Loading...
HomeMy WebLinkAboutR34-Economic Development Agency ",.. , I I I . , . ., ECONOMIC DEVELOPMENT AGENCY OF THE CITY OF SAN BERNARDINO FROM: Gary Van Osdel Executive Director SUBJECT: AUTHORIZATION TO FUND AND TO EXECUTE AGREEMENT WITH TY UN INTERNATIONAL-MCDANIEL (T.Y. UN) TO PROVIDE PROFESSIONAL ENGINEERING SERVICES FOR TilE SEISMIC RETROFIT OF THE AGENCY'S FIVE- LEVEL PARKING STRUCTURE DATE: September 8, 2000 Or'''-'''~L nlv....rt ----.---------------------------------------....---------.-----------------.--------------------------------- Svnopsis of Previous Commission/Council/Committee Action(s): On Septembcr 7, 2000, the Redevelopment Committee rccommended that this item be sent to the Mayor and Common Council for approval. --------------------------.-------.-----------------..--------------------------------------------------.---------- Recommended Motion(s): Community Development Commission MOTION: Authorize the Redevelopment Agency to expend $145,000 to cover, in part, the cost of preparing plans and specifications for seismically retrofitting the Agency's five-level parking structure. (Mavor and Common Council) MOTION: RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT FOR PROFESSIONAL SERVICES WITH T.Y. UN INTERNATIONAL FOR SEISMIC RETROFIT OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTURE .--------------------------------.---------------------------------------------------------_.-.-------------------..---.----- Contact Person(s): Gary Van Osdel/Raymond Casey Phone: 663-1044/384-5111 projcct Arca(s) Central City Ward(s): One (I) Supporting Data Attached: 0 Staff Report 0 Resolution(s) 0 Agreement(s)/Contract(s) 0 Map(s) 0 Letter/Memo FUNDING REQUIREMENTS Amount: $ 265,000 State Grant & COP Proceeds Source: SIGNATURE: N/A Budget Authority: ----------.--.---.-----.-.-----.----.-.....--..---..---------.-..-----.-.--.------.-..-- Commission/Council Noles: -----------------------------------------------------------------------------------------------------------------------------------_.------- GVO:XXX:lag:09-18-00 Parking Structure COMMISSION MEETING AGENDA Meeting Date: 09/18/2000 Agenda Item Number: A.. 3tL. ECONOMIC DEVELOPMENT AGENCY STAFF REPORT --------------------------------------------------------------------------------------------------------------------- Authorization to EXDend Funds and to Execute an A!!rcement with TY Lin International-McDaniel (T.Y. Lin) to Provide Professional En!!ineerin!! Services for the Seismic Retrofit of the A!!encv's Five-Level Parkin!! Strncture BACKGROUND On January 28, 2000, thc City's Development Serviccs Department issued a request for proposals (RFP) for engineering services to prepare plans and specifications to seismically retrofit the Redevelopment Agency's five-level parking structure. Thc RFP was sent to the following six (6) local civil engineering finns: Holmes & Narver - 155 W. Hospitality Lanc, Suite 275 Korvc Engineering - 290 North "D" Strect ASL Consulting Engineers - 348 W. Hospitality Lane LAN Engineering Corporation - 1836-L Commcrcenter Circle T. Y. Lin International McDaniel- 1535 South "D" Strect, Suite 120 HNTB Architects Engineering Planners - 600 N. Arrowhead, Suite 211 Proposals were received from only T.Y. Lin International McDaniel and HNTB. On March 16, 2000, a Selection Committee consisting of Mike Grubbs, Senior Civil Engineer, Jarb Thaipcjr, Senior Civil Engineer, and John Hoeger, EDA Project Managcr interviewed these two finns. After carefully reviewing the proposals and interviewing members of both finns, the Committee detennined that T.Y. Lin was the best qualified to provide the necessary services. CURRENT ISSUE It is proposed that the City enter into an Agreement for Professional Services with T.Y. Lin for $265,000 to (1) review the parking structure and prcpare a prcliminary structure evaluation report; (2) prepare structure analysis and design for collapse prevention perfonnance level; and (3) prepare bid documents including plans, specifications, and cost estimates in order to bid the projcct. It is also proposed that the Rcdcvelopment Agency provide $140,000 toward the total cost of said Agrccment. FISCAL IMPACT The Rcdevelopment Agency has set aside $1,000,000 for the retrofit of thc five-level parking structure from the proceeds of the Certificates of Participation issued for the Agency's 20 I North "E" Street building. In addition, the City is scheduled to receive a $120,000 grant from the State of California to be used for the design work. Of the $1,120,000 available for thc project, $265,000 will bc used for the T.Y. Lin Agreement and the remaining funds will be used for construction of the required improvements to the parking structure. .-----------------.--.----------------..-------------------------------------------------------_.------------------------------------------- GVO:XXX:lag:09-18-00 Parking Structure COMMISSION MEETING AGENDA Meeting Date: 09/18/2000 Agenda Item Number: R.3tt .. . RECOMMENDATION ---------....------------......-------------.--.-----------------------.-------------------------------------------------------------------- GVO:XXX:lag:09-18-00 Parking Structure COMMISSION MEETING AGENDA Meeting Date: 09/18/2000 Agenda Item Number: ~ , .. 0 2 3 4 5 6 7 8 013 14 . ~(glPV RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT FOR PROFESSIONAL SERVICES WITH T.Y. UN INTERNATIONAL FOR SEISMIC RETROFIT OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTURE BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF 9 SAN BERNARDINO AS FOLLOWS: 10 Section 1. The Mayor of the City of San Bernardino is hereby authorized and 11 directed to execute on behalf of said City, an agreement for professional services with T.Y. Lin 12 International for seismic retrofit of the Agency's Five-Level Parking Structure. A copy of said agreement for professional services is attached as Exhibit "An and made a part hereof. Section 2. The authorization to execute the above referenced agreement is rescinded 15 if the parties to the agreement fail to execute it within sixty (60) days of the passage of this 16 Resolution. 