Loading...
HomeMy WebLinkAbout05.L- Public Works 5.L RESOLUTION (ID # 4454) DOC ID: 4454 A CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Agreement/Contract From: Chris Alanis M/CC Meeting Date: 06/06/2016 Prepared by: Michael Grubbs, (909) 384- 5140 Dept: Public Works Ward(s): 1,3 Subject: Resolution of the Mayor and Common Council of the City of San Bernardino Approving Contract No. 16-1001511, Assignment and Assumption Agreement with the San Bernardino Associated Governments (SANBAG) for the Development of the Mount Vernon Avenue Grade Separation Over the BNSF Railway Intermodal Yard Project (SSO4-12). (#4454) Current Business Registration Certificate: Not Applicable Financial Impact: There will be no financial impact from this transfer; however, it will be necessary for the City to continue to pay AECOM Technical Services, Inc. for work under the current Agreement for Services until the transfer is effective in August or September of 2016. Motion: Adopt the Resolution. Synopsis of Previous Council Action: 03-01-10 Resolution No. 2010-036 adopted approving Amendment No. 5 to Services Agreement with LAN Engineering Corporation for Project Management of the Mt. Vernon Avenue Viaduct over the BNSF Railroad. 10-20-08 Resolution No. 2008-405 adopted approving Amendment No. 4 to Services Agreement with LAN Engineering Corporation for Project Management of the Mt. Vernon Avenue Viaduct over the BNSF Railroad. 09-17-07 Resolution No. 2007-382 adopted approving Amendment No. 3 to Agreement with LAN Engineering Corporation for Project Management of the Mt. Vernon Viaduct over BNSF Railroad. 12-20-04 Resolution No. 2004-399 adopted approving Amendment No. 2 to Agreement with LAN Engineering Corporation for Project Management of the Mt. Vernon Viaduct over BNSF Railroad and Resolution No. 2004-400 adopted approving Amendment No. 1 with Jones & Stokes for additional environmental services for the Mt. Vernon viaduct over the BNSF Railroad. 03-15-04 Resolution No. 2004-73 authorizing execution of Professional Services Agreement with LAN Engineering Corporation for the Project Management Updated: 5/31/2016 by Jolena E. Grider A Packet Pg. 245 5.L 4454 of the Mt. Vernon Ave. Viaduct over the BNSF railroad in the amount of $49,000. 12-01-03 Adopted resolution approving Professional Environmental Services Agreement with Myra L. Frank and Associates for environmental services related to the Mt. Vernon Bridge Project. 02-16-16 Mayor and Common Council authorized staff to develop a Memorandum of Understanding (MOU) with the San Bernardino Associated Governments (SANBAG) designating SANBAG as Lead Agency for environmental clearance, design, right-of-way acquisition and construction of the Mt. Vernon Avenue Viaduct over the BNSF Railroad (SSO4-12). 05-16-16 Adopted Resolution approving an MOU with SANBAG designating SANBAG as Lead Agency for environmental clearance, design, right-of- way acquisition and construction of the Mt. Vernon Avenue Viaduct over the BNSF Railroad (SSO4-12). Background: The Mt. Vernon Bridge is 1,016 feet long and spans over 20 train tracks. Three of the tracks are owned by Metrolink and carry 60 passenger trains per day. Two of the tracks are used by AMTRAK which run two trains per day under the bridge. The remainder of the tracks are owned by the Burlington Northern Santa Fe Railroad (BNSF). BNSF operates three transcontinental tracks which carry 80 transcontinental trains per day. BNSF has six intermodal strip tracks that operate 24 hours a day seven days a week and carry an average of 12 trains per day. A total of 154 trains operate under the bridge every day. Replacement of the Mt. Vernon Bridge, which was built in 1934, has been a high priority for the City for more than 15 years. In 1997, Caltrans inspectors determined that the bridge had a sufficiency rating less than 50 out of a possible 100. Bridges rated less than 50 are considered to be structurally deficient and functionally obsolete. In 2015, Federal funding in the amount of $92 million for replacement of the bridge was approved by Caltrans. Current Status On May 16, 2016, the Mayor and Common Council adopted a Resolution approving a Memorandum of Understanding with the San Bernardino Associated Governments (SANBAG) designating SANBAG as Lead Agency for environmental clearance, design, right-of-way acquisition and construction of the Mt. Vernon Avenue grade separation over the BNSF Railroad. SANBAG has submitted the attached Contract No. 16-1001511, Assignment and Assumption Agreement for approval by the City. Updated: 5/31/2016 by Jolena E. Grider A Packet Pg.246 5.L 4454 This Assignment and Assumption Agreement will transfer the City's Mt. Vernon Bridge design contract with AECOM Technical Services, Inc. (Services Contract) to SANBAG. Under terms of said Agreement, the transfer will not be effective until the following four actions have been completed: 1. Cooperative Agreement No. 16-1001477 has been duly authorized and executed; and 2. Assignment and Assumption Agreement No. 16-1001511 has been fully executed by all Parties; and 3. The City and AECOM Technical Services, Inc. have amended the expiration date of the Service Agreement to December 31, 2016; and 4. SANBAG has been issued an Authorization to Proceed (E-76) for the Federal Highway Bridge Program (HBP)funding used to fund the Service Agreement. The City is responsible for the first three items and expects to complete them before the end of June 2016. SANBAG is responsible for obtaining transfer of the Federal HBP funds to their control and obtaining Authorization to Proceed from Caltrans. SANBAG expects that process to be completed by September 2016. The City will be responsible for all costs incurred by AECOM Technical Services, Inc. until the Assignment and Assumption Agreement becomes effective. The City will also be responsible for obtaining reimbursement from Caltrans for charges by AECOM Technical Services, Inc. prior to the Assignment and Assumption Agreement effective date. City Attorney Review: Supporting Documents: RESO Assign Assumption Agree with SANBAG (DOC) Agrmt 4454 (PDF) Exhibit "A" Fully Executed PS&E Agreement Mt Vernon Bridge Replacement (PDF) Updated: 5/31/2016 by Jolena E. Grider A Packet Pg. 247 5.L.a ' 1 RESOLUTION NO. 0 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY Q OF SAN BERNARDINO APPROVING CONTRACT NO. 16-1001511, ASSIGNMENT m 3 AND ASSUMPTION AGREEMENT WITH SANBAG AND AECOM TECHNICAL Q SERVICES, INC. FOR THE DEVELOPMENT OF THE MOUNT VERNON AVENUE co 4 GRADE SEPARATION OVER THE BNSF RAILWAY INTERMODAL YARD 3 5 PROJECT (SSO4-12). d E 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE 0 CITY OF SAN BERNARDINO AS FOLLOWS: a 7 8 SECTION 1. The City Manager is hereby authorized and directed to execute on a E 9 behalf of the City, Contract No. 16-1001511, Assignment and Assumption Agreement with N Q 10 SANBAG and AECOM Technical Services, Inc. for the Development of the Mount Vernon E 11 Avenue Grade Separation over the BNSF Railway Intermodal Yard Project (SSO4-12), N 12 d attached hereto as Attachment"A". o 13 14 SECTION 2. The authorization to execute the above-referenced Agreements is o_ 15 rescinded if they are not executed within ninety(90) days of the passage of this Resolution. Ln v v 16 a 17 a 18 19 3 m 20 Q 21 /// o CL 22 23 a HI 24 25 26 �. 27 E 28 a 1 Packet Pg. 248 5.L.a ' RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY 1 OF SAN BERNARDINO APPROVING CONTRACT NO. 16-1001511, ASSIGNMENT 0 2 AND ASSUMPTION AGREEMENT WITH SANBAG AND AECOM TECHNICAL a SERVICES, INC. FOR THE DEVELOPMENT OF THE MOUNT VERNON AVENUE m 3 GRADE SEPARATION OVER THE BNSF RAILWAY INTERMODAL YARD z< 4 PROJECT (SSO4-12). 3 5 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor d E 6 and Common Council of the City of San Bernardino at a meeting rn 7 thereof, held on the day of , 2016, by the following vote, to wit: o 8 a 9 Council Members: AYES NAYS ABSTAIN ABSENT N N Q 10 MARQUEZ as E 11 BARRIOS c, .y 12 VALDIVIA Q r- 0 13 3 SHORETT 0 6 14 NICKEL 15 LO 16 RICHARD 7! 17 MULVIHILL a m z a 18 w 19 3 Georgeann Hanna, City Clerk 20 a 21 The foregoing Resolution is hereby approved this day of 12016. 2 0. 22 E N N 23 a R. Carey Davis, Mayor a� 24 City of San Bernardino Q 25 Approved as to form: p Gary D. Saenz, City Attorney w 26 27 By: E w 28 a 2 Packet Pg.249 �*Lh< Al zl EXHIBIT"A" Fa ASSIGNMENT AND ASSUMPTION AGREEMENT f CONTRACT NO. 16-1001511 x BY AND BETWEEN d THE SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY ! L AND 0 THE CITY OF SAN BERNARDINO AND L AECOM TECHNICAL SERVICES, INC. ° c� MOUNT VERNON AVE. VIADUCT OVER BSNF RAILWAY INTERMODAL YARD m z Q Cn This Assignment and Assumption Agreement Contract No. 16-1001511 (AGREEMENT) 3 is by and between the San Bernardino County Transportation Authority (hereinafter called AUTHORITY), the City of San Bernardino (hereinafter called CITY), and E AECOM Technical Services, Inc. (AECOM). AUTHORITY, CITY and AECOM are each a Party, and collectively Parties to this AGREEMENT. a RECITALS: o w A. CITY and AECOM have entered into an Agreement for Services (SERVICES E AGREEMENT) for the Design of the Mt. Vernon Avenue Overhead Replacement N Project (PROJECT), Bridge No. 54C-0066, CIP Project No. SSO4-012 and Federal a Aid Project No. BRLS-5033 (042), effective as of May 6, 2013 (CITY Ref No, 2013- 81}; E B. CITY and AUTHORITY are entering into a Cooperative Agreement (C161001477) N under which AUTHORITY will provide PROJECT management for the a environmental, design and right of way phases for this PROJECT and will execute a contract amendment to extend SERVICES AGREEMENT term through December ' 31, 2016, prior to this AGREEMENT being executed; m C. In order to receive full benefit of the Services already performed by AECOM, and to have AECOM continue performing Services under the SERVICES AGREEMENT, it is the intent of the Parties that CITY assign and AUTHORITY assume CITY's rights, duties and liabilities in connection with the SERVICES AGREEMENT, and that LO AECOM consent to the assignment and assumption of the SERVICES ItT AGREEMENT, all in accordance with this AGREEMENT. E m a NOW THEREFORE, THE PARTIES HEREBY AGREE: E s 1. CITY hereby assigns to AUTHORITY and AUTHORITY hereby assumes all of the Q CITY's rights, duties and liabilities in connection with the services to be performed under the AGREEMENT that are necessary to complete the PROJECT. Packet Pg.250 5.L.b e EXHIBIT"A" 2. The SERVICES AGREEMENT is attached to this AGREEMENT as Exhibit A and is incorporated herein by this reference. 3. The CITY is responsible for the execution, liabilities, payments and funding for all Services performed prior to and including the execution date of this AGREEMENT. 