Loading...
HomeMy WebLinkAbout31-Public Works CITY. OF SAN BERN~DINO File No. 1.658 - REQUEST .a. COUNCIL ACTION From: ROGER G. HARDGRAVE Dept: Publ ic Works/City Engineer Date: 4-29-88 Sub'ect. Authorization to Execute Agree- ""C"\) _ I.~~"'" IllfVt for Professional serViceV! ,,_v . ...~,'".. Rehabil itation of Waterman ,'- ,..,- roo ~e.ryue. Redlands Boulevard to , .;". -,' ." Hi 11 Street -- WILLDAN ASSOCIA ES Synopsis of Previous Council action: June, 1987 $1,655,000 allocated in the 1987/88 Street Construction Fund Budget under Account No. 242-362-57658 Recommended motion: Adopt resolution. cc: Jim Robbins Jim Penman Jim Richardson Warren Knudson Contact person: Gene R. Klatt Staff Report. Map Resolution & AQreement Phone: 5125 Supporting data attached: Ward: 1 & 3 FUNDING REQUIREMENTS: Amount: $137,258 Source: (Acct. No.) 242-362-57658 Acct. Descri tion Waterman Avenue. Redlands to Mi 11 Street Finance: ,-,..-- r.. vJ~- Council Notes: 75-0262 Agenda Item No, 3/ CITv' OF SAN BERNADINO - REQUEST ~ COUNCIL ACTION STAFF REPORT In early 1987. SAN BAG advised that there would be a com- petition for unexpended FAU funds based on their standard rating form. The City submitted several forms for consideration and had the Waterman Avenue project approved for the portion of Redlands Boulevard to the Santa Ana River. The County also submitted for the windfall monies and received funding for a portion of Waterman Avenue north of the river. In SAN BAG meetings, it was agreed to combine the County and City funding to complete the rehabilitation of Waterman Avenue between Redlands Boulevard and Mill Street. The project was included in the 1987/88 Budget, under Account No. 242-362-57658. in an amount of $1,655,000. The City sent out letters of interest to 21 firms and received 12 replies. Of the 12 replies, a 6-member committee representing Caltrans, the County, Public Works, Council Office and Administration. selected four firms to submit written pro- posals. A second committee of 6, representing the above agencies, made a selection of the firm of Willdan and Associates as the most qualified to perform the work. Contract negotiations between the selected firm. the Department of Public Works and the City Attorney's office were begun. All parties are now satisfied that the contract agree- ment is acceptable and fully describes the full project require- ments. The Agreement provides. in general, that Willdan Associates will prepare the plans, specifications and estimate, for a fee not to exceed $137,258.00. Staff recommends adoption of the resolution authorizing the execution of the agreement for professional services for the plans and specifications for the rehabilitation of Waterman Avenue. between Redlands Boulevard and Mill Street. 4-29-88 75-0264 N-"t=' '--' " " z . .AV ~ ... ,,,.~... _RI~LT_q _ \ \ 0' . ':\ '~"~"'-. - \ i \, I ai. ~ "-'. " "I . Io1lLL ST\ - -~l.,"""".~r: ! ~"""J~: - U :l . f5 HOI.{)t.1\; r~~__ ~I ~ I"lWA [, ~ ~ '5 . , "" i I . . , " CAROLINE ST 2 ~. ~.~ ~--~-~ - .-l"_~ It ~.~ ~-~ ~. r~. \t l~~ :J~ - - [ ~ ",-", "" \'1 " VD'. . ~ ~~L .. r 21 day of 22 23 24 25 26 27 28 4/29/88 . . o o 1 2 3 RESOLUTION NO. RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH WILLDAN ASSOCIATES RELATING TO THE ENGINEERING DESIGN OF WATERMAN AVENUE, REDLANDS BOULEVARD TO MILL STREET. 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 8ernardino is 7 hereby authorized and directed to execute, on behalf of said 8 City, an agreement with Willdan Associates relating to the 9 engineerin9 design of Waterman Avenue, Redlands Boulevard to 10 Mill Street, which agreement is attached hereto, marked Exhibit 11 "AU and incorporated herein by reference as fully as though set 12 forth at 1 ength. 13 SECTION 2. The agreement shall not take effect until 14 fully signed and executed by both parties. The City shall not 15 be obligated hereunder unless and until the agreement is fully 16 executed and no oral agreement relating thereto shall be implied 17 or authori zed. 18 I HEREBY CERTIFY that the foregoing resolution was 19 duly adopted by the Mayor and Common Council of the City of San 20 Bernardino at a meeting thereof, held on the , 1988, by the following vote, to-wit: AYES: Council Members NAYS: ABSENT: City Clerk 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 4/29/88 RES: AGREEMENT WITH WILLDAN ASSOCIATES FOR ENGINEERING DESIGN OF WAT,:~MAN AVENUE, REDLANDS BOUL~~RD TO MILL STREET The foregoing resolution is hereby approved this day of , 1988. Evlyn Wilcox, Mayor City of San Bernardino Approved as to form and legal content: 1\ /J_ \ I 1-~ Uy Attorney - 2 - . o o EXHIBIT "A" AGREEPtENT FOR PROFESS (GNAt SERV ICES THIS AGREEMENT Is made and entered Into the day of , 1988, by and between the CITY OF SAN BERNARDINO, a municipal cor- poration, hereinafter called "City", and Wllldan Associates, a Cal ifornla cor- poration, hereinafter called "Engineer WITNESSETH WHEREAS, City desires to obtain professional services to prepare plans, specifications, and estimates, to construct Waterman Avenue between Redlands Boulevard and Mil I Street, including storm drain Improvements, pavement repair and rehabilitation, bridge widening, traffic signal modifications and appurtenant facilities. WHEREAS, In order to develop such a program, It Is necessary to