17 IIII 18 IIII 19 IIII 20 IIII 21 IIII 22 IIII 23 IIII 24 IIII 025 IIII If! 3d IIII -1. q //1 ho ,__u."..u.o.~_...,."....___ , 0 2 3 4 5 6 7 8 9 10 11 12 0 13 14 15 16 17 025 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT FOR PROFESSIONAL SERVICES WITH T.Y. UN INTERNATIONAL FOR SEISMIC RETROFIT OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTURE I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of , 2000, by the following vote to wit: Council Members: Ayes Abstain Absent Nays ESTRADA LIEN MCGINNIS SCHNETZ SUAREZ ANDERSON MCCAMMACK City Clerk 18 19 The foregoing resolution is hereby approved this day of ,2000. 20 21 Judith Valles, Mayor City of San Bernardino 22 Approved as to fonn and Legal Content: 23 24 James F. Penman City Attorney \ By: 'k'f~'1H"" (i ./ '.~o.,.\l.,..__,.......___ -:; )l~'?/l'>-'-S. .2- .. o o o . ~(Q)~W AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is made and entered into this of 2000, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and T.Y. Lin International - McDaniel, a California corporation, hereinafter referred to as "ENGINEER". WITNESSETH WHEREAS, City desires to obtain professional services to prepare plans, specifications, estimates, construction documents for seismic retrofit of the City of San Bernardino 5-Level Parking Structure. WHEREAS, in order to develop plans, specifications, estimates and construction documents, it is necessary to retain the professional services of a qualified engineering and consulting firm; and WHEREAS, Engineer is qualified to provide said professional services; and WHEREAS, San Bernardino City Council has elected to engage the services of Engineer upon the terms and conditions as hereinafter set forth; and NOW, THEREFORE, it is mutually agreed, as follows: 1. SCOPE OF SERVICES Engineer shall perform those services specified in "Scope of Services" and as contained in the "Proposal For Seismic Retrofit of the City of San Bernardino 5-Level Parking Structure" dated February 18, 2000, (which is on file at the City Clerk's Office) and "Scope of Services" dated July 17,2000, a copy of which is attached hereto as Exhibit "I" and incorporated as though set forth in full. 2. TERM OF AGREEMENT Engineer to commence within thirty (30) days after the City has authorized work to start by issuance of a Notice to Proceed. Phase I services shall be completed 120 working days after Notice to Proceed unless amended by the City. The Phase II services shall not commence until a Notice to Proceed has been issued for that phase. Phase II services shall be completed 80 working days after Notice to Proceed for Phase II unless amended by the City. 3. STANDARD OF PERFORMANCE Engineer shall complete all work products and design in conformance with Standard Specifications for Public Works Construction (Green Book), 1997 Uniform Building Code and the City of San Bernardino's Standard Drawings. o o o 4. CHANGES/EXTRA SERVICES A. Performance of the work specified in the "Scope of Services", is made an obligation of Engineer under this Agreement, subject to any changes made subsequently upon mutual agreement of the parties. All such changes shall be considered as additional tasks and shall be incorporated by written amendments to this Agreement and include any increase or decrease in the amount of compensation due Engineer for the change in scope. Any change, which has not been so incorporated, shall not be binding on either party. B. No extra services shall be rendered by Engineer under this Agreement unless City authorizes such extra services in writing prior to performance of such work. Authorized extra services shall be invoiced based on the authorized additional task amounts. 5. COMPENSA nON A. Upon satisfactory completion of the work, the Engineer will be paid a lump sum of S265,000.00, in arrears, for all work and services performed under this contract, and upon receipt of itemized invoices, submitted in triplicate to the contract manager. The invoice amount will be based on a percentage completion by task. For the purpose of invoicing, certain tasks may be combined in assessing percentage completion. Engineer will submit an invoice to the City every four (4) weeks. B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity or character of the work to be performed. City and Engineer shall agree upon any such significant alteration in writing before commencement of performance of such significant alteration by Engineer. Any adjustment of the total cost of services will only be permitted when the Engineer establishes and City has agreed in writing that there has been, or is to be, a significant change in: 1. Scope, complexity, or character of the services to be performed; 2. Conditions under which the work is required to be performed; and 3. Duration of work if the change from the time period specified In the Agreement for Completion of the work warrants such adjustment. C. The Engineer is required to comply with all Federal, State and Local laws and ordinances applicable to the work. The Engineer is required to comply with prevailing wage rates in accordance with California Labor Code Section 1770. D. The Engineer agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter I, part 31 et seq., shall be used to determine the allowability of individual items of cost. 2 .' o 10 o E. The Engineer also agrees to comply with Federal procedures in accordance with 49 CFR, Part 19, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. F. Any costs for which payment has been made to Engineer that are determined by subsequent audit to be unallowable under 48 CFR, Federal Acquisition Regulations System, Chapter I, Part 31 et seq., or 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments, are subject to repayment by Engineer to City. G. Any subcontract in excess of $1 0,000, entered into as a result of this contract, shall contain all the provisions of this Article. 