0 II 1il 0 t6l 1 'ilal Ilr,., CoatrDI PI..I 11/01/11 01/11/11 Ii 0 0 0 I 0 I 0 U ill 0 66\ . litltoOl.la, ~OC"'lt. 01/04/11 01/21/11 0 0 0 0 10 0 0 10 10 4ii 0 h6 . ~,.. PO I..tilll - loatll, 01/01/11 01/11/11 I I 0 0 0 0 0 4 11 III 0 177 141, Dellfl Tell 1..til,1 . ...kl, 01/01/11 01/11/11 I 11 11 II II 0 0 I 10 IOU 0 1066 la total . Tllk 40 01/01/11 01/11/11 110 11 lIS U2 III 410 401 1& 1501 11101 ZSSO IllS 9 1 cmulI uml 02/01/11 04/11/11 0 0 0 0 0 0 0 0 0 0 0 IUITOTAL ~ P8AII II 01/01/11 04/21/11 &l4 41 114 100 151 51S 110 54 IOU 10m lIDO 31976 P SI [II . CITt/CALT".1 PIOCIIIIIC IOU. 'iaalil. Coa.trlctiol Oralilll 05/01/11 05/11/11 10 0 &0 &0 &0 10 10 I 151 &141 500 1641 lID, 'iDalile O'liSa Oata/lacklp 05/01/11 05/11/11 10 0 I I I 0 0 1 II m 0 66i I. 'iallile Sr:cla1 Pro,ilioal 05/01/11 05/11/11 I 0 I I 8 0 0 1& U 100 m 95, I AtteDd ROI II, PDT Itltiall 05/01/11 05/11/11 4 , 0 0 0 0 0 4 1& m 1000 Illi I Coldact ..eklJ PDT ltatiDII 05/01/11 05/11/11 I I 0 0 0 0 0 1 1& m 0 ... '" IUBtoTAL. 8411 III 05101111 05/11111 10 I Ii II II 10 10 11 151 1011 l?50 176i ~__._.__......___....__........__..__...._____.._._.....__e_______......_....___...___..___....___......___.--........-.-....-.................. Ut TOTALS uu III II 111 III III 100 100 111 IDOl 15649 smo 101199 lelolrce code Ayerale lite ----------....--..-. .-----..-----.. I Prilcl,al IIlr. 11,11 2 Snior Illr, 10,51 c , 1II0clate Illr, 15,40 o , Alliltllt Illr, 11,15 r . ~tIllltr Sap', 11.11 I Ouiller 19.11 I 'Drefter I,ll ~ : Clmcal 8,10 Page 4 of 5 . ..,...,. c '- '-" :.J Projected Expenditure Profile IOILI 11011111110 COIPOIATIOI D11 SU IlbUDUO,"nWI 5O-1U Project I&r: 'ictor I. O,ioclr. Ir. . ~ ,tie. > )10:13:11 II 01.11.1981 ....-..ii..j........j.........i.........S........jD-....._.jj_......ji........j........i........j.........j........S........ i DD 1 1 1 1 I I I I I 1 I 1 I "at 11 at at at at " aa aa 81 81 aa 81 I I U,919i 80 I 13.m ~ -i 10 H,m ~- -I l I 5.,150 1 I I i I .1 11.960 . -\ , 100 90 ~ 60 .' c: QI 50 r,; .. QI 10 .. . '" 11.I?u 10 IU,980 - 20 1 lu,190 .1 10 I 0 l._~,-_.._.._...L 0 "" 6 1 8 9 10 11 12 1 1 3 1 5 6 00 I 1 1 1 1 1 1 1 I I 1 I 1 IT 81 81 81 8? 8? 81 8? sa aa aa aa sa 8& Page 5 of 5 c ~....., a~ CI~l",,~_ #'.... -v .'-"''' I ,ON Exhibit ;J" Page 1 of 2 FEES FOR PROFESSIONAL SERVICES APRIL, 1987 CLASSIFICATION Engineering/Architecture Consulting Engineer/Architect Principal Engineer/Architect Senior Engineer/Architect II Senior Engineer/Architect I Associate Engineer/Architect Assistant II Assistant I Designing/Drafting Designer/Supervisor Senior Designer/Technician Designer/Technician Senior Drafter Drafter Inspector Miscellaneous Clerical Printing and Blueprinting Travel - Automobile Travel - Other Than Automobile Materials Testing and In-Plant Inspection Aerial Photogrammetry Service and Surveys Soils Investigation and Field Tests Computer Services RATE $114.00 an hour $ 83.00 an hour $ 69.00 an hour $ 58.00 an hour $ 48.00 an hour $ 41. 00 an hour $ 37.00 an hour $ 59.00 an hour $ 53.00 an hour $ 42.00 an hour $ 34.00 an hour $ 2B.00 an hour $ 40.00 an hour ..,,1\ /" ' $ 28.00 an hour Actual Cost + IDS $0.21 per mile Actual Cost Actual Cost + 10S Actual Cost + IDS Actual Cost + IOS See Schedule on Reverse It is understood and agreed that thl aforelentioned rates and charges include all normal equipment and ..terials used in connection with the production of the required engineering services. Boyle Engineering Corporation will furnish monthly billings for all services rendered and supplies furnished in accordance with the above compensation provisions. Payments shall be due and payable to Boyle Engineering Corporation upon presentation. A late payment finance charge will be computed at the periodic rate of 1.5 percent per month and will be applied to any unpaid .balance commencing thirty (30) days after the date of the original invoice. Rates subject to general ,.vision 11/1/87. '. 1""'....... - '--" c. APPENDIX A .J c "- ,.- _./ .) GENERAL PROVISIONS The followinr renera! provision clauses are incorporated herein and made a part of tt:is Arreement: 1. Chanres in Scope or Compleleity of Work 2. Speclflcatlonl 3. Records and Audits 4. Consultant's Allowable Costs 5. Interelts of Members of City and Others 8. Interest of Consultant 7. Officia!l Not to Benefit 8. Covenant Alainst Continrent Fees 9. Copyrlrhts 10. Jurisdiction 11. Responsibility for Claims and Liability 12. Disputes . 13. Endorsement 14. Rlrht-of-way 15. Subaurface Invutlrations 18. Obllrations of City to Consultant 11. Conferenoel, Inspection of Work 18. Patent Rlfhts 19. Govemment Code 7550 . 