retain the professional services of a qualified engineering and consulting firm; and WHEREAS, Engineer is qual ifled to provide-said professional services for the development of such a program; and WHEREAS, San Bernardino City Council has elected to engage the services of Engineer upon the terms and conditions as hereinafter set forth. NOW, THEREFORE, It Is mutually agreed, as fol lows: 1 . GENERAL Engineer shal I perform those services specified In "Scope of Services", a copy of which Is attached hereto as Exhibit "B" and incorporated as though set forth in fu II . Performance of the work specified In the "Scope of Services", Is made an obi Igatlon of Engineer under this Agreement, subject to any changes made sub- sequently upon the mutual agreement In writing of the parties hereto. The services of Engineer are to commence within thirty (30) days after the City has authorized work to start by Issuance of a Notice to Proceed. The schedule calendar dates specifically set forth In Exhibit "C" attached hereto and Incorporated herein as though set forth In full, for completion dates wll I be adjusted by Engineer as the City authorizes the work. Such adjustments shall require City approval prior to canmencement of performance of each phase. This Agreement shall expire as specified by the Exhibit "c" schedule unless extended by agreement of the parties. The Engineer shall complete al I work product and design in conform with Caltrans Standard Specifications Page 1 of 8 . . o o and Standard Drawings, City of San Bernardino Standard Drawings lInd San Bernardino County Flood Control DistrIct Standards, as directed. 2. COMPENSATION The City shal I reimburse the Engineer for actual costs (Including labor costs, employee benefits, overhead, profit, other direct and indirect costs) incurred by the Engineer in performance of the work, In an amount not to ex- ceed $137,25B.OO. Actual costs shall not exceed the estimated wllge rates and other costs as set forth in Exhibit "0", attached hereto and Incorporated herein as though set forth in ful I. Said fee shal I not be altered unless there Is significant alteration in the scope, complexity or character of the work to be performed. Any such sig- nificant alteration shall be agreed upon In writing by City and Engineer be- fore commencement of performance of such significant alteration by EngIneer. Total expendItures made under this contract, including the net fee, shal I not exceed the sum of $137,258.00. Adjustment of total cost of Professional Engineering Services wll I be permitted when the Engineer establishes and City and Caltrans have agreed in writing that there has been or is to be a significant change in: A. Scope, complexity, or character of the services to be performed; B. Conditions under which the work is required to be performed; and C. Duration of work If the change from the time period specified in the Agreensnt for Completion of the work warrants such adjustment. Federal Acquisition Regulation Title 48CFR, Chapter 1, Subpart 31 shal I, control allowable elements of cost for contracts with commercial organizatins. The Engineer is required to comply with all Federal, State and local laws and ordinances applicable to the work. The Enqineer is required to comply with prevail ing wage rates In accordance with California Labor Code Section 1775. 3. EXTRA SERVICES No extra services shal I be rendered by Engineer under Agreement unless such extra services are authorized, in writing, by City. Authorized extra services shall be invoiced based on Engineer's "Schedule of Hourly Rates" dat- ed August 1987, a copy of which Is attached hereto as Exhibit "E" and incorpo- rated herein as though set forth in ful I. 4. PAY toE NT BY CI1Y The billings for al I services rendered pursuant to this Agreement shal I be submitted monthly by Engineer to City and shall be paId by City withIn twenty (20) days after receipt of same, excepting any amounts disputed by City. 0 ispute over any invoiced amount shall be noticed to the Eng Ineer Page 2 of 8 . . o o within five (5) days of billing. Interest of 1- 1/2 percent per month (but not exceeding the maximum rate allowable by law) will be payable on any amounts not in dispute and not paid within 30 days of the billing date, pay- ment thereafter to be applied first to accrued interest and then to the prin- cipal unpaid amount. On disputed amounts, interest shal I accrue from 30 days of the invoice date if the amount In dispute Is resolved in favor of the Engi- neer. Any Attorney's fees or other costs incurred in collecting any delin- quent amount shal I be paid to the prevail ing party. 