6. PAYMENT BY CITY A. The billings for all services rendered pursuant to this Agreement shall be submitted every four (4) weeks by Engineer to City and shall be paid by City within twenty (20) days after receipt of same, excepting any amounts disputed by City. Dispute over any invoiced amount shall be noticed to the Engineer within ten (10) days of billing and a meet and confer meeting for purposes of resolution of such dispute shall be initiated by the City within (10) days of notice of such dispute. Interest of 1-1/2 percent per month (but not exceeding the maximum rate allowable by law) will be payable on any amounts not in dispute and not paid within thirty (30) days of the billing date, payment thereafter to be applied first to accrued interest and then to the principal unpaid amount. On disputed amounts, interest shall accrue from thirty (30) days of the invoice date if the amount in dispute is resolved in favor of the Engineer. All tasks as specified in Exhibit "I" shall be completed prior to final payment. B. Section 9-1.1 0 of the Cal- Trans Standard Specifications is hereby specifically waived and not applicable to this Agreement. The parties hereto otherwise agree not to be bound by any other requirements for binding arbitration of any dispute arising hereunder. Disputes shall be resolved by agreement of the parties, or upon the failure of such agreement, by direct application to the Courts. C. No payment will be made for any work performed prior to approval of this contract by City and issuance by City of Notification to Proceed. 7. SUPERVISION AND ACCEPTANCE OF SERVICES A. The Director of Development Services of City, or his designee, shall have the right of general supervision over all work performed by Engineer and shall be City's agent with respect to obtaining Engineer's compliance hereunder. No payment for any services rendered under this Agreement shall be made without prior approval of the Director of Development Services or his designee. 3 -' o o o 8_ 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, age, handicap or national origin. Engineer shall comply with all State and Federal Civil Rights Laws in its hiring practices and employee policies. Such action shall include, but not be limited to, the following: recruitment and recruitment advertising, employment, upgrading, and promotion. 9. TERL\1INA nON OF AGREEMENT A. This Agreement may be terminated by either party upon thirty- (30) days' written notice in the event of substantial failure of the other party to perform in accordance with the terms of this Agreement. Each party shall have twenty (20) days following date of such notice within which to correct the substantial failure, giving rise to such notice. In the event of termination of this Agreement, City shall within thirty (30) days pay Engineer for all the fees, charges and services performed to City's satisfaction by Engineer, which finding of satisfaction shall not be unreasonably withheld. Engineer hereby covenants and agrees that upon termination of this Agreement for any reason, Engineer will preserve and make immediately available to City, or its designated representatives, maps, notes, correspondence, or records related to work paid for by the City and required for its timely completion, and to fully cooperate with City so that the work to be accomplished under this Agreement may continue within forty-five (45) days of termination. Any subsequent use of such incomplete documents, other than their originally intended use, shall be at the sole risk of the City, and the City agrees to hold harmless and indemnify Engineer from any claims, losses, costs, including attorney's fees and liability arising out of such use. Engineer shall be compensated for such services in accordance with Exhibit "2". B. This agreement may be terminated for the convenience of the City upon thirty-(30) days written notice to Engineer. Upon such notice, Engineer shall provide work product to City, and City shall compensate Engineer in the manner set forth above. C. Following the effective date of termination of this Agreement pursuant to this section, the Agreement shall continue until all obligations arising from such termination are satisfied. 10. CONTINGENCIES In the event that, due to causes beyond the control of and without the fault or negligence of Engineer, Engineer fails to meet any of its obligations under this Agreement, and such failure shall not constitute a default in performance, the City may grant to Engineer such extensions of time and make other arrangements or additions, excepting any increase in payment, as may be reasonable under the circumstances. Increases in payment shall be made only under the "changes" provision of this Agreement. Engineer shall notify City within three (3) days in writing when it becomes aware of any event or circumstances for which it claims or may claim an extension. 