4. The Recitals set forth above in this AGREEMENT are incorporated into and made a m part of this AGREEMENT. c 0 5. This AGREEMENT is not intended to amend, supersede or modify in any way d funding and respective obligations of CITY and AUTHORITY set forth in the Memorandum of Understanding No. 16-1001476 between CITY and AUTHORITY entered into in May 2016. o 6. This AGREEMENT is not intended to amend, supersede or modify in any way m funding and respective obligations of CITY and AUTHORITY set forth in the Q Cooperative Agreement No. 16-1001477 between CITY and AUTHORITY. Cn 7. This AGREEMENT shall not be effective until Cooperative Agreement No. 16- 3 1001477 has been duly authorized and executed, this AGREEMENT has been fully executed by Parties, the CITY and AECOM have amended the terms of the E SERVICES AGREEMENT through December 31, 2016, and SANBAG has been 2 issued an Authorization to Proceed (E-76) for the Federal Highway Bridge Program Q (HBP)funding used to fund the SERVICES AGREEMENT. c .2 Q. .r•► E -----------------SIGNATURES ON THE FOLLOWING PAGE--------------------------------- N Q C E .y y a 0 0 N d LO LA d' 71 1' to d' d' a+ E L a C 0 E .F+ a 2 Packet Pg.251 1 EXHIBIT"A" SIGNATURE PAGE TO x r, ASSIGNMENT AND ASSUMPTION AGREEMENT NO. 16-1001511 1 BETWEEN k SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY AND m THE CITY OF SAN BERNARDINO o c AND `m AECOM TECHNICAL SERVICES,INC. o E w- SAN BERNARDINO COUNTY CITY OF SAN BERNARDINO a TRANSPORTATION AUTHORITY °D z a m w By: By: .. Ryan McEachron Mark Scott President, Board of Directors City Manager L Q Date: Date: c a E N N APPROVED AS TO FORM: APPROVED AS TO FORM: a Gary D. Saenz, City Attorney E By: B . Eileen Monaghan Teichert a General Counsel = 0 0 By: Jeffery Hill Procurement Manager LO �r v AGREED: E L AECOM a _ a� E By: Name: Title: 3 Packet Pg.252 5.L.b s EXHIBIT"A" EXHIBIT A AGREEMENT FOR SERVICES FOR THE DESIGN OF THE MT. VERNON OVERHEAD REPLACEMENT PROJECT,BRIDGE NO. 54C-0066, CIP PROJECT NO. SSO4-012 AND FEDERAL AID PROJECT NO. BRLS-5033 (042) � BETWEEN CITY OF SAN BERNARDINO AND AECOM TECHNICAL SERVICES, m INC. o f L L tQ V Q m z Q w ..d Q� Q� L Q O Q E N N Q Y E C .y N Q C O O N O mot' tc') d' d' w E L Q w C G1 V tC Q 4 Packet Pg. 253 2013-81 EXHIBIT A AGREEMENT FOR SERVICES FOR THE DESIGN OF THE MT. VERNON AVENUE OVERHEAD REPLACEMENT PROJECT,BRIDGE NO 54C-0066,CIP PROJECT NO. E SSO4-01.2 AND FEDERAL AID PROJECT NO. BRLS-5033 (042). y THIS AGREEMENT is made and entered into this 6 th day of May ,2013 ("Effective Date"),by and between the CITY OF SAN BERNARDINO, a charter city ("City"), E and AECOM Technical Services, Inc. ("Consultant"). a WITNESSETH : c r A. WHEREAS, City proposes to have Consultant perform the design of the Mt. Vernon N Avenue Overhead Replacement Project, Bridge No 54C-0066, CIP Project No. SSO4-012 and Federal Aid Project No. BRLS-5033 (042) as described herein below; and LO B. WHEREAS, City has need of Consultant services to design of the Mt. Vernon Avenue Y Overhead Replacement Project, Bridge No 54C-0066, CIP Project No. SSO4-012 and Federal Aid Project No. BRLS-5033 (042)hereinafter known as "the Project"; and d C. WHEREAS, Consultant has submitted the most responsive and cost effective proposal to design the Project; and D. WHEREAS, Consultant represents that it has that degree of specialized expertise m contemplated within California Goverment Code, Section 37103, and holds all necessary o m licenses to practice and perform the services herein contemplated; and E. WHEREAS, City and Consultant desire to contract for specific services in connection with the project and desire to set forth their rights, duties and liabilities in connection with the services to be performed; and i F. WHEREAS, no official or employee of City has a financial interest, within the provisions w of California Government Code, Sections 1090-1092, in the subject matter of this Agreement. N o. NOW, THEREFORE, for and in consideration of the mutual covenants and conditions a contained herein,the parties hereby agree as follows: X W 1.0. SERVICES PROVIDED BY CONSULTANT ?' U- 1.1. Scope of Services. Consultant shall design the Mt. Vernon Avenue Overhead d Replacement Project, Bridge No 54C-0066, CIP Project No. SSO4-012 and Federal Aid Project No. BRLS-5033 (042), in accordance with the proposal dated April 2013, from Consultant, a 72 copy of which is attached hereto as Attachment"A"and incorporated herein. w 1.2. Professional Practices. All professional services to be provided by Consultant pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily exercised by w a C:\Documents anti Settings\hempeno\Local Sc,tlings\Tc mp\Minute'l"a ay\sanbean<u d uux t tycaC�Jsanbc rna3 di n0cityca.1QM2.conA Work\Attachments\4647doc 1 Packet Pg.254 2013-81 5.Lc EXHIBIT A professional consultants in similar fields and circumstances in accordance with sound = professional practices. Consultant also warrants that it is familiar with all laws that may affect 2 its performance of this Agreement and shall advise City of any changes in any laws that may E affect Consultant's performance of this Agreement. N ¢ 1.3. Warranty. Consultant warrants that it shall perform the services required by this Agreement in compliance with all applicable Federal and California employment laws including, _ but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation insurance and safety Q in employment; and all other Federal, State and local laws and ordinances applicable to the 0 services required under this Agreement. Consultant shall indemnify and hold harmless City from and against all claims, demands, payments, suits, actions, proceedings, and judgments of every N nature and description including attorneys' fees and costs, presented, brought, or recovered against City for, or on account of any liability under any of the above-mentioned laws, which LO may be incurred by reason of Consultant's performance under this Agreement. 1.4. Non-discrimination. In performing this Agreement, Consultant shall not engage in, nor permit its agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, physical handicap, medical condition, marital status, sexual gender or sexual orientation, or any other category protected by law, except as permitted pursuant to Section 12940 of the Government Code. Violation of this provision may result in the imposition of penalties referred to in Labor Code, Section 1735. -L a � m 1.5 Non-Exclusive Agreement. Consultant acknowledges that City may enter into 0 agreements with other consultants for services similar to the services that are subject to this Agreement or may have its own employees perform services similar to those services contemplated by this Agreement. c 1.6. Delegation and Assignment. This is a personal services contract, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior 2, written consent of City. ¢ w 06 Cn 1.7. Business License: The Consultant shall obtain and maintain a valid City Business CL Registration Certificate during the term of this Agreement. v as 3 V 1.8. Duty of Loyalty/Conflict of Interest: The Consultant understands and agrees that x w as the City's Consultant for design of the Mt. Vernon Avenue Overhead Replacement Project, ?• Bridge No 54C-0066, CIP Project No. SSO4-012 and Federal Aid Project No. BRLS-5033 (042), U_ Consultant shall maintain fiduciary duty and a duty of loyalty to the City in performing ¢ Consultant's obligations under this Agreement. Consultant, in performing its obligations under this Agreement, is governed by California's conflict of interest laws, Government Code Section 87100 et seq., and Title 2, California Code of Regulations Section 18700 et seq. r 1.8.1 Prior to performing any services to City under this Agreement, Consultant shall provide the Public Works Department a written list of the Assessor Parcel Numbers and general location or address of any and all real property located in the City of San Bernardino in which r C:\Documents ancl5cttinss\hentprnct\L.oi:al Set(inrs\'(rmp\Nino h'Tray\sanbrtnari3ina'i tycaCksanbernardi nod1ycaJQM2.con)\Work\AUachments\4647.kloc 2 Packet Pg. 255 �rr�rrr-, 2013-81 EXHIBIT A Consultant has any ownership interest, or which is the location of any pending project that is a = source of income for Consultant. Consultant shall keep this list current on a monthly basis a during the entire term of this Agreement. E N 1.8.2 Consultant shall not work on any task that is related to any real property that is a w located within 500 feet of any parcel in which Consultant has any ownership interest or which is the location of any pending project that is a source of income for Consultant. E N 1.9. Construction Means and Methods: Consultant shall not supervise, direct or have a control over or responsibility for the construction work performed by the CITYs construction o contractors. Consultant is not responsible for contractor's construction means and methods unless Consultant has specified such means and methods as part of the approved contract N documents. Consultant is not responsible for such construction contractors' safety measures, W precautions, and programs including enforcement of Federal and State safety requirements. LO 2.0. COMPENSATION AND BILLING w _ a� 2.1 Cost Princii)als CL �v A. The Consultant agrees that the Contract Cost Principles and Procedures, 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., shall be used to determine the allowability of cost individual items. m B. The Consultant also agrees to comply with federal procedures in accordance c with 49 CFR, Part 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments. C. Any costs for which payment has been made to Consultant that are determined E by subsequent audit to be unallowable under 48 CFR, Federal Acquisition Regulations System, Chapter 1, Part 31.000 et seq., are subject to repayment by Consultant to the City. Q w 2.2 The method of payment for this contract will be based on lump sum. The total Cn lump sum price paid the consultant will include compensation for all work and deliverables, a_ including travel and equipment described in Section 1.1 Scope of Services of this contract. No additional compensation will be paid to the Consultant, unless there is a change in the scope of the work or the scope of the project. In the instance of a change in the scope of work or scope of w the project, adjustment to the total lump sum compensation will be negotiated between the 21 Consultant and the City. Adjustment in the total lump sum compensation will not be effective U- until authorized by contract amendment and approved by the City. w 2.3 Progress payments may be made monthly in arrears based on the percentage of work completed by the Consultant. If Consultant fails to submit the required deliverable items w according to the schedule set forth in the Statement of Work, the City shall have the right to delay payment and/or terminate this Agreement in accordance with the provisions of Section 4.0 E Term and Termination. r w c:\Documents and Set tings\hem peno\Local Scltings\"ramp\Minu leTraq\saiilici•nardinoci f.OM2.coni\Work\Attachments\4W.