531-"9b/H 1 of 6 " \- "'...... '- " :J ....1 GENERAL PROVISIONS Clause 1. Chancel in Scooe of Comolexitv of Work No payment for extra services caused by a change in scope or complexity of work shall be made, unlels and until such extra servicel and a price therefor have been author:zed in writing and approved by CIty and CalTrans. Such written approval shall set forth the changes of work, extension of time for preparation and adjustment of the fee to be paid by CIty to Consultant. Redesign or redrafting necesaitated by conditions beyond the control ot Consultant will be considered u extra work and will be a buis for negotiation ot additional fee. No. claim for said addItional work shall be made unless specifically authorized In writing by City. All controversiel arising out of the work which cannot be setUed by mutual agreement shall be resolved u provided In the Standard Specitlcations for Public Works Construction, 1979 Edition, for the letUement of such disputes. Claula 2. Soeclflcitlons All ~ecltlcatlolll, manuals, standards, etc., either attached to this Agreement or Incorporated herein by reterence, are deemed to be ,the Issue in eftect u the date of this Agreement and are binding u to the performance ot the work in thl. Agreement unless they are changed by written amendment and this Agreement moditled In writing to Incorporate such changes. Any changes are subject to CalTrans approval. Clause 3. Records and Audits Consultant shall maintain complete and accll1'&te records with respect to costs incurred under this Agreement to Incluc1e the records supportinr COlt proposals usec1 to enter into a contract with the City. Allluch records shall be maintained on a renerally accepted accountinr buis anc1 shall be clearly ic1entltlable. Consultant shall make available to the representative ot City, anc1 CalTrans, or their appointee. durinr normal business hours, allot such books and records, and the right to examine and audit the same, anc1 to make transcripts theretrom u necessary, and the Consultant shall allow Inspection of all work data, documents, proceedlnp, and activities related to the Agreement for a period of tour loll years trom the date ot tlnal payment under this Agreement. Consultant shall maintain records to Ihow actual time anc1 allowable costs with respect to each task set torth ~n the Appenc1lx A u required by CalTrans. Consultant shall permit the authorized representativ.. ot City, the U.S. Department of Transportaton, and ComptroUer General ot the United States to inspect and audit all data and records of ColllUltant relatlnr to hi. performance unc1er the contract. Clause 4. Consultant's Allowable Costs ,. The Consultant's actual costs, direct and indirect, eUrible tor Federal participation in lump sum tee and specific rat.. ot compensation, contracts shall. be those allowable under the provisions of SUbpart 1-15.2, Fec1eral Procurement Reculations, Title" I, Principles and Procec1ures tor Use in Cost-Reimbursement Type Supply and Research Contracts with Commercial Orranizations, or State procurement reculations accepted by CalTrans. 531-"g~/it" 2 of 6 . c c /.'. :) ~ Clause 5. Interests at Members of City and Others No otflcer, member, or employee of City and no member of this governing body nor other public official of the governing body of the locality or localities in which the work pursuant to this Alreement is being carried out, who exercises any functions or responsibilities In the review or approval ot the undertaking or carrying out of the aforesaid work shall: A. Participate In any decision relating to this Agreement which affects his personal interest or the interest of any corporation, partnership, or association in which he hU, directly or indirectly, any interest, or B. Have any Interest, direct or indirect, in this Agreement or the proceeds thereof during hia tenure or for one year thereafter. Clause 8. Interest of Conlultant Consultant hereby covanants that he hu, at the time of the execution <if this Agreement. no Interest, and that he shall not acquire any interest In the tuture, direct 01' indirect, which would conflict In any manner or d'll'ee with the performance of se!'Vlces required to be performed pursuant to this Agreement. Consultant further covenants that In the performance of this work no person having any such interest shall be employed. Clause 7. Oftlela15 Not to Benefit No member 01' delegate to the Congress of the United States of America nor any Resident Commislioner shall be admitted to any share 01' part hereof 01' to any benefits to arise herefrom. Clause 8. Covenant Alralnst Contlncent Fees Consultant warrants that he hu not employed 01' retained any company 01' person, other than a bonatide employee working for the consultant, to solicit 01' secure this contract, and that he hu not paid 01' agreed to pay any company 01' person any tee, commission, percentage, brokerage tee, gitts, 01' any other consideration contingent upon 01' resulting trom the award 01' making ot this contract. For breach or violation of this warranty, City or CalTrans shall have the right to annul this contract without liability or, in its discretion, to deduct trom the contract price 01' consideration, 01' otherwise recover, the full amount ot such tee, commission, percentage, brokerage fee, gift, 01' contingent fee. Clause 9. Coomchts No reports, mapl 01' other documents pr.lduced in whole or in part under this Agreement shall be the subJect of an application for copyright by or on behalf