5. SUPERVISION OF SERVICES The Director of Public Works of City, or his designee, shal I have the right of general supervision of all work performed by Engineer and shall be City's agent with respect to obtaining Engineer's compl lance hereunder. No payment for any services rendered under this Agreement shai I 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 em- ployee or appl icant for employment because of race, color, rei Igion, sex, mar- ital status or national origin. Engineer agrees to take affirmative action to ensure that appl icants are employed and employees are treated during employ- ment without regard to their race, color, rei iglon, sex, marital status or national origin. Such action shall include, but not be limited to, the fol- lowing: Employment; upgrading, demotion or transfer; recruitment or recruit- ment advertising; and designated representatives. In addition, Engineer shal I not exclude from participation under this Agreement any employee or applicant for employment on the basis of age under the Age Discrimination Act of 1975 or with respect to an otherwise qual ified handicapped individual as provided in Section 504 of the Rehabil itation Act of 1973 or religion except that any ex- emption from such prohibition against discrimination on the basis of rei igion as provided in the Civil Rights Acts of 1964 or Title-VIII of April 11, 1966, as amended, shal I also apply. 7. TERMINATION OF AGREEMENT This agreement may be terminated by either party upon thirty (30) days' written notice in the event of substan!lal failure of the other party to per- form in accordance with the terms of this Agreement. Each party shall have 20 days fol lowing date of such notice within which to correct that substantial fai lure giving rise to such notice. In the event of termination of this Agreement, City shal I within thirty (30) days pay Engineer for all the fees, charges and services performed to City's satisfaction by Engineer, which find- Ing of satisfaction shal I not be unreasonably withheld. Engineer hereby cove- nants and agrees that upon termination of this Agreement for any reason, Engi- neer will preserve and make Immediately available to City, or Its designated representative, maps, notes, correspondence, or records related to work paid for by the City and required for its timely completion, and to fully cooperate with City so that the work to be accomplished under this Agreement may contin- ue in a reasonably prompt manner. Any subsequent use of such incomplete docu- ments shal I be at the sole risk of the City and the City agrees to hold harm- less and Indemnify Engineer from any claims, losses, costs, Including Page 3 of 6 . . o o Attorney's fees, and liability arisIng out of such use. Engineer shel I be compensated for such services In accordance with Exhibit "E". 8. INDEPENDENT CONTRACTOR Engineer shal I act as an Independent contractor in the performance of its services provided under this Agreement and shall furnish such services In En- gineer's own manner and methods and In no respect be considered an agent or employee of City. Any document or written report prepared for or under the direction of a state or local agency, which Is prepared In whole or In part by nonemployees of such agency, shal I contain the numbers and dollar amounts of al I contracts and subcontracts relating to the preparation of such docurrent or written re- port; provided, however, that the total cost for work performed by nonemployees of the agency exceeds five thousand dollars ($5,000). The con- tract and subcontract numbers and dollar amounts shal I be contained in a sepa- rate section of such document or written report. 9. NON-ASSIGNMENT This Agreement is not assignable either in whole or in part by Engineer wIthout the written consent of City. All subcontracts exceeding $10,000 shall contain all required provisions of the prime contract. 10. HOLD HARMLESS Engineer hereby agrees to and shal I hold City, its elective and appoint- ive boards, officers, and employees harmless from any liability for damage or claims for damage for personal injury Including death as wel I as from claims for property damage which may arise from Engineer's negl igent acts, errors or omissions under this Agreement. 11. NOTICES Official notices relative to the services provided under this Agreement shall be in writing addressed to the fol lowing: ENGINEER .c..u:Y Mr. John A. Friedrich Vice President/Regional Manager WI Ildan Associates 155 Hospital ity Lane, Suite 110 San Bernardino, CA 92408 Mr. Roger G. Hardgrave Director of Public Works/ CIty Engineer 300 North "0" Street San Bernardino, CA 92418 12. AI I Agreements on Engineer's part are contingent upon and shal I not be responsible for damages or be In default, or be deemed to be in default, by reason of delays In performance by reason of strikes, lOCk-outs, accidents, acts of God and other delays unavoidable or beyond Engineer's reasonable con- trol, or due to shortages or unavailability of labor at established area wage rate or delays caused by failure of City or City's agents to furnish informa- tion or to approve or disapprove Engineer's work promptly, or due to late or s I ow, or fau I ty per formance by City, other contractors, or governmenta I Page 4 of 8 . . o o agencies, the performance of whose work Is precedent to or concurrent with the performance of Engineer's work. In the case of the happening of any such cause of delay, the time of completion shal I be extended accordingly. Engi- neer shal I promptly notify City In writing when It becomes aware of any event or circumstance for which It claims or may claim an extension. 