�Ioc 3 Packet Pg. 256 2013-81 EXHIBIT A 2.4 The Consultant shall not commence performance of work or services until this = contract has been approved by the City and notification to proceed has been issued by the City's .2 Contract Manager. No payment will be made prior to approval of any work, or for any work E performed prior to approval of this contract. N a 2.5. The Consultant will be reimbursed, as promptly as fiscal procedures will permit, but in no event greater than 60 days after receipt by the City's Contract Manager of itemized = invoices in triplicate. Invoices shall be submitted no later than 45-calendar days after the performance of work for which the Consultant is billing. Invoices shall detail the work Q performed on each milestone, on each project as applicable. Invoices shall follow the format c stipulated for the Cost Proposal and shall reference this contract number and project title. Final invoice must contain the final cost and all credits due the City that include any equipment 0 purchased under the provisions of Section 8.0 Equipment Purchase of this contract. The final invoice should be submitted within 60-calendar days after completion of the Consultant's work. LO Invoices shall be mailed to the City's Contract Manager at the following address: IRT Robert Eisenbeisz, City Engineer City of San Bernardino 300 N. "D" Street CL San Bernardino, CA 92418 d 2.6. The total amount payable by the City shall not exceed $3,104,088.00, in accordance with Attachment B, the Fee Proposal, attached and incorporated herein. m c 0 2.7. All subcontracts in excess of$25,000 shall contain the above provisions. 2.8. Records and Audits. For the purpose of determining compliance with Public Contract Code 10115, 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 8546.7; the Consultant, subcontractors, and the City shall maintain all books, documents, papers, accounting records, and other evidence pertaining to the Q performance of the contract, including but not limited to, the costs of administering the contract. 06 All parties shall make such materials available at their respective offices at all reasonable times aa.. during the contract period and for three years from the date of final payment under the contract. a The state, the State Auditor, City, FHWA, or any duly authorized representative of the federal government shall have access to any books, records, and documents of the Consultant that are w pertinent to the contract for audit, examinations, excerpts, and transactions, and copies thereof a shall be furnished if requested. Subcontracts in excess of$25,000 shall contain this provision. U- Q 3.0. TIME OF PERFORMANCE X W 3.1. Commencement and Completion of Work. The obligation to perform the professional services to be performed pursuant to this Agreement shall commence within five (5) W days from the Effective Date of this Agreement. Said services shall be performed in strict compliance with the Work Schedule attached hereto as Attachment "C" dated March 20, 2013, Q C:\DocumentsMILI ellinfs\hempcno\L.ixal .;ettings\Tcm 1)\N1inuhf Traa\sa.nhcrnaedinoCil��ca Cosanbemar ciinocityca.IQN92.com\Work\1ltlachmenls\�647.�1nc 4 Packet Pg.257 2013-81 EXHIBIT A ry{ and incorporated herein. Failure to commence work in a timely manner and/or diligently pursue = work to completion may be grounds for termination of this Agreement. E 3.2. Excusable Delays. Neither party shall be responsible for delays or lack of N performance resulting from acts beyond the reasonable control of the party or parties. Such acts shall include,but not be limited to, acts of God, fire, strikes, material shortages, compliance with laws or regulations, riots, acts of war, or any other conditions beyond the reasonable control of a = party. in N Q 4.0. TERM AND TERMINATION o 4.1. Term. This Agreement shall commence on the date approved by the City Manager and continue through June 30, 2016, unless previously terminated as provided herein or as W otherwise agreed to in writing by the parties. LO v 4.2. Notice of Termination. The City reserves and has the right and privilege of v canceling, suspending or abandoning the execution of all or any part of the work contemplated by this Agreement, with or without cause, at any time, by providing thirty (30) days written notice to the Consultant. The termination of this Agreement shall be deemed effective thirty days after receipt of the notice of termination by Consultant. In the event of such termination, Consultant, upon receipt of said notice, shall immediately stop rendering services under this Agreement unless directed otherwise by the City. L 4.3. Compensation. In the event of termination, City shall pay Consultant for reasonable costs incurred and professional services satisfactorily performed up to and including the date of City's written notice of termination. Compensation for work in progress shall be prorated as to the percentage of work completed as of the effective date of termination in accordance with the fees set forth herein. In ascertaining the professional services actually rendered hereunder up to the effective date of termination of this Agreement, consideration shall be given to both completed work and work in progress, to complete and incomplete drawings, a and to other documents pertaining to the services contemplated herein whether delivered to the w City or in the possession of the Consultant. N 4.4 Documents. In the event of termination of this Agreement, all documents d prepared by Consultant in its performance of this Agreement including, but not limited to, finished or unfinished design, development and construction documents, data studies, drawings, w maps and reports, shall be delivered to the City within ten (10) days of delivery of termination 21 notice to Consultant, at no cost to City. Any use of uncompleted documents without specific LL written authorization from Consultant shall be at City's sole risk and without liability or legal Q expense to Consultant. r 5.0. INSURANCE w r 5.1. Minimum Scope and Limits of Insurance. Consultant shall obtain and maintain during the life of this Agreement all of the following insurance coverages: C:\Do('unient5 and Srttinfs\hcompeno\[.Deal SPttill l�S\lPnll)\tV'11T1U tl'('1'iltl\tial1�CYllll"ClIMCF tTCa(Bgalll)(:F'l1A YCh n(1CIt,+Cil.�nll'��•CUnI��NOI'�:\/�tt21C111S1CnFS\4fvJ7.ilo(.' 5 Packet Pg.258 2013-81 EXHIBIT A (a) Comprehensive general liability, including premises-operations, o products/completed operations, broad form property damage, blanket a contractual liability, independent contractors, personal injury with a policy E limit of not less than One Million Dollars ($1,000,000.00), combined N single limits,per occurrence and aggregate. Q d (b) Automobile liability for owned vehicles, hired, and non-owned vehicles, c with a policy limit of not less than One Million Dollars ($1,000,000.00), •y combined single limits,per occurrence and aggregate. Q r_ O (c) Workers' compensation insurance as required by the State of California. 0 (d) Professional errors and omissions ("E&O") liability insurance with policy W limits of not less than One Million Dollars ($1,000,000.00) combined LO single limits, per occurrence and aggregate. Consultant shall obtain and maintain, said E&O liability insurance during the life of this Agreement and for three years after completion of the work hereunder. aD 5.2. Endorsements. The comprehensive general liability insurance policy shall contain a or be endorsed to contain the following provisions: (a) Additional insureds: "The City of San Bernardino and its elected and appointed boards, officers, agents, and employees are additional insureds m with respect to this subject project and contract with City." 0 L d (b) Notice: "Said policy shall not terminate, nor shall it be cancelled, nor the coverage reduced, until thirty (30) days after written notice is given to ; City." E a� d (c) Other insurance: "Any other insurance maintained by the City of San a Bernardino shall be excess and not contributing with the insurance w provided by this policy." a 5.3. Certificates of Insurance. Consultant shall provide to City certificates of insurance showing the insurance coverages and required endorsements described above, in a form and content approved by City, prior to performing any services under this Agreement. w" 5.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, t_ the indemnification provision contained in this Agreement, or the extent to which Consultant a may be held responsible for payments of damages to persons or property. r X 6.0. GENERAL PROVISIONS w 6.1. Entire Agreement. This Agreement constitutes the entire Agreement between the E parties with respect to any matter referenced herein and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing, and signed by Q (..:\UOC'LUn(`ntti and Settinfs\henzpcn<\L(xal 5vttings\Temp\Minute'fray\sanbcrnardinoc:i l�caCri?sanEx rnard.in(cilyca.IQMlcom\Work\Altachmrnls\4647.d0o. 6 1 Packet Pg. 259 2013-81 EXHIBIT A the parties in interest at the time of such modification. The terms of this Agreement shall prevail = over any inconsistent provision in any other contract document appurtenant hereto, including a exhibits to this Agreement. £ N 6.2. Representatives. The Director of Public Works or his designee shall be the Q representative of City for purposes of this Agreement and may issue all consents, approvals and directives on behalf of the City, called for by this Agreement, except as otherwise expressly = provided in this Agreement. v, N Q Consultant shall designate a representative for purposes of this Agreement who 0 shall be authorized to issue all consents, approvals and directives on behalf of Consultant called for by this Agreement, except as otherwise expressly provided in this Agreement. y m 6.3. Project Managers. City shall designate a Project Manager to work directly with � Consultant in the performance of this Agreement. r Consultant shall designate a Project Manager who shall represent it and be its agent in all consultations with City during the term of this Agreement. Consultant's Project d Manager shall attend and assist in all coordination meetings called by City. a d 6.4. Notices. Any notices, documents, correspondence or other communications concerning this Agreement or the work hereunder may be provided by personal delivery, -� facsimile or mail and shall be addressed as set forth below. Such communication shall be ca served or delivered: a at the time of delivery if such communication is sent by personal o deemed s ) r- and b) at the time of transmission if such communication is sent by facsimile; and c) 48 d hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such > communication is sent through regular United States mail. �. d IF TO CONSULTANT: IF TO CITY: Mr. Mohan Char, Ph.D., P.E. Mr. Robert Eisenbeisz, P.E. Vice President City Engineer W AECOM 300 North"D" Street 06 in 999 W Town& Country Road San Bernardino, CA 92418 Orange, CA 92868 °1 Tel: (714) 567-2539 Tel: 909-384-5140 Fax: (714) 567-2441 Fax: 909-384-5080 ,X a 6.5. Attorneys' Fees. In the event that litigation is brought by any party in connection LL with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. The costs, salary and expenses of the City Attorney and w members of his office in enforcing this contract on behalf of the City shall be considered as "attorneys' fees"for the purposes of this paragraph. E U 6.6. Governing Law. This Agreement shall be governed by and construed under the Q C:\Iku•uri�c:nts euiil Settincs\hempeno\Loral Setlifigs\'Tem{�\Mimtte'1'ray\sarihcrnasilinocitycal a>sanbc�rnitrcfiaiocityca.l�h92.cum\Work\�\ttachments\4Cxi7.