of CO.!'lultant. Clause 10. Jurisdiction This Agreement shall be Interpreted in aecordance 'l!lth the statutes and laws of the Federal Government and any State and local government having jurisdiction in the premises. S3l-49b/H 3 of 6 c '- --" .) Clause 11. Responsibilitv for ClailT!s and Liabilitv It Is exprellly understood that in the performance of the Engineering Services herein provided for, Consultant shall be, and is, an independent engineer, and Is not an agent or employee of City. The Consultant has and shall retain the right to exercise full control and supervision of the services, and full control over the employment, direction. compensation and dlschal'ie of all persons assisting Consultant in the performance of said Engineering Services hereunder. Consultant shall be solely responsible and save City harmless for all matters relating to the payment of his employees, including compliance with Social Security, withholding and all other regulations governing such matters. Clause 12. Disputes If unable to reach agreement under any of the fore(oing procedures, the City may direct the Consultant to proceed with the work. Payment shall be later determined by Arbitration, If the City and the Consultant agree thereto, or as fixed in a court of law. Although not to be construed as proceeding under time and materials provisions, the Consultant shall keep and furnish records of disputed works in accordance with Clause 3 of the General Provisions. Clause 13. Endorsement Consultant hereby agrees to endorse all plans, specifications, estimates, and engineering data furnished by and under hll direction. Clause 14. RI~ht-of-Way All improvements wlll be constructed within existing rl,ht-of-way as previously determined by CITY, No services involving computations with metes and bounds descriptions or furnishinp of right-of-way plats shall be required of en,ineer. Clause 15. Subsurface Investlratlons CONSULTANT shall make all necessary subsurface investigations including borir.gs, pot holing of new sipal pole locations, and other specialized services as required. Clause 16. Obli~ations of CITY to CONSULTANT All information, data, reports, records, and maps as are existing, and available from CITY, and necessary tor carryinl out the work outllned in Exhibit "A" hereof ~hall be furnished to CONSULTANT without charge by CITY and CITY shall cooperate in every way reasonable In the carryinr out of the work without delay. Clause 17. Conferences. Inspection of Work .- CONSULTANT shall work closely and cooperate fully with CITY's Project Manager, or designated reprelentaUve, STATE and FHWA. The CITY's Project Mllnager or designated representative shall be the principal officer of the CITY for liaison and shall constantly review and give approval of the details of the work as It progresses subject to over:lll review by State and FHWA. Conferences may be held at the request of CITY or CONSULTANT at any time during the work. Vists to review and inspect the work at tr.e office of the CONSULTANT may also be made at appropriate stages by CITY, STATE and FHW A. 531.~!!b/H . 4 of 6 . c l'. ...., v .-, '-" i\ J Clause 18. Patent Ricrhts Applicable patent r1thts' provisions described in 41CFRl-9.7 regarding rights to inventions shall apply u appropriate. Clause 19. Government Code 7550 Any document or written reports prepared u a requirement of this contract shall contain, In a separate section precedlnr the main body of the document, the number and dollar amounts of aU contract and subcontracts relatlnr to the preparation of those documents or reports If the total cost for work by non-employees of the pUblic agency .xceecla $5000. ." 531-~9!)/U - 5 of 6 . c c ("' -' ~ CERTIFICATION OF CITY OF I hereby certify that I am the ~ayor ot the City ot and that the consulting firm of Boyle Enrlneering Corporation or its representative hu not been required, directly or lndlreetly, u an express or implied condition in eonnection with obtaining or carrying out this agreement to: (a) Employ or retain, or agree to employ or retain, any tlrm or person, or (b) Pay, or agree to pay, to any tlrm person, or organization, and tee, contribu- tion, donation, or consideration ot any kind; except u here expressly stated (If any): None I acknowledge that this eertlfleate Is to be furnished to the State of California, the Federal Highway Administration and U.s. Oepartment ot Transportation in connection with this agreement involvhl' participation of Federal-aid highway funds, and Is subject to applleable State and Federallawl, both criminal and ~11. Oate Mayor of t"e City/of MW:amg 531-49a/l4 . 6 of 6 c = M ~ ..... 0 .... ..-1 .... .0 ..-1 Q) .<:: 01 >< <ll r.:I l'l< . i ... :> .. . :II CJ ! .. - .. iI CJ i . .., ~ 0 i~ . ... . - - :---: , , , , -: ! 1-: : : ! : : :_-a: , , I I , , , ' , , , , , , , , : 1--- l--= , , , , , : : ...-a. , , I I , I , I ! -~I - -' .--' , , , ' , , , ' , ' , , : : , , , , :- _: .--' , , : : ! ! , , i . ,. . i-- i , . ~-- i : i :.-=. , , , , , , , , , ' : : : : i i !_-s ! , , : : , , : : : : , ' I .1 ...