4 o o o II. INDEPENDENT CONTRACTOR Engineer shall act as an independent contractor in the performance of the services provided for under this Agreement. Engineer shall furnish such services in its own manner and in no respect shall it be considered an agent or employee of the City. 12. ASSIGNMENT OR SUBCONTRACTING Engineer may not assign this Agreement, or any portion without the written consent of City. Any attempt by Engineer to assign or subcontract any performance of this Agreement without the written consent of the City shall be null and void and shall constitute a breach of this Agreement. All subcontracts exceeding S I 0,000 shall contain all provisions of this contract. 13. NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Engineer and City: ENGINEER CITY Mr. Gary Antocucci T.Y. Lin International- McDaniel 1535 South "Dn Street, Suite 120 San Bernardino, CA 92408 Mr. Gary Van Osdel Executive Director of ED A 200 North "En Street San Bernardino, CA 92418 14. RESPONSIBILITIES OF PARTIES A. The Engineer may reasonably rely upon the accuracy of data provided through the City or its agents. B. Upon completion of all work under this contract, ownership and title to all reports, documents, plans, specifications, and estimates produced as part of this contract will automatically be vested in the City and no further agreement will be necessary to transfer ownership to the City. C. It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine readable form are intended for one-time use in the construction of the project for which this contract has been entered into. D. The Engineer is not liable for claims, liabilities or losses arising out of, or connected with, the modification or misuse by the City of the machine readable information and data provided by the Engineer under this agreement; further, the Engineer is not liable for claims, liabilities or losses arising out of, or connected with, any use by the City of the project documentation on other projects, for additions to this project, or for the completion of this project by others, excepting only such use as may be authorized, in writing, by Engineer. 5 o o o E. For the purpose of determining compliance with Public Contract Code Section lOllS, et. seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et. seq., when applicable, and other matters connected with the performance of the contract pursuant to Government Code Section 8546.7, the Engineer, subconsultant, and the City shall maintain all the books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to, the costs of administering the contract. All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. The State, the State Auditor, FHW A, or any duly authorized representative of the Federal government having jurisdiction under Federal laws or regulations (including the basis of Federal funding in whole or in part) shall have access to any books, records, and documents of the Engineer that are pertinent to the contract for audits, examinations, excerpts, and transactions, and copies thereof shall be furnished ifrequested. 15. CONSTRUCTION COST ESTIMATES A. Any opinion of the construction cost prepared by Engineer represents his judgement as a design professional and is supplied for the general guidance of the City. Since Engineer has no control over the cost of labor and material, or over competitive bidding or market conditions, Engineer does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to the City. 16. COVENANT AGAINST CONTINGENT FEE Engineer warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Engineer for the purpose of securing business. For breach or violation of this warranty, City shall have the right to ternlinate this Agreement in accordance with the clause permitting termination for cause and, at its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 17. HOLD HARMLESS CLAUSE A. Engineer shall indemnify, defend and hold free and harmless the City, its officers, and its employees from all claims, damages, costs, expenses, and liability, including, but not limited to, attorney's fees imposed upon them for any alleged infringement of patent rights or copyrights of any person or persons in consequence of the use by City, its officers, employees, agents, and other duly authorized representatives, of programs or processes supplied to City by Engineer under this Agreement. 6 o o o 19. B. The prevailing party in any legal action to enforce or interpret any provisions of this Agreement will be entitled to recover from the losing party all reasonable attorneys' fees, court costs, and necessary disbursements in connection with that action. The costs, salary, and expense of the City Attorney and members of his office, in connection with that action shall be considered as attorneys' fees for the purposes of this Agreement. 18. INDEMNITY Engineer shall indemnify, defend and hold harmless City from and against any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees), and liabilities, of, by, or with respect to third parties, which arise solely from Engineer's negligent performance of services under this Agreement. Engineer shall not be responsible for, and City shall indemnify, defend, and hold harmless Engineer from and against, any and all claims, demands, suits, actions, proceedings, judgements, losses, damages, injuries, penalties, costs, expenses (including attorney's fees) and liabilities of, by, or with respect to third parties, which arise solely from the City's negligence. With respect to any and all claims, demands, suits, actions, proceedings, judgements, losses, damages, injuries, penalties, costs, expenses (including attorney's fees) and liabilities of, by or with respect to third parties, which arise from the joint or concurrent negligence of Engineer and City, each party shall assume responsibility in proportion to the degree of its respective fault. LIABILITY/INSURANCE Engineer shall maintain insurance