13. AI I tracings, survey notes, and other original documents are instru- ments of service and shall remain the property of Engineer except where by law or precedent these documents become pub I I c property. A II such documents or records shal I be made accessible to the City under conditions as set forth In Section 7 of this Agreement. The consultant shall maintain all records for Inspection by the City, State, FHWA or their duly authorized representative for a period of three (3) years after final payment to the consultant. The responsible consultant shall stamp and sign all specifications, estimates, plans and engineering data furnished, and, where appropriate, Indicate registration number. 14. Engineer's I lability to the City for Injury or damage to persons or property arising out of work performed by the City and for which legal liabil- ity may be found to rest upon Engineer, other than for professional errors and omissions, will be I imlted to $1,000,000. For any damage on account of any error, omission or other professional negligence Engineer's Ilabll ity, will be I i m i ted to a sum not to exceed $50,000 or E ng I neer ' s fee, wh I chever i s greater. 15. Any opinion of the Construction Cost prepared by Engineer represents his judgement as a design professional and is suppl ied for the general guid- ance of the City. Since Engineer has no control over the cost of labor and material, or over competitive bidding or market conditions, Engineer does not guarantee the accuracy of such opinions as compared to contractor bids or ac- tual cost to the City. If a Construction Cost I imlt Is established by written agreement between City and Engineer and specifically set forth in a mutually agreed addendum to this Agreement, the fol lowing will apply: a. The acceptance by City at any time during the services of a revised opinion of Construction Cost In excess of the then established cost limit will constitute a corresponding revision In the Construction Cost limit to the extent Indicated In such revised opinion. b. Any Construction Cost limit so established wll I include a con- tingency of ten percent unless another amount Is agreed upon In writing. c. Engineer wil I be permitted to determine what types of materi- als, equipment and component systems are to be Included in the Drawings and Specifications and to make reasonable adjustments in the general scope, extent and character of the project to bring It within the cost limit. d. If the bidding or negotiating phase has not commenced within six months after completion of the final Design Phase, the established Construction Cost limit wll I not be binding on Engineer, and City shal I Page 5 of 8 . o o consent to an adjustment In such cost limit commensurate with any appli- cable change In the general level of prices In the construction Industry between the date of completion of the Final Design Phase and the date on which proposals or bids are sought. e. If the lowest bona fide proposal or bid exceeds the established Engineer's Construction Cost Estimate by 20 percent or more, City shal I (1) give written approval to increase such cost limits, (2) authorize negotiating or rebidding the Project within a reasonable time, or (3) co- _operate in revising the Project's general scope, extent or character to the extent consistent with the Project's requirements and with sound en- gineering practice. In the case of (3), Engineer shal I modify the Con- tract Documents as necessary to bring the Construction Cost within the cost I imlt. In I ieu of other compensation for services in making such modifications, City shall pay Engineer, Engineer's cost of such servic- es, all overhead expenses and reimbursable expenses reasonably related thereto, but not including profit, on account of such services. The providing of such service will be the I imit of Engineer's responsibility In this regard and, having done so, Engineer shal I be entitled to payment for services In accordance with this Agreement and will not otherwise be I iable for damages attributable to the lowest bona fide proposal or bid exceeding the establ ished Construction Cost. 16. The City agrees that in accordance with generally accepted construc- tion practices, the construction contractor wll I be required to assume sole and complete responsibility for job site conditions during the course of con- struction of the project, includ ing safety of all persons and property and that this requirement shal I be made to apply continuously and not be limited to normal working hours. 17 . Shou I d II t i gat i on be necessary to enforce any term or prov I s Ion of this Agreement, or to collect any portion of the amount payable under this Agreement, then all I itigation and collection expenses, witness fees, and court costs, and attorney's fees shal I be paid to the prevailing party. 18. Should any provision herein be found or deemed to be inval id, this Agreement shal I be construed as not containing such provision, and all other provisions which are otherwise lawful shal I remain In ful I force and effect, and to this end the provisions of this Agreement are declared to be severable. 19. The City shal I pay the costs of checking and Inspection fees, zoning and annexation application fees, assessment fees, construction soils testing fees, and al I other fees, permits, bond premiums, and title company charges. Charges not specifically covered by the terms of this Agreement shall be paid as agreed by the parties hereto at the time such costs arise but in no event shal I the work to be performed hereunder cease as a consequence of such un- foreseen charges unless by mutual written agreement of City and Engineer. 