-. , ' :..1: : , ' I I , , , , , ' , ' , ' -' ' :' ' '":": ! -' ' .' ' ~: :. -: :- .' '. .' , , ' S' .., ... .; a: :- ... .. :1 Iii :: !~ ! :. I. .- -' ' -I IS !i :2 /'0.'\ V ~ /'-, j i ~ i oi i 3 : i - i i I:i !::! --~ .~ ~~ n !i= a. ,11 ! ,~ .i.:= .. i!.s=! I ..I: 2: ....u:-... : -.1. - U .1I '2 _&,&':i: :J Z:.2'...~... . =.=-.~121 i.ll~ " .!.....i~"Z...= =~<iJ,2.. i-a ..1.'ii!=1:r=':= --;- ij;":u ~i -=j;!.lib 'Z.! 1!i iI ..~=I- =_.~ :~~. ~~ _~ ....-- s-_.~ .E'-I '" itl~ni5!!:~.i.)~_U~ . , ;;:-:;., =-.!....= I....; ;.::.::.1 .M.~.&a~ .4.~=~.~~ = .~ _ !I ;; iiuu:-== .. .. -....- :I ...~:3.. ._ I. oS': 1.= ':..':~11I i =::-1-" '=.=-;: I =. S::.a= 1-:- Ii ~'::.;~;.:-~-2 ...........-... i ~...-.2 ........-- ~.::A:-a ;=~:~====i=~:=~~:: ------------------ S II! .. ...... = i=:!:! .~~~ j - i .! !ii~;: . ... ,- . urn ! .a';- c- 1 ! 11;;;;..:. "rlA-~ i .. ..-j .. 3! ii.! oS !iili ~ =::::=~ .. .......... o .~ ~~~ ~~ o ! ~ I j ! =. ~ II . - .. .. ! ~!; ::.;.ii ":-I==!.! ... .--- .......-- a.i!!:n: 1..-=....... :sn-d!~ '.;1-! ;11.:01 ... ..-..- l- c~...: _~_~~~~.s iHi ...:...............:. :I====~::= ..... c M ..... o N Q) 01 l'<l '" i .- - . = = . .: & t~ .=~ !:,E '" . " .. ... .. .. .. u .. . .. I ::> .. . :II CJ II .. i .. CJ i .. .., ~ 0 i~ . ... - --- - . - . , 1~ . .--=. , \ ---I ---I ---I ! --~! I - -' ~] --\- - -' --] ---\- -' ---I : : ,..-:. , ' , , I : i-I; !..= ~i ~: ;~ ~i =\ I: ~: 2: i .. , , , , , - : = ! 1 i ip :& ~..:. . =~ I !j - .. ~ 1"''''\ .'w' j 1 !t -=~'- ..- -1--== -:.. .. !l. -.II 1= .!~ .'::1 . -- 1 ..--. . ..... . i I!!-! ii I I":' ::;- --= -.:..:.." - ~- ::lIo1"P ~ ti - &-...--. 1.-a.I.:-; e:.::_&;."~~ II I I ~ I :I ~ :: Ii;: a I = :: - .; - - ........ . -..------- --------... ------ .; :: if I , , , , , , i i=-lii i ~1=.::: : I-=~:= : ...:1:..-: ~oI-i--' II _ &1I: ::..~-~ : !jfij~i 1::.--: ~;:"::11 ~i! : n!~ll : .--. :::' -I ..-.;~.. ----... ......-- :J . M .... o M Q) 0- <ll Po c c - - - - --- -- - ... .. - --- -- - .. ~ - - - --- -- .: .. .. .:!l ... .. ... .. ... .. 0 --- -- S .. . ~ .. 0 . .. .. - .. .~ ,- - i --- -- ,.. - := ~ . :I :I .. - ... - .. --.. _u -- ...-.. :z: .. ....- = . 0 0 ~-~ E-o ",_... .... .. _:z: E-o - _':::0 _u ;:) :E l!l .... . = = ' .. :1lIil , .. E-o ' --- --c. , (f.I , , .... , (f.I , Q , ..= , ... ,- ...~;) 1"'-- IlIil , 0 t.l = = ;:) ... .. .. - 0 --- -- (f.I IlIil .. = 0 ~ - - ~-- --= E-o 2 - t.l - . - IlIil 8 - , ... <3 - .- - - ~-- - 0 .. , - - = . .. . c. . - .. - ~ - - ..:I .. . --- -- ..: . - E-o ... -- .. 0 0- - .co ~ E-o ",u -- .. ------------ .:!l ------------ ------------ ~ ------------ .00__00____..__ .. ------------ .. ..--...--..-..--- ~ 00__----000000.. ~ -." ",,) , f { " ./"'" B ~ N A R DIN 00 C I T Y o F S. A N ON- AND OFF-RAMPS FOR ROUTB 1-10 AT WATBRMAN AVBNUE COST PROPOSAL AVBRAGB DIRBCT LABOR HOURS RATB TOTAL ------------------~ ----- ------- .---- PRINCIPAL BNGINBBR 382 27.33 10,440.06 SBNIOR BNGINBBR 74 20.57 1.522.18 ASSOCIATE BNGINBBR 314 15.40 4,835.60 ASSISTANT BNGINBBR 432 12.75 5,508.00 DBSIGNBR SUPBRVISOR 376 18.97 7,132.72 DISIGNBR 700 13.87 9,709.00 DRAFTBR 600 8.98 5,388.00 CLERICAL 128 8.70 1,113,60 SUBTOTAL - DIRBCT LAB 3006 INDIRBCT COSTS (OVBRHBADI ------------------------- OVERHEAD RATB AT 154.1S . . . . . . . . . . . . . . DIRBCT COSTS --------------- COMPUTER SERVICES REPRODUCTION 2,000.00 2,000.00 SUBCONTRACTORS LSA ........ CONVERSE CONSULTANTS. AEROTECH .... BUSH ~ ASSOCIATBS . . . 35,000.00 13,000.00 2,000.00 5,000.00 SUBTOTAL - DIRBCT COSTS TOTAL - DIRBCT/INDIRBCT . . FEE I PROFIT) . . . . . . . . . . . . . . ., . . . . . . "n"_'" TOTAL COSTS ----- 145,649.00 ,70,345,00 '59,000.00 fl74, 994.00 125,000,00 TOTAL COST =:==================================================================== fl99.994.00 ====================================================================== EXHIBIT "C" Page 1 of 5 c s ;Ie Z abEd % o ~ <: ~ ::> a... -1-.. <:- ....0 _0 a... ..... <:0::: (..)0 .....~ w(..) -<: !:::1.1.. -1. -~ OW <:z 1.1..0 ::c ~ . .. lL.. o 1-'. ..... o o \D ao '" .... c:: r.:t l!l ~ t.I r.:I 01 I >< ..:l ::> ..., _o~ w ~ 0 ;. -,- .0U JU< UJ.... . . ~ ...... .,7. ~." U' z ~co ~o2 ._c U .. o..~ ..~ ..'" ." . ~ .; o .. 0 w~i ~..:,., ~ e~ ...... ox! ~~': ~c- o 0 ~ u..o ',; ~ . ...... ..0.. ..0" 00.. ..... ..> .; z" .. ~ u o o . " 0 o .. .. ~ ~ u..- 000: .. .. J :: . 0 -' ~ :z: Q - z.:. . . oc > ~...ci -," .. - - z ...'" '" - ~~o "'..z V.o v:- "0- ...~ I-' < co: Q a... "'" C> <-> ~~ ~~ tow ....- ~ ,.. <C .00: -u t:) z:: ..... co: .... .... :z: t:) :z: .... .... ..... >- Q <<> c: o - U . ;: z '" - l " U ~ ~ ... z .. ~ . o 2 '" ... a.. U :z: ... :z: ::> o u u -< >- ... o u ~ . :I 4 :01_1_ ~- U ... ;:c . , -- - . .... ~:I !- o ~ z :I ",. ..~ o u ~ z :1- "'+ ~- U " ..!! 0" ~. -u "0 .... 0... .. ..... .- ~ o .... .., ..... Cl '" Cl II: Cl ... ... II: ~ ... II: ... L o II: ... Cl '" ... .. .. -' ,.... '- ..... : ~ ..; ... ::> o II: U .. o .. ... .. .. o L .. o ... ... ... .....J '" - w.........-c - ->- ==..J- ....,=:-~ :::l~U-< ao -<u II.. ... .. ... o ... ..... .