�toc 7 Packet Pg.260 2013-81 EXHIBIT A laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto Q agree that the sole and exclusive venue shall be a court of competent jurisdiction located in San E Bernardino County, California. a 6.7. Assignment. Consultant shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of Consultant's interest in this Agreement without c City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance .N shall be void and shall constitute a breach of this Agreement and cause for termination of this Q Agreement. Regardless of City's consent, no subletting or assignment shall release Consultant of o Consultant's obligation to perform all other obligations to be performed by Consultant hereunder for the term of this Agreement. Ix 6.8 Indemnification and Hold Harmless. Consultant shall protect, defend, indemnify LO and hold harmless City and its elected and appointed officials, officers, and employees from any and all claims, liabilities, expenses, including attorney fees, damage to property or injuries to or w death of any person or persons or damages of any nature including, but not by way of limitation, all civil claims or workers' compensation claims, arising out of or in any way connected with the intentional or negligent acts, errors or omissions of Consultant, its employees, agents or a subconsultants in the performance of this Agreement. d 6.9. Independent Contractor. Consultant is and shall be acting at all times as an -a independent contractor and not as an employee of City. Consultant shall secure, at its expense, M and be responsible for any and all payment of Income Tax, Social Security, State Disability 0 Insurance Compensation, Unemployment Compensation, and other payroll deductions for Consultant and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. _ 6.10 Ownership of Documents_. All findings, reports, documents, information and data including, but not limited to, computer tapes or discs, files and tapes furnished or prepared by a Consultant or any of its subconsultants in the course of performance of this Agreement, shall be w and remain the sole property of City. Consultant agrees that any such documents or information 06 shall not be made available to any individual or organization without the prior consent of City. a Any use of such documents for other projects not contemplated by this Agreement, and any use of incomplete documents, shall be at the sole risk of City and without liability or legal exposure to Consultant. City shall indemnify and hold harmless Consultant from all claims, damages, E; losses, and expenses, including attorneys' fees, arising out of or resulting from City's use of such ? documents for other projects not contemplated by this Agreement or use of incomplete Ei documents furnished by Consultant. Consultant shall deliver to City any findings, reports, documents, information, data, in any form, including but not limited to, computer tapes, discs, files audio tapes or any other Project related items as requested by City or its authorized representative, at no additional cost to the City. w c 6.11 Public Records Act Disclosure. Consultant has been advised and is aware that all E reports, documents, information and data including, but not limited to, computer tapes, discs or U files furnished or prepared by Consultant, or any of its subconsultants, and provided to City may a C::\[documents auul5ettings\hi mpenc\l..ocal SetEings\Temp\Minute'1'ray\sar 1.ernardincn:ity,ca((asanbc rnarctinncit.vca.FQN12.ck)tii\Work\Atuichments\4647,doc 8 Packet Pg. 261 2013-81 EXHIBIT A be subject to public disclosure as required by the California Public Records Act (California c Government Code Section 6250 et. seq.). Exceptions to public disclosure may be those a documents or information that qualify as trade secrets, as that term is defined in the California E Government Code Section 6254.7, and of which Consultant informs City of such trade secret. N The City will endeavor to maintain as confidential all information obtained by it that is Q designated as a trade secret. The City shall not, in any way, be liable or responsible for the disclosure of any trade secret including, without limitation, those records so marked if disclosure = is deemed to be required by law or by order of the Court. N a 6.12. Responsibility for Errors. Consultant shall be responsible for its work and results o under this Agreement. Consultant, when requested, shall furnish clarification and/or explanation as may be required by the City's representative, regarding any services rendered under this a Agreement at no additional cost to City. In the event that an error or omission attributable to W Consultant occurs, then Consultant shall, at no cost to City, provide all necessary design LO drawings, estimates and other Consultant professional services necessary to rectify and correct T the matter to the sole satisfaction of City and to participate in any meeting required with regard c to the correction. aD 6.13. Prohibited Employment_. Consultant shall not employ any regular employee of a City while this Agreement is in effect. W w 6.14. Order of Precedence. In the event of an inconsistency or conflict in this Agreement and any of the attached Exhibits or Attachments, the terms set forth in this m c Agreement shall prevail. ° c L d 6.15. Costs. Each party shall bear its own costs and fees incurred in the preparation and } negotiation of this Agreement and in the performance of its obligations hereunder except as expressly provided herein. E as d 6.16. No Third Party Beneficiary Rights, This Agreement is entered into for the sole Q benefit of City and Consultant and no other parties are intended to be direct or incidental w beneficiaries of this Agreement and no third party shall have any right in, under or to this y Agreement. 6.17. Headings. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or W accurate description of the content thereof and shall not in any way affect the meaning or ?' interpretation of this Agreement. U- a 6.18. Construction. The parties have participated jointly in the negotiation and drafting w of this Agreement. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties w and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this E Agreement. w r C:\Documents and Scttin�s\hcntpcto\Local Settings\'frmp\Mina/:Crag\sar�1?einardinocil�ca(sauabernardinocil�ca.lQTv42.com\1Nork\Attachments\4647.doc 9 Packet Pg.262 2013-81 EXHIBIT A 6.19 Amendments. Only a writing executed by the parties hereto or their respective 2 successors and assigns may amend this Agreement. a E 6.20. Waiver. The delay or failure of either party at any time to require performance or N compliance by the other of any of its obligations or agreements shall in no way be deemed a ¢ waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative E of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy ' with respect to any occurrence or event shall not be deemed a waiver of any right or remedy with a respect to any other occurrence or event,nor shall any waiver constitute a continuing waiver. o .2 6.21. Severability. If any provision of this Agreement is determined by a court of N competent jurisdiction to be unenforceable in any circumstance, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the e, LO offending provision in any other circumstance. 6.22. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed together and shall E 0 constitute one agreement, t° CL m 6.23. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so, the parties hereto are formally bound to the provisions of this M c Agreement. °c F d 6.24 Damages. The Parties agree to waive any rights to incidental or consequential > and punitive damages arising out of performance under this Agreement whether in torts or in contracts or in law or in equity. E as 7.0 SUBCONTRACTING Q A. The Consultant shall perform the work contemplated with resources available co within its own organization; and no portion of the work pertinent to this contract shall be a subcontracted without written authorization by the City's Project Manager, except that which is d expressly identified in the approved Fee Proposal. CD X W B. Any subcontract in excess of$25,000 entered into as a result of this contract, shall a contain all the provisions stipulated in this contract to be applicable to subcontractors. U- C. Any substitution of subcontractors must be approved in writing by the City's w Project Manager. X w 8.0 EQUIPMENT PURCHASE a� E A. Prior authorization in writing by the City's Project Manager is required before the Consultant enters into any unbudgeted purchase order, or subcontract exceeding $5,000 for r C:\Documents amt settings\hempeno\Local 5ettinl \Temp\Minutcfl'ray\sanbernardinodt?ca lMSanhesn<�rciinod tyca.lQM2.com\Work\Atuichnxmts\4W.doc 10 Packet Pg.263 2013--81 EXHIBIT A supplies, equipment, or services. The Consultant shall provide an evaluation of the necessity or = 0 desirability of incurring such costs. w a E B. For purchase of any item, service or consulting work not covered in the y Consultant's Fee Proposal and exceeding $5,000, prior authorization by the City's Project a Manager is required; three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified. E a� N C. Any equipment purchased as a result of this contract is subject to the following: Q "The Consultant shall maintain an inventory of all nonexpendable property. Nonexpendable o property is defined as having a useful life of at least two years and an acquisition cost of$5,000 or more. If the purchased equipment needs replacement and is sold or traded in, the City shall N receive a proper refund or credit at the conclusion of the contract, or if the contract is terminated, ix the Consultant may either keep the equipment and credit the City in an amount equal to its fair market value, or sell such equipment at the best price obtainable at a public or private sale, in accordance with established City procedures; and credit the City in an amount equal to the sales price. If the Consultant elects to keep the equipment, fair market value shall be determined at the Consultant's expense, on the basis of a competent independent appraisal of such equipment. aD Appraisals shall be obtained from an appraiser mutually agreeable to by the City and the U CL Consultant, if it is determined to sell the equipment, the terms and conditions of such sale must be approved in advance by the City." 49 CFR, Part 18 requires a credit to Federal funds when participating equipment with a fair market value greater than$5000.00 is credited to the project. -a m` D. All subcontracts in excess $25,000 shall contain the above provisions. c L d 9.0 CONFIDENTIALITY OF DATA A. All financial, statistical, personal, technical, or other data and information relative to the City's operations, which are designated confidential by the City and made available to the Consultant in order to carry out this contract, shall be protected by the Consultant from unauthorized use and disclosure. Q w 06 B. Permission to disclose information on one occasion, or public hearing held by the n. City relating to the contract, shall not authorize the Consultant to further disclose such information, or disseminate the same on any other occasion. X W C. The Consultant shall not comment publicly to the press or any other media a regarding the contract or the City's actions on the same, except to the City's staff with Consultant's own personnel involved in the performance of this contract, at public hearings or in Q response to questions from a governmental committee. D. The Consultant shall not issue any news release or public relations item of any w nature, whatsoever, regarding work performed or to be performed under this contract without prior review of the contents thereof by the City, and receipt of the City's written permission. 