20. stated. There are no understandings or agreements except as herein expressly Any modifications must be in writing. 21. The City wll I require that any Contractor performing work in connec- tion with the construction contract documents produced under this Agreement to Page 6 of 8 o o 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, 105585 or damege arisIng out of or alleged to arise from the Contrac- tor's negligence In the performance of the work described In the construction contract documents, but not Including liability that may be due to the sole negligence of the City, the Engineer, their consultants or their officers, agents and employees. The City will require the Contractor to provide Workers CompenSlltlon and comprehensive general liability Insurance, Including completed operations and contractual liability, with the latter coverage sufficient to Insure the Con- tractor's Indemnity, as above required; and, such Insurance will Include the City, the Engineer, their consultants, and each of their offIcers, agents and employees as additional Insureds. 22. The Engineer shall be entitled to reasonably rely upon the accuracy of data provided through the City or others without Independent evaluation. 23. dlx "A", hereof. Those provisions as set forth In the General Provisions, per Appen- attached hereto are by reference Incorporated herein and made a part 24. The Engineer warrants that he has not employed or retained any company or person, other than a bona fide emp loyee work I ng for the Engi neer -, to solicit or secure this Agreement, and that he has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift or any other consideration, contingent upon or resulting from the award or formation of this Agreement. For breach or violation of this warranty, the local- agency shall have the right to annul this Agreement without liability, or at Its discretion to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. 25. Engineer shall provide evidence of insurance in the form of a policy of insurance, in which the City is named as an additional named insured to the extent of the coverage required by paragraph 14 of this agreement. Page 7 of 8 o o IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date first above written by their respective officers duly authorized in that behalf. CITY OF SAN BERNARDINO a municipal corporation BY: - - M~yor - - ATTEST: City C1erk WILLDA N A SSOCIA TES BY_ Title Approved as to form and legal content: r .7 ! page 8 of 8 .. o o EXHIBIT "B" SCOPE OF SERVICES TASK I - COORDINATION ANn nATA RESFARCH Initial tasks will be to establ Ish guidelines and schedules for the project coordination and to research, collect and review related plans and to collect Information on existing utilities. A. Project coordination - Meet with staff to review proposed schedule and to discuss the Scope of Work. B. Research - Collect and review all available existing road and bridge plans. Notify and request InformatIon from utility companies on location of existing facilities. TASK II - SURVEYS This task includes the development of the topographic base maps and the soils Investigation. The site survey required to develop the topographic base maps will Include aerial survey photography ground control and aerial photography. Ground control survey will also Include road cross-sections, flood control topography and cross-sections, and miscellaneous topography and elevations for Items such as drainage structures, sewer manholes and valves. A. Ground Control Surveys - Ground control for the aerial survey wil I consIst of twelve (12) vertical and horizontal control points. These points will be tied to existing established benchmarks. Cross-sections will be provided on Waterman Avenue, Hospitality Lane, and on Vanderbi It Way. Miscei laneous cross-sections, topogra- phy and elevations wi I I be provided as necessary for existing drain- age or utility interface. B. Aerial Survey - The aerial survey will consist of control led aerial photography strip mapping along the existing Waterman Avenue. Mylar base sheets will be provided at a scale of I" = 40 '. C. 5011 Survey - The geotechnical firm of Associated Soils, Inc. wll I provide pavement design, soils, and foundation Investigations for the proposed project. Associated Soils will explore the site by drilling fifteen (15) test holes to a depth of five (5) feet below existing grade and four (4) test holes thirty five (35) feet below existing grade In the bridge widening area to determine bearing characteristics of the soil. Soil samples will be taken from the street to the laboratory for "R" value testing. Analysis of the existing pavement section will be made to determine the most cost effective method of rehabilitation. It Is understood that the City will furnish the design traffIc Index (T.I.). Page 1 of 4 . o o TASk III - ROADWAY III'ROVEMENTS The roadway design and rehab I I l~a~lon ~ask Includes a review of ~he exls~lng pavemen~ for s~ruc~ural stabIlity, medIan Island modlflca~lons and roadway pavement reconstructIon. The roadway desIgn will Incl ude ~he horlzon~al and vertIcal control, roadway geometrIc desIgn, roadway draInage faclll~les and related roadway faclll~les. Items of work Include the fol lowing: A. Review existing pavement