policies meeting the minimum requirements set forth herein. All insurance maintained by the Engineer shall be provided by insurers satisfactory to the City. Certificates evidencing all insurance coverage required herein shall be delivered to the City prior to the Engineer performing any of the services under this Agreement. All insurance certificates required herein shall name the City as an additional insured and provide for thirty (30) days written notice form the insurer to the City prior to cancellation of any insurance policy of the Engineer. A. Errors and Omissions - The Engineer shall maintain errors and omissions insurance with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. B. Comprehensive General Liabilitv and Automobile Insurance - The Engineer shall maintain comprehensive general liability and automobile liability insurance with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. C. Worker's Compensation Insurance - The Engineer shall maintain worker's compensation insurance in accordance with the laws of the State of California for all workers employed by the Engineer. 7 o o o 20. VALIDITY Should any provision herein be found or deemed to be invalid, this Agreement shall be construed as not containing such provision, and all other provisions which are otherwise lawful shall remain in full force and affect, and to this end the provisions of this Agreement are declared to be severable. 21. ENTIRE AGREEMENT This Agreement represents the entire and integrated agreement between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, understandings, and agreements, whether written or oral, with respect to the subject matter thereof. This Agreement may be amended only by written instrument signed by both parties. III III 8 c o AGREEMENT FOR Professional Services with T. Y. Lin International-McDaniel, Inc. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date written above by their duly authorized officers on their behalf. CITY OF SAN BERNARDINO BY: Judith Valles, Mayor City of San Bernardino ATTEST: BY: Rachel Clark, City Clerk City of San Bernardino T.Y. Lin International-McDaniel, Inc. BY: Signature NAME: TITLE: Approved as to form and legal content: JAMES F. PENMAN City Attorney () ! t:/1~ I ; o ....// 9 o o o Exhibit 1 CITY OF SAN BERNARDINO 5-Level Parking Structure Seismic Retrofit July 17, 2000 SCOPE OF SERVICES The scope of services will include two basic phases. The first phase will be Strategy and Schematic Design. The second phase includes Final Design and the services required during the Bidding Process and Construction. Services will include the following: Phase I - Strategy and Schematic Design TASK 1 - REVIEW OF LOCAL AND REGIONAL SEISMICITY The purpose of this portion of the work is to evaluate the geotechnical hazards that could potentially affect the site of the parking structure. This includes the potential for strong seismically induced ground shaking. Ground motion estimates will be determined for two (upper and lower) levels of seismic shaking corresponding to 10 and 50 percent probabilities of being exceeded during a 50-year period. In addition, the Maximum Credible Earthquake that may occur at the site will also be determined. Ground motion levels will be estimated using a standard probabilistic seismic hazard model. Accordingly, two smoothed site-specific response spectrum curves will be developed for 2- and 5 percent damping to be used in the seismic evaluation. Recent data by CSMIP Strong-Motion Record for the 1992 Landers and Big Bear earthquakes and the more recent Hector Mines 1999 earthquake will be considered. Other potential hazards to be investigated include the potential for surface displacement, lateral spreading, and seismic soil settlement and differential compaction. TASK 2 - GEOTECHNICAL STUDY The overall objective of the geotechnical study is to evaluate the subsurface conditions and existing foundation data at the parking structure and to assess the potential geotechnical/seismic risk. The scope of work will include the following: . Original drawings of the parking structure will be reviewed to determine pile foundation configurations and capacities. Overall soil stability will also be evaluated. . Review of the available soil reports for the parking garage, which includes the reports developed by C.H.J. Incorporated (No. 7422-6), dated 1/18/1968, C.H.J. report No. 8408-3 dated 12/17/1968, and C.H.J. report No. 891224-3 dated 1/31/1990. . Foundation stiffness characteristics will be prepared as input to the structural evaluation. Combined dead, live and seismic loading acting on the pile foundations will be compared to the available capacity to determine the inelastic demand ratio. Consideration will also be given to potential constructability problems with regard to possible foundation retrofit work. Scope of Work 5-Level Parking Structure July 17.2000 Page 1 of6 o o o TASK 3 - DEVELOPMENT OF CRITERIA FOR SEISMIC EVALUATION AND RETROFIT The purpose of this task is to develop specific criteria for analysis and retrofit of the parking structure. First, the structure will be evaluated based on UBC 1997, which is the current governing code. However, it is recognized that it may not be possible to satisfy all requirements of the 1997 UBC since it is only applicable for the design of new buildings, rather than the evaluation of existing structures. The design team will conduct meetings with City officials to finalize the evaluation and retrofit criteria in light of the new and expected changes to the building codes and design guidelines for retrofit of existing structures. The criteria should also consider the limited funds assigned to this project. It is expected that the criteria