0) u E. Any subcontract entered into as a result of this contract shall contain all of the r provisions of this Section. a C.\Ducu�tirnts and Scttins.;s\hemprno\1,c�ca] Settings\"i•e mp\t v9inute`f'ra�}\sanbernarclinaclh cafNSanbernardinncilyca.IQ�92.cum\Work\Attachments\4647.doc 11 Packet Pg. 264 2013-51 EXHIBIT A 0 F. All information related to the construction estimate is confidential, and shall not 0. be disclosed by the Consultant to any entity other than the City. E 10.0 REBATES,KICKBACKS OR OTHER UNLAWFUL CONSIDERATION a v The Consultant warrants that this contract was not obtained or secured through rebates kickbacks E or other unlawful consideration, either promised or paid to any City employee. For breach or violation of this warranty, City shall have the right in its discretion; to terminate the contract a without liability; to pay only for the value of the work actually performed; or to deduct from the o contract price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. ox 11.0 PROHIBITION OF EXPENDING LOCAL AGENCY STATE OR FEDERAL LO FUNDS FOR LOBBYING A. The Consultant certifies to the best of his or her knowledge and belief that: 1. No state, federal or local agency appropriated funds have been paid, or will be paid by-or-on behalf of the Consultant to any person for influencing or attempting to influence an officer or employee of any state or federal agency; a Member of the State Legislature or United States Congress; an officer or employee of the Legislature or Congress; or any employee of a Member of the Legislature or Congress, in connection with the awarding of any state or 2 federal contract; the making of any state or federal grant; the making of any state or federal ca loan; the entering into of any cooperative agreement, and the extension, continuation, renewal, c amendment, or modification of any state or federal contract, grant, loan, or cooperative agreement. 2. If any funds other than federal appropriated funds have been paid, or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency; a Member of Congress; an officer or employee of Congress, or an employee of a Member of Congress; in connection with this federal contract, grant, loan, or cooperative w agreement; the Consultant shall complete and submit Standard Form-LLL, "Disclosure Form to N Report Lobbying," in accordance with its instructions. a v d w B. This certification is a material representation of fact upon which reliance was CD placed when this transaction was made or entered into. Submission of this certification is a w prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, US. 21 Code. Any person who fails to file the required certification shall be subject to a civil penalty of U_ not less than $10,000 and not more than $100,000 for each such failure. Q w C. The Consultant also agrees by signing this document that he or she shall require that the language of this certification be included in all lower-tier subcontracts, which exceed w $100,000, and that all such sub recipients shall certify and disclose accordingly. a� E C:\DOC11101tS 111d Settings\hcmpeno\Local Srtlings\'i'cizp\iv9inute'1'rah\Sanbernacdinoc:ifyriCusanbernarclinocitvca.IQ?v12.con�\Work\Attaclvuents\4(r37.doc 12 Packet Pg.265 2013--$1 EXHIBIT A AGREEMENT FOR SERVICES FOR THE DESIGN OF THE MT. VERNON AVENUE _ OVERHEAD REPLACEMENT PROJECT, BRIDGE NO 54C-0066, CIP PROJECT NO. .2 SSO4-012 AND FEDERAL AID PROJECT NO. BRLS-5033 (042). E N IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by Q and through their respective authorized officers, as of the date first above written. E _ CITY OF SAN BERNARDINO, CONSULTANT ' A Municipal Corporation AECOM Technical Services, Inc. 0 w 0 N By Allen ker, City Manager r Signature LO Pre 01 S .. Name and Title 6� M Q m W m M Approved as to form: m` James F. Penman, 0 City Attorney By: 7 E a� L Q W 06 Cn a. v a� U d X W LL Q t X W G Gf E V :4 Q Q\Documents and Settings\hempen\Local Settings\Temp\Minu teTray\sanbcrna rdinoc i tycaC�sanbe rna rdinocih ca.IQM2.a>m\Work\Attachments\4647.d«c 13 Packet Pg.266 0 sa N N Q w C d _ .N N Q _ O O O N N d' C Lo O E O ATTACHMENT "A" �L SCOPE OF SERVICES 0 L Y C Y _ d E Q) d L ¢ _w W a a� v d x w U- w x w c CD E w Packet Pg. 267 SCOPE OF WORK _ a FOR E N CONSULTANT SERVICES FOR Q PLANS,SPECIFICATIONS,AND ESTIMATES (PS&E) AND RIGHT-OF-WAY ACQUISITION a� N FOR Q MOUNT VERNON AVENUE OVERHEAD REPLACEMENT PROJECT BRIDGE NO. 54C-0066 N m CIP PROJECT NO. SSO4-012 v FEDERAL AID PROJECT NO.BRLS-5033 (042) v APRIL 2013 �. c w E a) 1.1 PROJECT DESCRIPTION 1° a Q a! 1.1-1 Background The City of San Bernardino (City) has obtained funding through the Federal Highway m Bridge Program(HBP) program for replacement of the Mount Vernon Avenue Overhead(Bridge c No. 54C-0066) Bridge Replacement Project. The HBP funding will be matched by local funds. > Currently, the City is proceeding with development of the Plans, Specifications, and Estimates c (PS&E) for the replacement of the grade separation Project at the Burlington Northern Santa Fe E d Railway (BNSF) Intermodal Yard, Southern California Regional Rail Authority ( SCRRA or Metrolink), AMTRAK and Mount Vernon Avenue, in the City of San Bernardino, in San Bernardino County, California. For purpose of this Scope of Work, the structure to be replaced n. will be referred to as the Mount Vernon Avenue Bridge. 2 m x U1 1.1-2 Location and Limits The Mount Vernon Avenue Bridge is located between 2nd and 51' Streets on Mount e_ Vernon Avenue in the City of San Bernardino. s x w 1.1-3 Statement of Intent r Subject to the conditions contained in the Request for Proposal (RFP), it is the intent of E the City to award a professional services Agreement to provide engineering services including c N a 1 of 91 Packet Pg.268 5.L.c supplemental environmental document support, preparation of PS&E, right-of-way engineering 0 0- and support during construction of the grade separation Project. E N N Q w 1.1-4 General Project Description and Purpose The Mount Vernon Avenue Bridge was constructed in 1934 and is 1,016 feet long and 49 a, N feet wide. It carries four traffic lanes, two in each direction with raised sidewalk adjacent to Q traffic lanes on each side. The lane widths and sidewalk widths are substandard. The bridge has o 5 been rated by the California Division of Structure Maintenance & Investigations as Structurally 0 0 Deficient and Functionally Obsolete. In 2004, Caltrans established the Sufficiency Rating for the bridge as 2.0 after cracks were found in the main steel girders support the bridge. The bridge v 7t- was closed by the City for 6 months while timber shoring supports were installed to carry loads , _ in the vicinity of the cracks. In 2008, the City enacted an Ordinance prohibiting commercial E o� U trucks from using the bridge. `—° CL a� a: The purpose of the Project is to replace the existing overhead bridge to improve seismic -� L performance, provide standard vertical clearance over the rail tracks and comply with AASHTO m 0 roadway cross section standards. An environmental document has been developed and includes F geometries for replacement of the overhead bridge and both approaches. The Consultant is to establish and confirm the geometries for the Project and subsequently develop all necessary construction documents and approval to build the Project. a� L rn Q The Consultant will be tasked to provide the following services in connection with the 06 a. Mount Vernon Avenue Bridge Replacement Project: m W • Design the replacement of the existing bridge over BNSF /SCRRA/AMTRAK lines. x W • Design all necessary roadway improvements to provide 4 lanes of traffic, curbs, >1 sidewalk on each side, street lights and protective bridge railing simulating the U- historic architecture of the existing 1934 bridge. • Design two Shoofly Tracks in the BNSF yard (including intermodal yard elements X W and modifications). _ • Design retaining walls. E s • Conduct Geotechnical, Material and Foundation Investigations and prepare Reports Q 2 of 91 Packet Pg.269 • Complete Phase It Hazardous Waste Investigation,Recommendations, and Mitigation o o. implementations. E N • Design drainage modifications. • Conduct utility research and facilitate necessary relocations • Design signage and signalization to include modifications to the existing traffic signal N at 2°d Street and Mount Vernon Avenue. Design traffic and Pedestrian detour analysis, recommendations and design. o w • Design and coordinate Bridge Demolition and Construction Staging with minimum o m impact to the BNSF, SCRRA and AMTRAK facilities and operations. v • Conduct aerial topography. v • Conduct design surveys • Prepare engineering documents for acquisition of right-of-way. E • Assist City in right-of-way acquisition (including utility agreements and full v CL d coordination.) as • Design improvements in support of right-of-way acquisition. -� L • Design overhead Bridge Architectural Aesthetics per Memorandum of Agreement m O (MOA)with State Historic Preservation Officer. • Design compliance with National .Pollutant Discharge Elimination System (NPDES) } w including temporary and permanent Best Management Practices (BMP's) • Design landscaping and irrigation system • Design lighting Q w • Coordinate permitting N a. • Facilitate Public Utilities Commission(PUC) Order to Construct a� r • Facilitate PUC and Railroad Construction and Maintenance agreement. • Coordinate with Caltrans Local Assistance Procedures Processing including all w necessary documentation. • Provide design support during construction. • Assist in project close-out. c X W G d E t V R Q 3 of 91 Packet Pg. 270 ° 1.2 STANDARDS ° E 1.2-1 Conflicts/Design Exceptions N In the event that any non-standard features become necessary during the design, w d Consultant shall document and prepare the necessary design exceptions following Caltrans = a� guidelines modified to fulfill requirements of compliance with approval of HBP funding. N Consultant shall certify Project including PS&E in accordance with Caltrans Local Assistance o Procedures. 