- '" o .... In . ..... . Cl .. ~ ::> .. ;: ... ... Ci :; o ... ... ;:) .. ii ... ... .. .-.-.- -- 1".....\ IY I . .. ao \D ao .., o .... N ll'l '" o M N . .., .- \D ..... .- '" . o .... ll'l ..... ..... .- .... o '" In ..... o -<", W..J X:o 0<0 wa.. > o . . w '" - w""" a..-' )(0 ",0 a.. -< ..s u :) --' --' -- , --, ::::::1 ::::::t -- --I , I __ I __ I ::::::1 -- -- . -- -- -- , I I \ \ 01 .J\ < ~i o ~I C f""'. /"'-"" , "- v ....I TASK COST REPORT BOT~I 11011111110 COIPOLlTIOI Sll BIIIIIDIIO/VITIIIII 011 lo-m Pr.Ject ler: Vict.r I, Opilclr, Jr. rUI tlle ) )ID:Oi:19 II OI-tl-ItIT p.,. j . .....--.--....--.-.....----------........----.-------------...---------....--.-------------------.--------------.----------------------..----- C 0 S T I I DOLLAiS 01 TI PlUOIIIL-IOUU !01lL oml Ai.!lVm / TAU SUIT mm I I C 0 I , 0 B BOUU ~1801 DmCT TOTAL; -----.--------------------...-----------.---..--------------..-.----...------------..-.---------------------...-------------...----..---------.- F'SI I . PIILlIUlIY DlSIGI 1 Iltlblila le.t, C..rdialti.1 OilOllll Oi/Ol/lT Ii 1 1 0 0 0 0 I U \1t D m iO:. aeflU Cft teftl Oi/OlllT 'i/lOlll Ii 1 I 0 . 0 0 I II I!l 0 6~ i 101, le.ie. Slr.e, C.ltr.1 Oltl Oi/O'/IT O'/IOIIT 1 0 I 0 0 0 0 0 1. 118 u 115 , 'ield Sor.e! 114 T... Oi/Oi/lT OT/OI/IT I 0 0 0 0 0 0 I U m lDOO 1m I GI.teca.ic. II.e.tle.ti.1 Oi/O'/eT OTIOI/IT I 0 0 0 0 0 0 I U m 11000 1m3 1... 1,"lo.te B~r.olic l.f.r.lti.1 Oi/O'/IT O'/IT/IT I 0 I Ii 0 0 0 0 18 III D W lOT. Iltlalila tlldl"" lid '.r'"t O'/Oi/IT O'/IT/IT I . Ii Ii 0 0 . I " !II 0 101 IDe, Pre,lre Str.ctore llteraati.e Oi/ll/eT O'/II/IT 1 0 I Ii Ii 0 0 0 It ill 0 m , C..rdi.atl Utilitila Oi/ll/lT .T/Ol/eT 1 0 . I Ii . 0 I II II' 0 SID , j lieat-Of.,,[ 114 Parcel I.,a Oi/1tlOT OT/OI/IT 1 0 0 0 I .. 10 Ii 101 1m 100 IliU lU. it.le' lIil iae PIli. O'/II/IT .T/OI/IT I 0 I I I I 0 0 Ii 19! 0 191 lU. 'Iallil. Gtolltrlc l'lr..al 0'11'/IT OT/OI/IT I 0 U U 0 II 10 0 Iii UIl 100 1161 11'. Pr.par. Pr.li.. Co.t atilat. Oi/BlII! If 1.1/1T I . I I 10 Ii . 0 a us! 0 11SI ltt..d P'T I..tl.el at Caltrlll "/li/IT .T/.1/IT I I 0 0 0 . . . 11 101 0 101 " ld.il. Cit,lCaltrll1 Pr.lr..1 Ol/OI/IT "1.1/1, I I 0 0 0 . 0 . l' 18l 0 liJ ) I.. la.lr.altatal .oc....tati.. O'/OI/IT .l/lO/IT I I I . 0 0 0 0 11 10i moo mui liT. Caltrlll Coordiaati.. .T/.l/ll OI/II/IT . 0 . 0 . 0 0 0 0 0 0 u .., Caltrlll it.il' OT/Ol/11 OTIIIIII 0 0 0 . 0 . 0 0 . 0 1000 SOD' Iobt.tal,pa... I O'/OI/IT '1/10/11 101 U tI " II III 10 It m 10151 moo mil PI&81 II - '1Il~ OISIOI ), PIOJICT "'MT OUIIMO 018101 to\. ld.lliltrati.e Tila .1/0l11T 'I/II/IT I 1 . 0 0 0 0 1 U m 0 117 Zu~. "alatalt ~Iall.o Vllleaciel .1/01111 01/1'/11 I 0 0 0 0 . . 1 10 m 0 t10 L Pr.'lde 1..1.' . 011 "'C" .1/01/11 01/1'/11 8 0 0 . 0 . 0 1 10 m 0 m \. Pr..ide Plllt 'acilltl.1 .1/01/11 .I/.T/IT 10 0 . 0 . 0 0 I U m 0 Iii .....SO Irilfllll.aa4 Pr.lt.tati.al .1/.1/11 01/1'/11 10 . 0 . 0 0 0 I 11 m 110 III tOi. lalatai. ~Iail.a V/Ca1tr1l1 OIIOIIIT 01/11111 10 I 0 . . 0 0 I 11 111 0 7Ii Ilbt.tal . Tall 100 .1/0l/1T 01/1'/11 14 I' . 0 0 . . 11 111 U\I 110 t908 0, Oraiaal' lid .,dr.l.e, tl \. 'i.ld lI.i.. if Pr.J.ct l'lr, OIIIOIIT .I/II/IT . 0 I 0 . 0 0 0 I it ~ il <111. le.ie. llpr.ac Lal.,tl OIIIIIIT 'I/II/IT 0 0 I I 0 0 . 0 I 111 0 I" " 3. Prepare ,drolal' tod, 'IIIT/IT .I/II/IT . 0 1 I 0 0 . 0 10 III 100 m I. pr'p"ra O.li.. tld~/l.p.rt OI/II/IT Ol/'IIIT I 1 1 0 0 0 0 0 i 111 SO 1" " 411, le.leo V/CtltrllI/P T .'I.T/IT 01/11/11 1 1 11 16 0 0 0 0 11 18\ 0 li5 Sobtotal . lala 110 01/1'/11 "/II/IT I I 11 18 0 0 0 0 II 918 150 10.! O. UtI lit, [a.oltieatl.al 01/10/11 .1/11/11 1 0 0 0 10 0 10 I Ii III 0 .li llO, 10l 018101 1"OIT \. Spec Ootllae perelltr..1 .I/OT/IT "/11/IT ! 1 I 0 0 0 0 1 10 III 0 \7: t, Proli'laar, Draolael 'I/'T/IT 1'/l'/IT I ! 10 10 10 II 10 0 IIi lill 350 :iiI ..1. V..adati.a llt.raati.el "/11/11 Oll111lT t 0 I 0 0 I 0 0 11 181 0 H! :34. s,{er/Sob-Stroctor. O.lllal "/II/IT "/ll/IT 0 0 I 0 0 I 0 0 Ii m 0 III m. iI &Ialal Vall 1It.raati'"1 "/II/IT 10/0'/IT 0 0 0 8 0 0 I 0 I! 118 0 11 .. latorclaaee ~I~atiae 1./01/11 1'/1.,11 0 0 0 8 0 0 I 0 I. 111 0 I' ;, Irallie C.atr. Plaa 10101/lT 10/1"IT I 0 0 10 0 to 0 0 " ill , " ..i. C.lt htllatel 10111/11 lOllI/II I I I I I 0 0 I 11 11I 0 3 ~ Page 3 of 5 C TASK COST REPORT 80Y,1 IIGIIIIIIIG COIPOi!TIOI 011 ,..., (cOnMued) o '.....",i' Sll IIBIAIOIIO/MATIIIAI 50.m ProJect Ilr: Victor I, O,iocar, Jr, ruR tlle ) )10:01:10 It Ol.ZHSI1 P'" Z ._................~_......-_.-._--_.__._-----_.-------------.---------------------.-------------------.------.----------...---..-.-.-.---.-----. C 0 S T I M 00" Ai; o A TB PIUOlm-IOUU TOm oml AclIVITY I TASl STIlT rIllSI A I C 0 I r G H HOUU \.AIOI OIBBCT TOTAe; --------------------------------------------------------------------------.--------..-----------------..-----------..----------------.-.-------. Z.~ , Bm.' .i ti PDT 09/0l/11 iD/lD/II & l 0 0 0 0 0 I 11 III 0 j'- " Slitotal - Ta'l ZlO 09/0l/&1 10/lO/&T 14 l! II 10 " 16 51 10 lI! SOil l50 S3~J :40.