will focus on providing a performance-based evaluation and design that will provide a balance between the new stringent code requirements and the available funds for this project. Based on the funds available, and the cost estimate of the upgrade work, the criteria may be relaxed to achieve life safety objectives during the 50 percent in 50 year seismic event, which will result in less expensive retrofit measures. In all seismic events, collapse prevention should be considered as a minimum requirement. TASK 4 - REVIEW OF ASUBFL PREVIOUS STUDY Under this task the previous study report by ASUBFL will be thoroughly reviewed. This includes the structural calculations and computer models, and making appropriate changes in light of new codes and regulations such as 1997 UBC, and the upcoming National Code (IBC) 2000, which may be adopted during the design of this project. It is noted that the analysis performed by ASUBFL is based on ETABS computer models. A limitation of the ETABS model is that it does not include the effects of vertical acceleration that may be caused by the nearby San Andreas or San Jacinto faults. Also the adjacent ramps leading to the multiple levels are difficult to include in the ETABS computer model. At this time it appears that a SAP2000 computer model may be more adequate to address the major structural concerns of this structure. It is noted that some of the structural concerns (that became evident after the Northridge earthquake) were not addressed in the ASUBFL report, such as the requirement for chord reinforcement, pounding, interaction with peripheral structures, vertical acceleration, etc. This task will include examining such considerations in order to capture the accurate dynamic characteristics of the structure. TASK 5 - REVIEW OF EXISTING CONDITIONS Under this task an inspection of the current condition of the parking structure will be performed to identify deviation from the original plans and specifications (as-built), to determine the level of recent deterioration and cracking, and to correct any problems observed or identified. The ASUBFL report identified several areas of serviceability concerns such as the deterioration of the expansion joints and the cracking and spalling of concrete elements. These areas will be surveyed and mapped. Remediation procedures will be developed and included in the final project construction documents. Scope of Work 5-Level Parking Structure July 17,2000 Page 2 of6 o o o TASK 6 - TESTING (OPTIONAL) If necessary, based on field review of the structure performed in Task 5, a testing program will be developed to assess suspected areas of unsound concrete, corrosion, or other potential deterioration. A recommended testing program and associated cost estimate will be prepared and reviewed with City staff for concurrence. A well-qualified testing laboratory will be retained as a subconsultant to perform the necessary tests and prepare a summary report. TASK 7 - DETAILED STRUCTURAL REVIEW A detailed analytical investigation of the parking structure will be performed using the site specific response spectra identified in Task 1. The scope of structural review will include the following: . Structural analyses will be performed using 3-D computer analysis programs. Forces, displacements, and stresses in key structural members will be computed. Demand/capacity ratios will be developed based on both UBC code requirements, as well as ultimate member capacities. This will be compared with allowable ratios needed to achieve the performance objectives developed in Task 3. Response spectra for both the upper and lower earthquake levels will be utilized in the analysis. . A nonlinear analysis (Pushover) will be considered for the structural analysis in addition to static and dynamic analyses. This is required to more accurately estimate the behavior of various structural components subjected to maximum structural drift. This is considered an important step for this particular parking structure since the structural lateral resisting system consists of moment frames, which usually impose relatively large seismic drift. . The compatibility between the gravity system and the lateral resisting system will be also studied. Dynamic evaluation will be performed to examine the performance of the gravity system as it deforms with the structure during strong seismic shaking. . The force distribution between existing lateral resisting systems (i.e. the various orthogonal moment frames) during strong ground motion will be carefully examined. Most of the columns in the parking structure are considered parts of the moment frames in both directions. . The force transfer through diaphragms and their rigidity and capacity for transferring seismic forces will be evaluated. The relatively large span of the diaphragms (slabs) of this parking structure will exhibit lateral in-plane deformation, which should be considered. Included will be study the adequacy of the drag elements, chord reinforcement, and the existing structural details at the interface between diaphragms and moment frames. It is noted that the concrete topping slab of the existing parking structure is only 2.5 inches, which provides minimal concrete cover for the chord reinforcement. . Seismic performance at the expansion joints during seismic shaking of the diaphragm, which is connected by the rubber sealant at the joints, will be examined. Some of this sealant was previously damaged and repaired. The original design for the expansion Scope of \Vork 5-Level Parking Structure July 17. 