0 N G) 1.2-2 Plans, Specifications and Estimates (PS&E) PS&E shall be prepared in English units and in accordance with the requirements of the a r City's design policy and procedure documents. The design shall conform to the latest editions of E applicable standards and Caltrans LAPM. The Consultant shall furnish and compile Roadway CD plans electronically in AutoCAD software. The development of the plan sheets will be based on a: engineering design, calculations, investigations,and reports. a, m As part of the work involved in the preparation of the PS&E,the Consultant shall prepare c L Special Provisions pertaining to items of work included in the plans that are not addressed in the > latest edition of Standard Specifications for Public Works Construction for Roadway items of c work, latest edition of Caltrans Standards Specifications and Standard Special Provisions for E d Bridges and Structures items of work, and latest edition of AREMA and BNSF Standards for Railroad items of work. Consultant shall furnish and compile Special Provisions using Microsoft UJ Word conforming to City format and content, including City contract administration a v requirements. X w 1.2-3 Reference Materials 0 Consultant shall utilize the following documents; however the Consultant shall make use a_ Q of additional reference material as appropriate. Consultant shall also be responsible for ensuring w .2 the most recent version of all reference materials are used, including any addenda and errata. w c • A Policy on Geometric Design and Highways and Streets (AASHTO) E • California Public Utilities Commission(CPUC)General Orders Requirements a w 4of91 Packet Pg.271 5.L.c • California Regional Water Quality Control Board Requirements Q. • Manual of Uniform Traffic Control Devices(MUTCD) E • MUTCD California Supplement Q w • Standard Specifications for Public Works Construction(SSPWC) E • Caltrans Right of Way Manual a, .N • City Standard Drawings and Specifications Q _ • Applicable Local Codes and Manuals 0 • Construction Best Management Practices(BMPs) N a� • BNSF Design Guidelines for Industrial Track Projects • BNSF Railway — Union Pacific Railroad Guidelines for Railroad Grade Separation Projects c • BNSF Utility Accommodation Policy E d • SCRRA tII CL • American Railway Engineers Association(AREA) Standards m • American Rail Engineers Maintenance Association (AREMA) Standards -� • Caltrans Local Assistance Procedures Manual (LAPM) CO r- 0 • Caltrans Standard Plans • Caltrans XS Sheets • Caltrans Design Manuals d • Caltrans Standard Specifications and Standard Special Provisions Note: The above listing of standards is not in order of precedence and the Caltrans Q LAPM shall be the controlling document for preparation of the PS&E, unless N a preempted by more specific documents. v a� m 1.3 DESIGN CRITERIA W The following is a general list of specific design criteria, which shall be adhered to. This U. list is not comprehensive and other standards may apply.a 1 . Consultant shall adhere to all criteria Q w .a applicable to the Project as a matter of standard of practice. x W c E U w r-. Q 5 of 91 Packet Pg.272 ° 1.3-1 Drafting CL Structures, Railroad, Roadway and related plans shall be prepared on 24" x 36" plan and E N profile sheets acceptable to the City. The title/signature block shall be provided by the City in Q Y AutoCAD format. The size and clarity of lettering on plan sheets shall require special attention, as final contract plans are half size. The size lettering on plan sheets shall be a minimum of one- U) tenth of an inch in height. Plans,which are illegible or otherwise difficult to read full size and/or Q c after reduction, shall not be accepted. ° Y ° N d 1.3-2 Roadway Consultant shall adhere to City of San Bernardino design policy and standards; however AASUITO Standards shall be met if those are more stringent in compliance with HBP , c ° requirements. aEi ca a m Geometric Approval Drawings w The alignment and geometry will be based on preliminary engineering drawings -a developed during the preliminary engineering / environmental document phase. The alignment CO e ° and geometry shall be in accordance with City design policy and standards, AASHTO Standards and updated traffic analysis. The proposed improvements for this project will provide for two lanes in each direction with left turn pockets at the intersections. The roadway will transition to meet the existing road cross-sections at each end of the project. The design shall provide ADA compliant pedestrian access ramps at all necessary street crossings. The design will ensure Q w adequate access is provided to all adjacent private properties. The road profile will account for y the bridge structure depth and provide for vertical clearances over the railroad tracks per BNSF Y and Metrolink requirements. X W a Roadway Plans/Profiles/Typical Sections ii The alignment and geometry for the PS&E development will be based on geometric Q approval drawings approved by the City. The roadway improvement plans shall consist of detail M plans, profiles, cross sections,and construction details in accordance with the City standards. W r c d E U Y Q 6of91 Packet Pg.273 1 0 The roadway plans shall include the geometric alignment and layout data for the roadway e 0. improvements, lane configurations, pedestrian facilities, structures, and access to adjacent E U) properties. The roadway plans shall be coordinated with the other work elements such as Q r drainage, grading, structures, utilities, signals, and landscaping. _ 9 N Offsite Grading and Improvement Plans Q g a Offsite grading and improvement plans shall specify the reconstruction of the areas o adjacent to the new roadway to accommodate grade changes and transition improvements to the o existing facilities and adjacent sites. Plans shall show reconstruction and new installations of offsite facilities such as driveway reconstruction, parking lot modifications, walls, fences, gates, LO retaining walls, landscaping areas and slopes. Where work occurs outside the right of way, the c re sidents. work shall be coordinated through the City with the property owner, business, and or re E d a d Retaining Wall Improvement Plans d Retaining wall improvement plans shall be prepared showing the plan layout and profile -� L for the retaining wall structures necessary to retain the road embankments. The walls are M 0 assumed to be standard cantilevered concrete walls. The improvement plans will show wall L d sections and wall details. Adjacent grading will be shown on the retaining wall plans. c as E as Signing and Striping Design Plans Consultant shall field check and prepare an existing sign inventory within the project W 06 limits. Existing signs and striping will be modified as required for the proposed roadway n. improvements. Consultant shall prepare traffic signs and striping plans in accordance with the d Manual on Uniform Traffic Control Devises (MUTCD) and the California Supplement. The x W plans will be prepared in conformance with the City requirements. ? U. Traffic Control Pans '= A road closure of Mount Vernon is anticipated due to the constraints of project w construction and BNSF restrictions. Consultant shall prepare traffic detour plans showing the construction zone area, temporary traffic control devices, temporary striping and lane transitions �a w r 7of91 Packet Pg.274 5.L.c to existing, and the removal of all the conflicting pavement markings and signs during C a construction. The necessary detour plans will be prepared to conform to the general requirements E of the City,with consideration for the needs of the Contractor's construction operations. Q c E c Traffic Signal Plans y Consultant shall prepare traffic signal modification plans for the Mount Vernon/2nd 0 Street Intersection. The plans will include existing and proposed traffic signal poles, mast arms, 0 safety lighting, vehicle signal and pedestrian head modifications to conform to the proposed roadway widening, per the current City/State Standards and based on the Manual on Uniform Traffic Control Devises (MUTCD)and the California Supplement. The completed traffic signal facilities and pedestrian crossing facilities at the ultimate locations will meet current City Standards and ADA requirements and will be consistent with the ultimate intersection lane configurations. The modification of the traffic signal will also include replacement of detector w loops, video detection, extension of conduits, and replacement of pullboxes. Consultant shall prepare temporary traffic signal modification plans as necessary during construction to detour m traffic around the construction areas. o c L Q� G Storm Water Pollution Prevention Plan (SWPPP) Consultant shall prepare Storm Water Pollution Prevention Plans to address construction E a� a� BMP needs during the construction stage. Storm Water Pollution Prevention Plans shall be in Q accordance with current NPDES requirements. N a v d A Storm Water Data Report will be prepared to identify all post-construction BMP's to a� be used and applicable BMP design calculations. A BMP exhibit will be included to identify all w the BMP locations. The Consultant will meet with City Road Department Maintenance Division Z. U. to discuss any potential BMP device maintenance issue for the project as well. Q 1.3-3 Roadway Bridge Overhead w Consultant shall adhere to Caltrans design standards and guidelines. E s w Q 8 of 91 Packet Pg. 275 jS.L.c i c 1.3-4 Design Surveys ° CL Consultant shall perform design surveys, including mapping, necessary to complete a E constructible PS&E. This includes horizontal and vertical control drainage surveys, a topographical surveys, cross sections, grid grades, open-ended traverse, profile data sheets, three line profiles, field surveys, and required documentation. Survey work under the bridge may N require permits form the various railroad entities that operate under the bridge. c 0 w 1.3-5 Electrical and Signal Design ,°� d The electrical and signal analysis and design shall be performed by the Consultant for the v Project in accordance with Caltrans Standard Plans and Specifications. Provide lighting plans v for all roadway and bridge improvements as required by the Project. Additionally, Consultant c shall analyze and design temporary and permanent signal and traffic control systems for railroad E U and roadway including detour route. CL d D_ d a� 1.3-6 Right of Way Consultant shall conduct all right-of-way negotiation and acquisition in strict accordance co ° with the Caltrans Local Assistance Program Manual, subject to restrictions noted below. Consultant shall identify preliminary right-of-way impacts including easement requirement and utility facility replacement easements; prepare applicable right-of-way plats, deeds, dedications and other necessary documents for right-of-way acquisition, and submit property d agreements/deeds to the City for acceptance. All communication with property owners, both Q w verbal and written shall be subject to supervision by the City's Real Property Official. All right- N tL of-way documents shall be prepared by the Consultant in the name of the City and shall be approved by the