conditions and structur.al sec~lons. B. DetermIne geometric design. C. Identify and locate necessary drainage faclll~les. D. De~ermlne traffIc con~rol Improvemen~s. E. Prepare complete preliminary layout plans and fInal contr8C~ plans. F. Develop cross-sections. G. Determine quantity and cos~ estimates. H. Prepare contract specifications for biddIng purposes. TASK IV - TRAFFIC ENGINEERING Traffic engineering services wi II Include InitIal traffic analysIs, signal design, signing and striping plan, traffic signal timing plans and s~aglng construction plans. Specific tasks will Include: A. A traffic signal phasing/operation needs and adjacent Intersec~lon modifications, and Interface requirements based on anticipated traf- fic volumes and operation constraints. An analysIs of each In~ersec- tlon will be made to develop design criteria and ~Imlng parame~ers for each intersection timIng and coordInation sys~em concep~s. In- terconnec~ al~ernatlves will be evaluated and ~he traffic signal modlflca~lons will be desIgned. A ~rafflc signal ~Imlng plan, In- cluding a time space diagram, wll I be prepared. B. Channelization and signing plans wIll be prepared. C. Construction sIgning and striping plans and stage construction plans will be prepared for traffIc handlIng durIng cons~ructlon In order ~o minImize Impacts on exls~lng traffic. The stage cons~ructlon plans may Include detours as necessary. Page 2 of 4 o o D. An estImate of contract quantitIes and costs wIll be prepared. Con- Tract specIficatIons wIll be prepared for InclusIon In the bid docu- ments. TASK V - BRIDGE MODIFICATIONS - - The bridge widening and new railing Installation design services will consiST of The fol lowing tasks: A. Structural plans wil I be prepared and calculations will be made for wIdening The Waterman Avenue Bridge at San Tlmoteo Creek on each side. The plans wil I be to provide for the ultimate width and a sidewalk, and new barrier raIl, eSTImated to be approximately seven (7) feet each side. The design wll I be In accordance with CaITrans' BrIdge Design Specifications and latest design procedures. B. STructural plans wll I be prepared for the addItion of new barrier railings TO the bridge at The Santa Ana River per Caltrans Standards c. DesIgn calculations will be made, for each bridge, to Include an evaluation of the capacity of the bridge to accept the new loadings. D. Plans will be prepared to Include approach railings at the approach TO each bridge. E. An estimate of contract quantIties and costs wll I be prepared. tract specifIcations will be prepared for Inclusion In the bid ments. Con- docu- TASK VI - DRAINAGE IMPROVEMENTS A. Area hydrology wil I be evaluated to establ ish drainage flows tribu- tary to various collection points along the exIsting roadways. The area of major drainage Improvements will be at the Intersection of Waterman Avenue and Redlands Boulevard. The purpose Is TO develop a plan to eliminate the existing dip sectIons. B. Preliminary layout plans and final contract plans will be prepared. C. An estimate of contract quantities and cOSTS will be prepared. Con- tract specifications will be prepared for inclusion In the bId doc- uments. TASK VI I - MEETINGS Meetings wIll be held at regular Intervals to keep sTaff Informed as to the progress of the work and so thaT design can be made In a Timely manner. A. A pre-design meeting will be held to review the proposed project schedule, assign res'ponslbllltles and review the required scope of services. Page 3 of 4 o o B. A total of ten (10) monthly coordination meetings will be held to assess work progress.~evlew submittals and to keep staff apprised of -progress on a regu.lar basis. TASK VIII - BIDDING ASSISTANCE Provide assistance during the bid advertising period. A. Prepare and submit In behalf of the City the notice of advertIsement for bids. B. Assist during the bid advertising period by answering construction questions and clarifying the plans and specifications and by attending the pre-bid field review as requested. c. Provide bid assistance by attending the bid opening, bids and verifying the references of the low-bidder. ommendatlon for contract award. evaluating all ProvIde a rec" Page 4 of 4 . , o EXHIBIT "C" SOlEDUtE-1)f COMPLETION DATES NOTICE TO PROCEED - ON OR AFTER TASK I - roOROINATION AND DATA RESEARCH TASK II - SURVEYS TASK III - ROADWAY IMPROVEMENTS TASK IV - TRAFFIC ENGINEERING TASK V - BRIDGE MODIFICATION TASK VI - DRAINAGE IMPROVH1ENTS TASK VI I - MEETINGS PRE-DESIGN MEETING TASK VIII - BIDDING ASSISTANCE Page 1 of 1 o MAY 3, 1988 JUNE 10, 1988 JULY 15, 1988 DECEIIBER 30, 1988 DECEIIBER 30, 1988 DECEIIBER 30, 1988 DECEIIBER 30, 1988 MAY 10, 1988 FEBRUARY 28, 1989 o o EXHIBIT non COST PR ICE PROPOSAL SUMMARY TASK - COOf() INATION AND DATA RESEARCH TASK II - SURVEYS TASK III - ROADWAY IMPROVEMENTS TASK IV - TRAFFIC ENGINEERING TASK V - BRIDGE MODIFICATIONS TASK VI - DRAINAGE Ir-FROVEMENTS TASK VII - MEETINGS TASK VIII - BIDDING ASSISTANCE $ 2,807.04 32,082.64 20,378.56 22,332.48 22,779.68 11,379.52 5,875.52 4,389.44 SUB-TOTAL FEE (PROF IT) $122,024.88 15,233.12 TOTAL COST $137.258.00 Note: See fol lowing pages for a detailed breakdown of each task. Page 1 of 9 o EXHIBIT "D" COST PRICE PROPOSAL TASK I - COOl{) INATION AN) DATA RESEARCH o i reef Lahor Division Manager