- 100S DISlGI mOlT Z. rilal Strlctlral Oe"lo 11/01/&T II/lI/&1 0 0 I 10 0 10 0 0 &I IIZl 0 112ti Z Pr.,aratioo of Dra.iol' 11/01/&1 01/1S/&& &0 0 100 110 100 IDO 100 I mo 1&S1t 1150 I&Z98 I.. Special Pro".iol' 11/01/11 01/19/11 I 0 0 0 10 0 0 0 II III 500 934 ill, ilaltitr Take-off. 01/11/&& 01/1S/&& I 0 0 0 10 0 0 I 15 III lOO m liS, id &cauvle 01/04/11 11/11/&1 4 0 0 0 I 0 0 0 11 lil 0 161 Z riaal Ilr,., eoatrol Pl..1 11/01/11 OI/IS/11 U 0 0 0 I 0 & 0 II ill 0 661 . Bi,at-Df-Ia, Ooclleltl 01/04/11 01/1S/11 0 0 0 0 10 1 0 10 lO m 0 Ii; . Zn. PO leatioll - loatal, Ol/Dl/II OI/IS/11 I I 0 0 0 1 0 I 11 III 0 111 liS, D"i~1 T.lI 1.ltilll - 1"11, Ol/Ol/I' II/IS/II I l! l! Il Il 1 0 4 lD lOll 0 1066 II totll - Tlla 40 DI/Ol/II 01/1S/11 110 11 III IU III 440 401 II 1501 lllDS mo 11959 ! cmaw UYIII 01/01/11 04/11/11 0 0 0 0 0 0 0 0 0 0 0 SUITOTi\. . PHiSI II Ol/Ol/II 04/11/11 m " III lOO !5t m 110 54 lOll lOm llOO 119:1 P SI III - CITt/Ci\.TLlII PtoClSSIIO lOu. rilllilt .Colltrlctiol Drl'ill' 05/01/11 05/11/11 10 0 to to !O 10 40 ! l5! !Ill 500 t6H l10, rilllilt D.lilo Dltl/IICal' 05/01/11 05/11/11 10 0 I I I 0 0 ! II m 0 610 l, rillli.e Sr,cill Pro,iliol. 05/01/11 05/11/11 I 0 I I 8 0 0 l! 14 100 !IO 95U l Atttod ROI ai, PDT I.etioll 05/01/11 05/11/11 I I 0 0 0 0 0 I l! !l6 lOOO In; l eoldlCt l.ellJ PDT ...tioll 05/01/11 05/1l/11 I 1 0 0 0 0 0 ! 1Z !l1 0 ,.- 101.1 SUITOTi\.. HiSl III 05/01/11 05/11/11 40 I II 1I II 10 10 It !51 101& mo 171; .........---...--...---...-----....---....---..--..-..---....--.---....---.----.----..------..-----.--..--------------...........-.............. In TOmS In. lI! II III III 1TI 100 600 Ui lOOI 1561S 5llS0 101199 BelolrCt cod. "trllt ilte ------.---------.--- .---.....------ , Prilclpll Illr, !I,ll ! S'lior Illr, !O,51 C , AI.oci.t. Illr, 15,40 o , AI.,ltllt Illr, 1!,15 r . Delllnr 81". 1& ,II I D.lill.r ll,ll I ,Drifter &,sa H , Clmcll 8.10 page 4 of 5 ..":'~ c c o ..) proj.ct.d Bxp.nditur. Profil. BOlLI IIGIIIIIIIO COIPOLlTIOI Oil 811 1111110110/1111.... 5O-1U Project IIr; Victor I. Opiecer. Ir, I tiee ) >10:13:14 II 04.14.ltll .......ii..,........j...._....i.........i........io........ii.......ii........i........i........j..................i........ i 00 1 1 1 1 1 1 1 1 1 1 1 1 1 n at at at II at II IT II II II II II II I I 8l,tui 80 I - :::::: ~ -\ " .~ 11,450 ~.i I I I i '" 41.960 . -\ , 100 80 ; 60 .' C IJ.l 10 r.;; .. Q,I 40 ... t 1 81 10 1 IT Il 1 81 II 1 81 1 1 88 Z 1 81 3 1 81 I 1 88 i 1 88 i i 30 I -i 10 I 110 I J o 6 1 88 ll.47U I IU80 lu,I90 , o l__'-____-' "" 6 I 8 00 1 1 1 n 81 81 81 '- page 5 of 5 c ,..... ao.....:. el~l.1'.,~"_ ,......, -v. '-"", I ., ON , Exhibit ~, Page 1 of 2 FEES FOR PROFESSIONAL SERVICES APRIL, 1987 CLASS I FICA TI ON Engineering/Architecture Consulting Engineer/Architect Principal Engineer/Architect Senior Engineer/Architect II Senior Engineer/Architect I Associate Engineer/Architect Assistant II Assistant I Designing/Drafting Designer/Supervisor Senior Designer/Technician Designer/Technician Senior Drafter Drafter Inspector Miscellaneous Clerical Printing and Blueprinting Travel - Automobile Travel - Other Than Automobile Materials Testing and In-Plant Inspection Aerial Photogrammetry Service and Surveys Soils Investigation and Field Tests Computer Services RATE $114.00 an hour $ 83,00 an hour $ 69.00 an hour $ 58.00 an hour $ 48.00 an hour $ 41. 00 an hour $ 37.00 an hour $ 59.00 an hour $ 53.00 an hour $ 42.00 an hour $ 34,00 an hour $ 28.00 an hour $ 40.00 an hour '1,1\ ..-' , $ 28.00 an hour Actual Cost + 101 $0.21 per mile Actual Cost Actual Cost + 101 Actual Cost + 101 Actual Cost + 101 See Schedule on Reverse It is understood and agreed that theaforelentioned rates and charges include all normal equipment and materials used in connection with the production of the required engineering services. Boyle Engineering Corporation will furnish monthly billings for all services rendered and supplies furnished in accordance with the above compensation provisions. Payments shall be due and payable to 80yle Engineering Corporation upon presentation. A late payment finance charge will be computed at the periodic rate of 1.5 percent per month and will be applied to any unpaid balance conDlncing thirty (30) days after the date of the original invoice. Rates subject to general PlYision 11/1/87. c o o APPENDIX A _i c c o .. -I GENERAL PROVISIONS The rollow!ne eeneral provision clauses are incorporated herein and made a part of this Afl'eementl 1. Chanres in ScOpe or Complexity or Work 2. Speciricatlons 3. Records and Audits 4. Consultant's Allowable Costs 5. Interests or Members or City and Others 6. Interest or Consultant 7. OrrIcials Not to Benerlt 8. Covenant Aplnst Contlne,nt Fees 9. Copyrirtlts 10. Jurisdiction 11. Responsibility ror Claims and Liability 12. Disputu . 