appropriate City Official. The City shall pay the cost of purchasing the right-of- x way. a LL 1.3-7 Utilities Q The Consultant shall conduct existing utility research for all public and private utilities within the project limits to identify, locate, and accurately layout all underground improvements. A Preliminary Utility Conflict Plan shall be prepared to identify the utilities that are in potential E conflict with the project improvements. The Preliminary Utility Conflict Plan shall be utilized to w Q 9of91 Packet Pg.276 S.L.c develop a Pothole Plan, which shall be used to precisely locate and identify the underground o u. utility: horizontally and vertically, material type, and characteristics. Coordination with the E N respective Utility Owners shall be performed to determine their requirements for,and procedures Q to, pothole their facilities. This pothole work will be monitored by the Consultant and once this pothole work is complete the Consultant will compile the results and finalize the pothole plan for a, use by the project team and/or if it is determined that the City shall pothole to locate utilities. If a c it is determined that the City shall pothole, the Consultant shall select a Specialty Pothole o Contractor to perform the pothole services. The Pothole Contractor shall obtain the necessary o 0) permits from BNSF/SCRRA/AMTRAK, the City, and others as necessary, including traffic control plans for the pothole work. This pothole work will be monitored by the Consultant and v once this pothole work is complete, the Consultant shall compile the results and finalize the c m pothole plan for use by the project team. w v ro a The Consultant shall identify all utilities that could potentially conflict with the planned x 0 project, and determine special requirements for facilities including protection, relocation, right- -a of-way, easements and construction. The Consultant shall coordinate with the utility companies °c° 0 to schedule the relocation of the utilities prior to the start of construction. The Consultant will a� schedule and hold separate utility coordination meetings as needed, with the utility company representatives to provide and clarify project information and to monitor their progress with their relocation planning and construction. The Consultant will document all meetings, contacts, L phone calls, and correspondence with regards to the utility coordination; follow Caltrans Local Q w Assistance Guidelines for Utility Relocations as presented in Chapter 13; and maintain a Caltrans 06 recommended filing system for the utility coordination work, which eventually will lead to Right a aD of Way Certification-Utility. Consultant shall prepare a draft Public Utilities Commission(PUC) a� application and coordinate necessary meetings on behalf of the City. w Consultant shall design City owned utility relocations, such as sewer, water and street lights. Consultant shall design the City Utility relocations per the City's standards. Consultant Q shall perform the necessary coordination to define the City's utility relocation requirements. The Consultant may be held responsible for the cost of delays incurred while awaiting the w relocation of known and obviously conflicting private or public utilities or facilities that are not d property identified on plans as needing to be relocated during construction. co w Q 10 of 91 Packet Pg.277 5.L.c 0 w a Consultant shall prepare three letters of notification to utilities and submit to the City E Engineer for signature. The first letter shall consist of Project Description, a location map, a Q w detail map and other information as required by the City. The first letter shall be sent to all utility companies that operate in the San Bernardino area. The second letter shall be sent to those 0, .N utility companies that indicate a conflict may exist. It will consist of the project description and Q c plans of sufficient detail to allow the utility to precisely determine if a conflict exists and to O determine what measures need to be taken. The third letter is the final notification to utilities N d that have indicated a conflict. It will contain the latest set of plans with instructions to the utility v companies to proceed with any action needed to protect or relocate the conflicting utilities. The City will pay any fee or charges associated with design and/or relocation of utilities if the City is 4) found not to have "Prior Rights". d a CL Note: Potholing under the bridge may require one or more permits from the various W d railroad entities that operate under the bridge. •L m c 0 1.3-8 Landscape and Irrigation Consultant shall develop the landscape and irrigation design within the Project limits in accordance with standards of the City Development of Parks and Recreation. In general, it is proposed to landscape and irrigate all areas within the right-of-way, including all slopes and d parkways. Replacement of landscaping may also be required in areas disturbed by the work that Q W are outside the right-of-way of Mount Vernon Avenue. N a a� 1.3-9 Drainage Consultant shall develop drainage plans in accordance with City and Railroad Design w 1 Standards as applicable. U. �t It is anticipated that additional drainage inlets are needed along the new Mount Vernon bridge and roadway as well as the frontage roads. Plan and profile design for proposed drainage W facilities will be completed according to the City drafting standards. a E U Q II of 91 Packet Pg.278 5.L.c A Drainage Report will be prepared to include delineation of tributary areas for each ° c. proposed drainage inlet, SBCFCD Rational Method hydrology calculation, drainage inlet E calculations by using LACFCD Hydraulic Design Manual and Water Surface Pressure Gradient Q Y (WSPG by LACFCD) calculation for pipe systems to support the design of all proposed drainage 4) facilities. a� .y N Q C The drainage scope above assumes the following: ° 0 m • As-built drawings, where available, for existing public drainage facilities will be v provided by the City. • City will handle the R/W acquisition. • There are no as-built for any existing private drainage facilities. d • Crossings to all existing utilities will require potholing. M a • Revisions or modifications of any Master Drainage Plan or any other offsite m hydrology calculations will not be required. Master Drainage Plan and offsite hydrology is assumed to represent the actual and/or planned drainage conditions. m ° • Rational Method analysis shall be sufficient for design of local drainage facilities. Unit hydrographs calculations for any retention and detention sizing will not be Y required. • Hydrologic and hydraulic data on any Master Drainage Plan facilities is assumed to be correct and no further verification of that data is required. Q w • Sedimentation analyses are not required. • Floodplain Evaluations and FEMA Flood Map Revision (e.g. LOMR/CLOMR) CL Y will not be required. ° v m X w 1.3-10 Coordination with Railroad Operations 'S BNSF, SCRRA and AMTRAK currently operate on lines underneath the bridge. a Coordination with the railroad operations is expected to be a major factor in the design and construction of the removal and replacement of the bridge. Considerable work was done w regarding construction phasing during the Value Analysis. Demolition and new construction E may need to be done form the bridge deck downward because of the railroad restrictions on 2 Q 12 of 91 Packet Pg.279 working in the rail yard. Suggestions have arisen that it may be possible to use the existing o a bridge. If this approach is taken shoring of the existing bridge for construction loading would be E N required. It has also been suggested that a strategy to demolish the existing bridge right away Q w would lead to the quickest bridge replacement method with the least impact to railroad operations. Both of these alternatives will be fully evaluated during the Type Selection phase of N the project. 4 0 Consultant shall be responsible for all aspects of coordination with the railroad entities N aD for removal of the existing bridge and construction of the new bridge. That coordination shall LO include negotiation of a Construction & Operation agreement with the City, Public Utility Commission (PUC) and the railroad entities. All negotiations shall be conducted in the presence Y m of the City Engineer and/or designee. E a 2 GENERAL CONDITIONS AND REQUIREMENTS w a� 2.1 PROJECT GENERAL CONDITIONS AND REQUIREMENTS m` 0 2.1-1 Consultant shall carry out the instructions as received from City Engineer and/or designee and shall cooperate with other agencies, and other consultants working on the Project. _ d E 2.1-2 It is not the intent of the foregoing paragraph to relieve the Consultant of professional responsibility during the performance of this Agreement. In those instances where Q _ w Consultant believes a better design or solution to a problem is possible, Consultant shall N n. promptly notify the City Engineer of these concerns,together with the reasons therefore. Y V X 2.1-3 Consultant shall be responsible for the accuracy and completeness of the reports, plans W specifications, estimates, and related material prepared by Consultant for the Project. Consultant shall independently check and identify the engineer and checker for all such material prior to any submittal. The plans, concepts, reports, and documentation may be E reviewed by City, and/or City's designee for conformity to constructability and overall w Project consistency. Reviews by City, and/or City's designee, BNSF, SCRRA, AMTRAK or other agencies will not include a detailed review or check of design of a 13 of 91 Packet Pg. 280 major components and related details, or the accuracy with which such designs are a depicted on the Plans. 