Supervising Engineer Project Manager Associate Engineer Senior Design Engineer Design Engineer Senior Designer Senior Drafter Drafter Technical Aide Clerical Indirect Costs (Overhead) Overhead Rate Direct Costs (Except Labor) Printing, Mailing & Postage Reproduction & Blueprints Computer Usage Mileage Suh-Con~ultants Hour~ 4 @ 16 @ 8 @ 16 @ 4 @ 4 @ RAm $27.00 $25.50 $19.50 $18.50 $ 8.10 $10.00 Cost Quantity Per Unit L.S. L.S. L.S. Hours L.S. L.S. L.S. RAm o Total $108.00 $408.00 $156.00 $296.00 $ 32.40 $ 40.00 167.35% Ig:W. $ 8.50 $ 5.43 $ 12.00 Ig:W. TASK I, SUB-TOTAL Page 2 of 9 $1,040.00 $1,741.11 $ 25.93 ~2AB07A04 o o EXHIBIT "0" COST PR ICE PROPOSAL TASK II - SURVEYS 01 r""t Labor Hnllrs ~ Ilm.L Division Manager 8 @ $27.00 $216.00 Supervising Engineer 16 @ $25.50 $408.00 Project Manager 16 @ $19.50 $312.00 Associate Engineer Senior Design Engineer 13 @ $18.50 $240.50 Design Engineer Senior Designer Senior Drafter Drafter Technical Aide 10 @ $ 8.10 $ 81.00 Clerical 10 @ $10.00 $100.00 $ 1,357.50 I nd I reet Costs (Over head) Overhead Rate 167.35% $ 2,271.78 Cost Direct Co"ts (Except Labor) Ouantltv Per Un It Ilm.L Printing. Mailing & Postage Reproduction & Blueprints L.S. L.S. $ 3.36 Computer Usage Mi leage $ 3.36 Sub-Cnnsu I tants !:kluu ~ Ilm.L W. Neal Terry & Assoc. (Surv. ) L.S. L.S. S 9,000.00 Aero Tech Surveys, Inc. L.S. L.S. S 5,500.00 Assoc fated Soil s Eng., Inc. L.S. L.S. $13,950.00 $28,450.00 TASK II, SUB-TOTAL $32.082.64 Page 3 of 9 o o EXHIBIT "0" COST PRICE PROPOSAL TASK III - ROADWAY IMPROVEMENTS Direct Labor llwIu .Bll.m Total Division Manager 12 t! $21.00 $ 324.00 Supervising Engineer 40 @ $25.50 $1,020.00 Project Manager 30 t! $19.50 $ 585.00 Associate Engineer Senior Design Engineer 36 t! $18.50 $ 666.00 Design Engineer 40 @ $15.50 $ 620.00 Senior Designer 50 t! $16.80 $ 840.00 Senior Drafter 55 t! $16.50 $ 907.50 Drafter 200 t! $11.60 $2,320.00 Technical Aide 20 t! $ 8.10 $ 162.00 Clerical 12 t! $10.00 $ 120.00 $ 7,564.50 I nd i reet Costs (Overhead) Overhead Rate 167.35% $12,659.19 Cost D i r~+ Coc;tc:; (Except Labor) O"antity Per Unit IQ:I:a1 Printing, Mail ing & Postage L.S. L.S. $ 40.00 Reproduction & Blueprints L.S. L.S. $ 29.87 Computer Usage L.S. L.S. $ 65.00 Mi leage L.S. L.S. $ 20.00 $ 154.87 Sup-Consultants Hours .Bll.m IQ:I:a1 TASK III, SUB-TOTAL 120.378.56 Page 4 of 9 . o o EXHIBIT "0" COST PR ICE PROPOSAL TASK IV - TRAFFIC ENGINEERING D 1 rAC+ labor ~ RAm J:l:lb.L Division Manager 80 @ $27.00 $2,160.00 Supervising Engineer 16 @ $25.50 $ 408.00 Project Manager 18 @ $19.50 $ 351.00 Associate Engineer Senior Design Engineer Desl gn Eng I neer Senior Designer 236 @ $16.80 $3,964.80 Senior Drafter Drafter Technical Aide 160 @ $ 8.10 $1,296.00 Clerical 12 @ $10.00 $ 120.00 $ 8,299.80 I nd I reet Costs (Overhead) Overhead Rate 167.35% $13,889.72 Cost D I reet Costs (Except Labor) Quantity Per Unit J:l:lb.L Printing, Mailing & Postage L.S. L.S. $ 35.00 Reproduction & Blueprints L.S. L.S. $ 22.96 Computer Usage L.S. L.S. $ 65.00 Mileage L.S. L.S. S 20.00 $ 142.96 Sllh-Consultants Hnllrs RAm J:l:lb.L TASK IV, SUB-TOTAL $22.332.48 Page 5 of 9 o o EXHIBIT "0" COST PRICE PROPOSAL TASK V - BRIDGE MODIFICATIONS Direct Labor ~ BIWl. Illl:AL Division Manager 16 @ $27.00 $2,160.00 Supervising Engineer 16 @ $25.50 $ 408.00 Project Manager Associate Engineer 175 @ $18.50 $3,237.50 Senior Design Engineer Design Engineer Senior Designer Senior Drafter 242 @ $16.50 $3,993.00 Drafter Technical Aide Clerical 40 @ $10.00 $ 400.00 $ 8,470.50 Indirect Costs (Over head) Over bead Rate 167.35% $14,175.38 Cost n i reet Costs (Except Labor) Ollantitv Per Unit Illl:AL Printing, Mail ing & Postage L.S. L.S. $ 15.00 Reproduction & Blueprints L.S. L.S. $ 23.80 Computer Usage L.S. L.S. $ 70.00 Mi leage L.S. L.S. $ 25.00 $ 133.80 SlJh-Con!;LlI+ant~ Hours RAm Illl:AL TASK V, SUB-TOTAl.. !;22.779.68 Page 6 of 9 . o o EXHIBIT "0" COST PRICE PROPOSAL TASK VI - DRAINAGE IMPROV~MENTS 01 reet labor Hours ~ Il:l:l:a.L Division Manager 4 l! $27.00 S 108.00 Supervising Engineer 24 @ $25.50 $ 612.00 Project Manager 16 @ $19.50 $ 312.00 Associate Engineer Senior Design Engineer 36 @ $18.50 $ 666.00 Design Engineer 38 @ $16.30 $ 619.40 Senior Designer Senior Drafter 32 @ $16.50 $ 528.00 Drafter 100 @ $11.60 $1,160.00 Technical Aide 16 @ $ 8.10 $ 129.60 Clerical 10 @ $10.00 $ 80.00 S 4,215.00 Indirect Costs (Overhead) Overhead Rate 167.35~ $ 7,053.80 Cost 01 reet Costs (Except labor) Quantity Per Unit Il:l:l:a.L Printing, Mailing & Postage loS. l.S. S 20.00 Reproduction & Blueprints loS. loS. $ 25.72 Computer Usage loS. loS. $ 50.00 Mileage L.S. loS. $ 15.00 $ 110.72 Sub-Consultants Hours ~ Il:l:l:a.L TASK VI, SUB-TOTAL 111.379.52 Page 7 of 9 o o EXHIBIT "D" COST PR ICE PROPOSAL TASK VII - MEETINGS Direct labor Hnllr~ Elm Total Division I~anager 32 @ $27.00 $ 864.00 Supervising Engineer 32 @ $25.50 $ 867.00 Project Manager 8 @ $19.50 $ 156.00 Associate Engineer Senior Design Engineer 16 @ $18.50 $ 296.00 Design Engineer Senior Designer Senior Drafter Drafter Technical Aide Clerical $ 2,183.00 I nd i reet Costs (Over head) Over bead Rate 167.35% $ 3,653.25 Cost D i reet Costs (Except Labor> Quantity Per Unit Isl:1:W. Printing, Mailing & Postage Reproduction & Blueprints Computer Usage Mileage L.S. L.S. $ 39.27 $ 39.27 Sub-Consultants Hours