13. Endorsement 14. Rleht-or-way 15. Subsurface Investleatlons 18. Oblleatlons of City to Consultant 17. Conferencel, Inspection of Work 18. Patent Rlehtl 19. Government CocSe 1550 531-49b/iol 1 of 6 ,- c o o " --' GENERAL POOVISlOOS Clause 1. Changes in Scope of Catplexity of w:>rk No paynent for extra services caused by a change in scope or ccnplexity of work shall be made, unless and until such extra services and a price therefor have been authorized in writing and awroved by City and Caltrans. Such written ap- proval shall set forth the changes of work, extension of tine for preparation and adjus1::IlEnt of the fee to be paid by City to Consultant. Redesign or re- drafting necessitated by conditions beyond the control of Consultant will be considered as extra work and will be a basis for negotiation of additional fee. No claim for said additional work shall be made unless specifically authorized in writing by City. All controversies arising out of the work which cannot be settled by nutual agreement shall be . resolved as provided in the standard Specifications for Public w:>rks Constnlction, 1985 Edition, for the settlement of such disputes. Clause 2. Specifications All specifications, manuals, standards, etc., either attached to this 1\greellent or :incorporated herein by reference, are deeIred to be the issue and any arrend- nents in effect as the date of this l\qrealent and are binding as to the per- fonnance of the work in this 1\greem:mt unless they are changed by written arrend- nent and this Agreenent nodified in writing to :incorporate such changes. Any changes are subject to Ca1trans awroval. Clause 3. Records and Audits Consultant shall maintain catplete and accurate records with respect to costs in=ed under this 1\greem:mt to include the records supporting cost proposals used to enter into a contract with the City. All such records shall be main- tained on a generally accepted accounting basis and shall be clearly identifia- ble. Consultant shall make available to the representative of City, and Cal- trans, or their appointees during OOrmll business hours, all of such books and records, and the right to examine and audit the sane, and to make transcripts therefran as necessary, and the Consultant shall allow inspection of all work data, docturents, proceedings, and activities related to the 1\greem:mt for a period of four (4) years fran the date of final paynent under this Ajreellent. Consultant shall maintain records to show actual tine and allowable costs with respect to each task set forth in the Appendix A as required by Caltrans. Consultant shall penni.t the authorized representatives of City, the U.s. Depart- nent of Transportation, and Corrptroller General of the United States to inspect and audit all data and records of Consultant relating to his perfonnance under the contract. Clause 4. Consultant I s Allowable Costs 'n1e Consultant I s actual cost, direct and indirect, eligible for Federal parti- cipation in 1unp sum fee and specific rates of canpensation, contracts shall be those allowable under the provisions of Subpart 1-15.2, Federal Procurement Regulations, Title 41, Principles and Procedures for Use in Cost-Reinb.1rse- nent 'IYPe SuWly and Research Contracts with Camercial Organizations, or State procurement regulations accepted by Caltrans. 2 of 6 c r"" '-" :) ....,; Clause 5. Interests of :'ofembers of City and Others No officer, member, or employee of City and no member of this governing body nor other pUblic official of the governing body of the locality or localities in which the work pursuant to this Al1'eement is being carried out, who exercises any functions or responsibilities In the review or approval of the undertaking or carrying out of the aforesaid work shall: A. Participate in any decision relating to this Al1'eement which affects his personal interest or the interest of any corporation, partnership, or association In which he hu, directly or indirectly, any interest, or B. Have any Interelt, direct or Indirect, in this Agreement or the proceeds thereof during his tenure or for one year thereafter. Clause 8. Interest of Consultant Consultant hereby covenants that he hu, at the time of the execution <if this Agreement, no Interest, and that he Ihall not acquire any Interest In the future, direct 01' indirect, which would contllct In any manner 01' degree with the perlormance of sel'Vicel required to be perlormed pursuant to this Al1'eement. Consultant turthel' covenants that In the performance of this work no person having any such Interest shall be employed. Clause 7. Officials Not to Benetlt No member 01' delecate to the Conl1'ess of the United States of America nor any Resident Commissioner shall be admitted to any share or part hereot 01' to any benefits to arise herefrom. Clause 8. Covenant Anlnst Contln<<ent Fees Consultant warrants that he hu not employed or retained any company or person, other than a bonafide employee working for the consultant, to solicit or secure this contract, and that he hu not paid 01' qreed to pay any company or person any fee, commission, percentage, brokerage tee, gltts, 01' any other consideration contingent upon or resulting trom the award 01' maklnr of this contract. For breach or violation of this warranty, City or CalTrans shall have the rirht to annul this contract without liability or, in its dlscre'tion, to deduct trom the contract price or consideration, or otherwile recover, the full amount of such tee, commission, percentare, brokerare fee, gift, or contingent fee. Clause 9. Coovr1<<hts No reports, map' or other documents p~duced in whole or in part under this Agreement shall be the subject of an appiicatlon for copyrirht by 01' on behalf of CO,!lSultant. Clause 10. Jurisdiction This Agreement shall be Interpreted In accordance 'l!'lth the statutes and laws of the Federal Government and any State and local government having juriSdiction in the premises. 