2000 Page 3 of6 o o o joints as shown in the drawings does not appear to be capable of sustaining large seismic movements. . The seismic performance of the peripherals attached to the parking structure, which includes ramps, stairs, and nonstructural elements, will be examined. Also examined will be the precast elements, which are connected at the exterior facades and the stairs of the parking structure. The adequacy of the connections of these architectural elements in accommodating seismic displacements will be evaluated. . The overturning potential of the pile foundation and the possible effects of soil-structure interaction will be assessed. It is noted that the entire parking structure is supported on pile foundations. Piles in general have large capacity in resisting axial forces (tension or compression) but have limited resistance to carry lateral seismic shear forces. . The effect of vertical acceleration on the floor beams, supports, and columns will be thoroughly examined. One of the lessons learned from recent earthquakes (including the Northridge earthquake) is that significant vertical acceleration may be generated from nearby faults, which will increase the seismic stresses imposed on the structures. . Because of the large spans of the parking structure we will study torsional effects on the behavior of the structure, including consideration of any plan or elevation irregularities. . In addition to the structural considerations, the seismic risk to mechanical and electrical systems attached to the parking structure, including lighting fixtures, light poles, signs, etc., which may cause falling hazards during strong seismic shaking, will be assessed. . Finally, the behavior of the parking structure will be compared with similar parking structures damaged during recent earthquakes such as the Northridge earthquake. TASK 8 - 3-D ANALYSIS OF NEW STRUCTURAL SYSTEMS Based on the results of the previous tasks, potential retrofit strategies will be developed that address the structural concerns and satisfy the seismic criteria of the project. The three- dimensional model prepared in Task 7 will be modified to represent each scheme. The main objective of the retrofit strategy will be to provide a cost-effective solution that results in acceptable seismic behavior. ASUBFL recommended two schemes of retrofit, which include strengthening the moment frames, or adding shear walls. Both systems will be evaluated. Other schemes will be considered as well, such as using the existing non-structural walls (which are essentially separated from the moment frames), to provide shear resistance. The impact of seismic drift and the interaction between the parking structure and the adjacent peripherals will be examined. The study of the ramps, bridges, and staircases may conclude that retrofit measures are needed. In such case, the needed upgrade will be developed in order to satisfy the seismic criteria of the project. TASK 9 - SELECTION OF THE FINAL RETROFIT STRATEGY (CONCEPTUAL DRAWINGS) The culmination of the strategy confirmation phase will be publishing of a Seismic Retrofit Strategy Report that documents the confirmation process. This report, which will serve as an update to the 1994 ASUBFL report, will include a discussion of the alternative retrofit measures and strategies considered and those recommended along with the rationale for selection. The Scope of Work 5~Le\lel Parking Structure July 17,2000 Page 4 of6 o o o report will also include a discussion of constraints on construction access and operations and will include a written plan for sequencing the construction work and for locations for hoist equipment, formwork staging and concrete equipment staging. The Strategy Report will be submitted initially in draft form and will be followed by a Strategy Meeting with City officials. At this meeting the team will present the recommended strategy and construction phasing plan and the updated construction cost estimate. Based on comments and suggestions at the Strategy Meeting, the Strategy Report will be updated and resubmitted for final review and approval. TASK 10 - CONSTRUCTION PHASING ANALYSIS To assist the City in making decisions regarding funding and sequencing of project construction, a Construction Phasing Analysis will be prepared. The analysis will include evaluation of interim levels of improvement that can be constructed to incrementally improve the seismic performance of the parking structure as construction funds become available. Recommendations for various construction packages will be made, supported with preliminary cost estimates for each combination. Presentation of the phasing analysis will be made concurrently with the Strategy Meeting in Task 9. After the meeting, comments and suggestions will be incorporated and a final Construction Phasing Analysis submitted. Phase II - Final Design TASK 11 - PREPARATION OF CONSTRUCTION DOCUMENTS (PS&E) The selected retrofit strategy of the previous phase will be incorporated into the final design plans. This task includes the following major sub-tasks: . Prepare the project schedule for all design phase work and perform project management, including preparation of timely progress reports. . Prepare detailed construction documents including engineering plans, technical specifications and special conditions for this project. Progress documents will be prepared which include the 30%, the 60%, and the 100% documents. All drawings will be developed using the latest CADD computer programs and will include all the architectural and engineering disciplines of the project. . Prepare the project technical specifications which will also include the Standard SpeCifications for Public Works Construction (green book), latest edition. . Prepare plans for sequencing requirements in order to minimize construction impact on the ongoing parking