Elm Total TASK VII, SUB-TOTAL ~ 5.875.52 Page 8 of 9 . o o EXHIBIT "0" COST PR ICE PROPOSAL TASK VIII - BIDDING ASSISTANCE Dlrec:+ lahor Hours ~ Total Division Manager 4 @ $27.00 $ 108.00 Supervising Engineer 36 @ $25.50 $ 918.00 Project Manager 8 @ $19.50 $ 156.00 Associate Engineer Senior Design Engineer 16 @ $18.50 $ 296.00 Design Engineer Senior Designer Senior Drafter Drafter Technical Aide 6 @ $ 8.10 $ 48.60 Clerical 10 @ $10.00 $ 100.00 $ 1,626.60 I nd i reet Costs (Overhead) Overhead Rate 167.35% $ 2,722.12 Cost 01 reet Costs (Except Labor) Quantity Per Unit TOTal Printing, Mailing & Postage Reproduction & Blueprints Computer Usage L.S. L.S. $ 30.00 Mi leage L.S. L.S. $ 39.27 $ 40.72 Suh-Cnnsultants HOlJr~ ~ Total TASK VIII, SUB-TOTAL S 4.389..44 Page 9 of 9 . ;f _i . . o o CERTIFICATION OF CONSULTANT I HEREBY CERTIFY that I am the Vice President and duly authorized repre- sentative of the firm of Wllldan Associates, whose address Is 155 Hospitality Lane, Suite 100, San Bernardino, California 92408, and that neIther I nor the above fIrm I here represent has: (a) employed or retaIned for a commission, percentage, brokerage, con- tingent fee or other consideratIon, any firm or person (other than a bona fide employee working solely for me or the above consultant) to solicit or secure this Agreement; (b) agreed, as an express or ImplIed condition for obtaining this con- tract, to employ or retain the services of any fIrm or person In connection with carrying out the Agreement; or (c) paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above consultant) any fee, contribution, donation or consideration of any kind for, or In connectIon with, procurIng or carrying out the Agreement; except as here expressly stated (If any): I acknowledge that this certificate Is to be furnished to the State De- partment of Transportation In connection with this Agreement Involving partic- Ipation of Federal Aid Highway Funds, and Is subject to applicable State and Federal laws, both criminal and civil. ~f// It /:7gg <Oat . o o CERTIFICATION OF LOCAL AGENCY I HEREBY CERTIFY that I am the and duly authorized representative of the Local Agency of , and that the above consulting firm or his representative has not been required, directly or indirectly as an express or Implied condition In connection with obtainIng or carrying out this Agreement to: (a) employ or retain, or agree to employ or retain, any firm or person; or (b) pay, or agree to pay, to any firm, organIzation or person any fee, contribution, donatIon or consideration of any kind for; except as here expressly stated (If any): I acknowledge that this certificate Is to be furnished to the State De- partment of Transportation In connection with this Agreement Involving partic- ipation of Federal AId Highway Funds, and Is subject to applIcable State and Federal laws, both criminal and civil. (Date) (Signature) . o EXHIBIT "E" WILLDAN ASSOCIATES SCHEDULE OF HOURLY RATES August 1987 Classification Engineering Sr. Consultant Principal Engineer Division Manager Project Director Sr. Engineer Sr. Project Manager Project Manager Associate Engineer Sr. Designer (CADD) Designer (CADD) Supervising Engineer Engineering Associate Sr. Designer Sr. Design Engineer Design Engineer Sr. Drafter Designer Sr. Drafter (CAD) Drafter (CAD) Drafter Technical Aide Spvsr.-Public Works Observation Sr. Public Works Observer Public Works Observer Sr. Real Property Agent Real Property Agent Assistant Real Property Agent Surveying Spvsr. Mapping Services Sr. Survey Analyst Sr. Calculator Calculator II Survey Analyst Calculator I Spvsr.-Survey Survey Party Chief Two-Man Field Party Three-Man Field Party 4/20/88 Page 1 of 2 o Fee Rate Per Hour $110.00 100.00 88.00 82.00 75.00 73.00 66.00 64.00 64.00 60.00 82.00 64.00 60.00 52.00 48.00 50.00 42.00 50.00 46.00 40.00 34.00 66.00 55.00 46.00 75.00 66.00 55.00 80.00 60.00 60.00 50.00 50.00 40.00 72.00 67.00 132.00 170.00 Effective 8/1/87 LI . . o o Exhibit "E" (Cont.) Schedule of Hourly Rates August 1987 Page 2 Special Districts Special Districts Coordinator Special Districts Analyst II Special Districts Analyst I Fee Rate Per Hour $ 75.00 55.00 45.00 Plannin~ Principal Tanner Sr. Planner Planning Associate Planning Assistant Planning Technician 75.00 61.00 56.00 44.00 35.00 Building Plan Check Engineering Spvsr. Building Inspection Building Inspector Permit Specialist REhabilitation Specialist Sr. Rehabilitation Specialist Spvsr. Rehabilitation Services 60.00 60.00 50.00 37.00 45.00 55.00 65.00 Computer Computer Time Spvsr. Programming Sr. Program Analyst Program Analyst Programmer Computer Data Entry 63.00 66.00 55.00 46.00 37.00 32.00 Secretarial SecretarIal 30.00 Consultation in connection with litigation and court appearances will be quoted separately. Additional billing classifications may be added to the above listing during the year as new positions are created. The above schedule is for straight time. Overtime will be charged at 1.25 times the standard hourly rates. Sundays and holidays will be charged at 1.70 times the standard hourly rates. It should be noted that the foregoing wage rates are effective through July 31, 1988. The rates may be adjusted after that date to compensate for labor adjustments and other increases in labor costs. 4/20/88 Effective 8/1/87