531-"9b/H 3 of 6 c c ~ .) Clause 11, Resoonsibilitv for Clairr.s and Liabilitv It is expressly understood that in the performanee of the Engineering ServM:. herein provided for, Consultant shall be, and is, an independent engineer, and is not aft atent or employee of City. The Consultant has and shall retain the right to exereise full I:Ontl'Ot and supervlllon of the serviees, and full eontrol over the employment, dlreeti~n. eompensatlon and dlseh~e of all persons assisting Consultant in the performanee of said Engineering Serviees hereunder. Consultant shall be solely responsible and save City harmles.s for all matters relating to the payment of his employees, ineluding eompliance with Soelal Seeurity, withholding and all other rerulatlons governing sueh matters. Clause 12. Dlsoutes If unable to reach agreement under any of the forecolng procedures, the City may direct the Consultant to proceed with the work. Payment shall be later determined by Arbitration, if the City and the Consultant agree thereto, or as fixed in a court of law. Although not to be construed as proceeding under time and materials provisions, the Consultant shall keep and furnish records of disputed works in accordance with Clause 3 of the General Provisions. Clause 13. Endorsement Consultant hereby agrees to endorse all plans, specifications, astlmates, and engineering data furnilhed by and under hll direction. Clause 14, RI~ht-of-Way All improvements will be constructed within existing rlCht-of-way as previOUSly determined by CITY. No services Involving computations with metes and bounds descriptions or furnishings of right-of-way plats shall be required of encineer. Clause 15. Subsurface Investlratlons CONSULTANT shall make all neces.sary subsurface inveltications including borir.gs. potholing of new sipal pole locations, and other specialized services as required. Clause 16. Oblintions of CITY to CONSULTANT All information, data, reports, records, and maps as are existing, and available trom CITY, and neces.sary for carrying out the work outlined in Exhibit "A" hereof $hall be furnished to CONSULTANT without chlJ'ie by CITY and CITY shall cooperate in every way reasonable In the carrylnr out of the work without delay. Clause 17. Conferences. Inspection of Work . CONSULTANT shall work closely and cooper:lte fully with CITY's Project Manager, or designated representative, STATE and FHWA. The CITY's Project Manager 01' designated representative shall be the principal officer of the CITY for liaison and shall constantly review and give approval of the details of the work as it pl'O(res.ses subject to over:llL review by State and FHWA. Conferences may be held at the request of CITY or CONSULTANT at any time durlnc the work. Vists to review and inspect the work at the office of the CONSULTANT may also be made at appropriate stages by CITY, STATE and FHW A. 531-~~b/ H . 4 of 6 c 1"'"\ V -, ...." - Clause 18. Patent Riihts Applicable patent rights' provisions described in 41CFRI-9.7 regarding rights to inventions shall apply .as appropriate. Clause 19. Govel'llment Code 7550 Any document or written reports prepared as a requirement of this contract shall contain, In a separate section preceding the main body of the document, the number and dollar amounts of all contract and subcontracts relating to the preparation of those documents or reports if the total cost for work by non-employees of the public agency exceeds $5000. Clause 20. All reference herein to "consultant" are references to. "Engineer" as used in the contract to which this exhibit is. apprer1ded. . S31-"9b/U . .- 5 of 6 ,. c- r"\ -- '""" '-' :> CERTIFICATION OF CITY OF I hereby certify that I am the :\fayor of the City of and that the consulting firm of Boyle Enrtneerinc Corporation or its representative has not been required, directly or indirectly, u an express or implied condition in connection with obtaining or carrying out this arreement to: (a) Employ or retain, or qree to employ or retain, any firm or person, or (b) Pay, or 811''' to pay, to any rtrm person, or orranization, and fee, contribu- tion, donation, or consideration of any kind; except u here expressly stated (If any): . None I acknowlqe that this certificate is to be furnished to the State of California, the Federal Hlrhway Administration and U.s. Department of Transportation in connection with this acreement Involvlnr participation of Federal-aid hlrhway funds, and Is subject to applicable State and Federallawl, both criminal and ~Il. Mayor of t"e City/of Date MW:amr 531-49a1t4 . 6 of 6