operations. Prepare traffic impact study recommendations in regards to circulation of traffic in the parking structure in order to optimize the use of the structure during construction. Areas available to the construction contractor for laydown, hoist equipment, formwork staging, and concrete equipment will be also provided in the plans and specifications. . Submit all plans, specifications, and design calculations to applicable regulatory agencies. Respond to plan checks comments. Scope of Work 5-Level Parking Structure July 17,2000 Page 5 of6 o o o . Prepare a final cost estimate of the construction, which includes breakdown of unit items. . A parking operations subconsultant will evaluate the impact on the retrofit scheme on the overall operation of the parking facilities. The subconsultant will provide the needed remediation measures in the final construction documents. . A quality control/quality assurance program (described below) will be provided to confirm attainment of the goal of producing the desired seismic performance during required levels of ground shaking identified in this scope. TASK 12 - SUPPORT DURING BIDDING PROCESS The design team will assist during the bidding phase of the project as needed. This will include attendance at a Pre-Bid Meeting, review and response to Requests for Information, and assistance in review of bids and recommendation for award. Services during construction are not included in this scope of services. QUALITY ASSURANCE I QUALITY CONTROL T.Y. LinlMcDaniel will implement a detailed quality assurancelquality control program. The program will require review of all engineering work by a QA/QC manager who is qualified in this type of review. The main objective of this program is to satisfy the City's needs for quality work expected from a reputable firm of our size, and also to limit the exposure of both the company and the City from problems that may arise during construction. The QA/QC manager will be in continuous contact with the Project Manager, Mr. Gary Antonucci. He will also develop guidelines for satisfying all of the City's technical and procedural requirements. Scope of Work 5-Level Parking Structure July 17.2000 Page 6 of6 .' o o o Exhibit 2 Fee Pro osal Seismic Retrofit of the City of San Bernardino 5-Level Parking Structure July 17, 2000 Phase I - Strate!:y and Schematic Desi!:n (1) Review Local Seismicity and Provide Site-specific Response Spectrum (2) Geotechnical Study (3) Criteria Development (4) Review of Previous Studies (5) Review of Existing Conditions (6) Testing (Optional) (7) Detailed Structural Review of Existing Structure (8) 3-D Analysis of New Structural System (9) Selection of Retrofit Scheme (Conceptual Drawings) (10) Construction Phasing Analysis Subtotal $8,000 $12,000 $10,000 $ I 0,000 $5,000 $12,000 $45,000 $25,000 $20,000 $14.000 $161,000 Phase II - Final Desi!:n (lIa) (lIb) (lIc) (lId) (lIe) (111) (11 g) (12) Meetings and Coordination (Projeet Management) 30% Structural Drawings 60% Structural Drawings 100% Structural Drawings Specifications Cost Estimate Plan Check Reviews Support During Bidding Process Subtotal TOTAL $8,000 $25,000 $25,000 $25,000 $6,000 $5,000 $5,000 $5.000 $104,000 $265,000 Construction Phase Services: Dependent on the scope of retrofit and team's involvement during construction. To be negotiated at a later date. '- . . ., , . September 22, 2000 Mr. Gary Antocucci T.Y. Lin lnternational- McDaniel 1535 S. "D" Street, Suite 120 San Bernardino, CA 92408 Dear Mr. Antocucci, At the Mayor and Common Council meeting of September 18, 2000, the City of San Bernardino adopted Resolution 2000-292 - Resolution authorizing the execution of an agreement for professional services with T Y. Lin International for seismic retrofit of the Agency's five-level parking structure. Enclosed is one (1) original agreement. Please sign in the appropriate location and return the original agreement to the City Clerk's Office, Attn: Michelle Taylor, P.O. Box 1318, San Bernardino, CA 92402, as soon as possible. Please retain a copy of the executed agreement for your files. Please be advised that the resolution and agreement will be null and void if not executed by November 17,2000. If you have any questions, please do not hesitate to contact me at (909)384-5002. Sincerely, Michelle Taylor Senior Secretary ( ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** t' . RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): q'-\55-00 Item# e'3~ Resolution # ZCJ::n-2. q-z... Vote: Ayes 1- 'I Nays -G- Abstain.g-- Absent -e Change to motion to amend original documents: Reso. # On Attachments: / Contracttenn: - Null/Void After: t:tV. n I ?.1)C)C) Date Sent to Mayor: q-'2..0 ,00 Date Returned from Mayor: q - d.t-c:cJ Date of Clerk's Signature: q-,;lI-oO Reso. Log Updated: / Date of Mayor's Signature: q.~"C><:) Seal Impressed: / Date Memo Sent to Department for Signature: .-- See Attached: _-nate Returned: Date Letter Sent to Outside Party for Signature: q-'Z.'Z.-<X:l 60 Day Reminder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: See Attached: / Date Returned: '0- 30-00 See Attached: See Attached: Note on Resolution of Attachment stored separately: _ Direct City Clerk (circle I): PUBLISH, POST, RECORD W/COUNTY Date: See Attached: Yes / No By Yes No ---L By Yes NO-L By Yes No v By Yes No / By Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429. 6433,10584,10585,12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): City Attorney Copies Distributed to: / Code Compliance Dev. Services EDA /' Finance / MIS Parks & Rec. Police Public Services Water Others: Notes: BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term. etc.) Ready to File: ~ Date: 10- 30 --ex)