2.1-4 Neither Consultant nor its subcontractor shall incorporate materials, or equipment of single or sole source origin without prior written approval of City. N N Q 2.1-5 The plans, specifications, estimates, calculations, reports, and other documents furnished p under this Project shall be of a quality acceptable to the City, BNSF, SCRRA, AMTRAK o m and other reviewing agencies. The minimum criteria for acceptance shall be a product of neat appearance that is well organized, technically and grammatically correct, and thoroughly checked. The appearance, organization and content of the drawings shall be c to applicable standards. Consultant shall be responsible to bring work up to quality E w required for acceptance of the work by the City and other agencies. o CL d Of a) 2.1-6 The page identifying preparer of engineering reports, the title for specifications and each -a sheet of plans shall bear the professional seal, certificate number and expiration date, rn o registration classification, and the signature of the professional engineer(s) responsible for their preparation; however, signed plans and/or reports shall not be submitted to Caltrans, BNSF, SCRRA or AMTRAK without specific approval of the City Engineer E and/or designee. d a 2.1-7 The Consultant shall maintain a set of Project files that are indexed in accordance with a N filing system accepted by the City. Files shall be maintained in the Course of Project '0 d development electronically. The Consultant shall submit a proposed comprehensive d fling system to City for concurrence. The City may audit filing at intervals it deems w reasonable. U. a 1 - 2.1-8 Upon completion of this Project, all files and correspondence shall be turned over to the City. This includes all working data, field data, and background information used in w creating the Deliverable identified in the Scope of Work. 1 s w Q 14 of 91 Packet Pg.281 5.L.c 2.1-9 Consultant shall submit all final plans on CD ROM in AutoCAD (Version 2007 or later) 2 w O. file format in accordance with specified standards of reviewing agency requirements. E However, the City shall require all drawings in AutoCAD at the conclusion of the Q Y Project. All electronic files shall include the engineer's electronic signature and seal. c a> N 2.1-10 To assist in understanding Agreement objectives and requirements, Consultant shall hold Q regular meetings with the City and stakeholders, as applicable, as needed, and subject to 0 concurrence by the City. If the original established schedule is insufficient, Consultant o a� shall hold additional meetings as necessary. The primary purpose of these meetings is to discuss work objectives, Consultant's work schedule, the terms of the Agreement and v other related issues. In addition, the meetings shall serve as a forum for resolving issues c v related to the PS&E development. E v ro CL 2.1-11 Consultant may establish direct contact with governmental regulatory and resource of agencies and others in order to obtain information,expertise, and assistance in developing -� baseline data and resource inventories. Consultant shall maintain a record of such contact 00 c O and shall transmit copies of those records to City on a regular basis. At a minimum,these records shall be transmitted monthly or more frequently, when the content or extent of Y the records so warrants. _ d E d d 11-12 The City shall retain responsibility for final consultation, both informal and formal, with Q state, federal, BNSF, SCRRA, AMTRAK and local agencies regarding Project N a. permitting, mitigation and compensation proposals. d Y Q 2.1-13 Consultant shall comply with OSHA regulations regarding safety equipment and w procedures. While working on the job site, Consultant's personnel shall wear white hard LL hats, rubber soled shoes, and appropriate safety vests. Consultant shall provide the City a with a copy of its Injury and Illness Prevention plan(IPP)and evidence of training. X w 2.1-14 Consultant shall designate a California Land Surveyor as Surveys Manager who shall coordinate Consultant's surveying operations. The Surveys Manager shall be responsible Y Q 15 of 91 Packet Pg. 282 0 Iw for all matters related to Consultant's surveying operations, but shall coordinate with 2 w a Consultant's Project Manager. N N Q w 2.1-15 Surveys performed by Consultant shall conform to the requirements of the Land Surveyors Act and per City's direction. In accordance with the Act, "responsible charge" a, .N for the work shall reside with a pre January 1, 1982, Registered Civil engineer or a a Licensed Land Surveyor, in the State of California. 0 0 N m 2.1-16 Where this Scope requires Consultant to prepare and submit studies, reports, plans, etc., to the City and other agencies, these materials shall be submitted in draft form to the City first and the opportunity provided for the City to review the item prior to submittal to the d reviewing agency. E U Q 2.1-17 Throughout the design the Project, Consultant shall consider least cost alternatives analysis for major Project components, where appropriate. •L m 0 2.1-18 The City Engineer or designee shall administer Consultant Agreement and provide general direction to Consultant. Consultant is responsible for providing a Quality > Assurance Program. City, SCRRA, BNSF and other agencies are only responsible for providing verification of Independent Quality Assurance of the PS&E, require reports, and work product. Q w 06 m a. 3 STATEMENT OF WORK 0 This Statement of Work Section encompasses all the tasks including optional tasks for w the execution of the Mount Vernon Avenue Overhead (Bridge No. 54C-0066) Bridge 0 LL Replacement Project during PS&E and Right-of-Way Acquisition Phases. Q TASK I -PROJECT MANAGEMENT/COORDINATION/ADMINISTRATION w Performed by AECOM Team d E U r Q 16 of 91 Packet Pg.283 S.L.c _ This covers Project management services including the requirements for meetings, o e. schedules,progress reports, invoicing, and administration of Consultant's work. E N N Q r Task 1.1 -Project Management Plan WBS IOO.15.OS, Performed by AECOM Team a� 'N N Within 14 days of the Notice to Proceed, Consultant shall deliver a comprehensive = 0 Project Management Plan to communicate the scope of work, constraints, and technical 0 requirements to all Project participants. The plan shall identify the procedures and technical a o_ requirements that are to be followed in developing the PS&E package. The Project management to plan shall also describe the responsibilities of each participant in the Project. The following items shall be included in the Project Management Plan: E CL d • Project description • Project map a, • Scope of work and task listing m c • Project organization 0 _ • Key Project staff names and responsibilities • Project Schedule(Microsoft Project Critical Path Schedule) c • Applicable design standards and codes listing E a� • Applicable computer software programs Q • Communication procedures W • Project and electronic document ding index a. a v • Quality management procedures • Risk assessment register x w a Prior to distribution, the Project Management Plan or equivalent shall be approved by the U_ Q City Engineer and/or designee. A copy of the Project Management Plan should be given to each Project participant at the beginning of the Project and a meeting shall be held with all W participants to explain all Project requirements. a� E w Y Q 17 of 91 Packet Pg.284 5.L.c Task 1.2 -Coordination/Administration o a WBS 100.15.10, Perfor►ned by AECOM Team E N y Task 1.2.1 -Coordination and Meetings Q d This task includes sub the following subtasks: c Task 1.2.1.1 Project Development Team Meetings (n Task 1.2.1.2 Public Outreach Meetings c Task 1.2.1.3 Railroad Coordination Meetings 0 m Meetings with affected parties shall be held to discuss issues pertinent to analysis, design, ,d U) and effects of the Project. During these meetings, City, Caltrans, BNSF, SCRRA, BNSF and other agencies may provide direction for development of the PS&E, although the City shall E retain sole discretion for overall Project scope and direction. Consultant shall participate in the following meetings: w o: m CD • Monthly Project Development Team (PDT) Meetings with City and stakeholders m shall be held to confirm the preferred grade separation design, similar to Caltrans c L Geometric Approval Drawings and Type Selection. Consultant shall bring progress > plans, status updates, look aheads,project schedules, etc., as appropriate. c • Railroad Coordination meetings shall begin immediately after award of Agreement E a) between the City, Consultant, BNSF, SCRRA and AM'T'RAK. Thereafter meetings shall take place between the City, Consultant, BNSF and SCRRA as needed to W address specific issues, or as otherwise directed by the City. Emergency meetings cn may be called by the City at any time to address pressing issues. A total of 5 meetings are anticipated and budgeted to address railway issues,specifically. x W • Public outreach meetings shall be scheduled as needed and as directed by the City. A total of 3 public outreach meetings are anticipated and budgeted in our fee proposal. "- Additional meetings will be organized and conducted to address issues not covered by w monthly PDT meetings, coordination meetings with the railway stakeholders or x public outreach meetings already budgeted. Additional meetings will be invoiced on W c a time and materials basis. E s U < Q 18 of 91 Packet Pg.285 Consultant Deliverable a Following are meeting materials that Consultant shall be responsible for preparing and E providing: ¢ w w E • Meeting scheduling/notices _ .N Ul • Agendas ¢ • Action Item list • Decision log v°, a� • Project Risk Assessment Register with Associated Contingency Factors v • Handouts Iq • Minutes a� • Schedule updates E • Progress plans a d • Work Breakdown Structure(WBS) 0: d rn L m Task 1.2.2—Administration a This task includes the following subtask: Task 1.2.2.1 Encroachment Permits g c d E Following are administrative duties,which shall be performed by Consultant: L • Supervise subconsultants, coordinate, and monitor work for conformance with set Q W standards and policies. d • Apply for and obtain encroachment permits necessary for Consultant to be on the jobsite. v • Apply for and obtain approvals and permits as required. The City will cover the cost w 1 of Permits and processing fees when not waived by the permitting agency. 3 • Prepare, circulate,and file correspondence and memoranda as appropriate. ¢ w • Maintain Project files using the City authorized filing system. • Within Twenty (20) working days of Notice to Proceed, Consultant shall submit the w r draft Project Master Schedule to City Engineer. Section 3.1-3 contains description of E the Master Schedule. U �a 19 of 91 Packet Pg.286 o Task 1.3—Schedule N WBS 100,15.05, Performed by AE,COM Team Q r c m Consultant shall submit the initial draft Project Master Schedule within 20 working days c following Notice to Proceed, Upon approval by City, this schedule shall become the Project N Baseline Schedule. The approved Project Baseline Schedule shall be shown on the Project = 0 Master Schedule updates. The following elements must be included by Consultant in the 0 Schedule: • Work items and Deliverable identified in accordance with a Work Breakdown LO Structures (WBS) as developed by Consultant and approved by the City. • Work items of agencies and other third parties, associated with Project, that may C E affect or be affected by Consultant's activities �v • All reviews per submittal, number of reviews, and duration expected by the o: Consultant based on the Consultant's experience. • The project Master Schedule shall include all data necessary to represent the total CO Project and the critical path shall be clearly identified c L • The order, sequence, and interdependence of significant work items shall be reflected > r on the Project Master Schedule c • The following non-exhaustive list of major tasks shall be used to develop the Project d Master Schedule: Task 1 - Project Management/Coordination/Administration Q w Task 2 - Environmental Document Verification/Supplemental Environmental W Document Support/Regulatory Permitting Task 3 - Site Investigation/Utilities/Mapping/Surveying/Reports X d w Task 4 - Protection of the Santa Fe Smokestack(Deletable Task- TO BE a NEGOTIATED AT A LATER TIME) Task 5 - 30%PS&E Submittal(Type Selection&Geometric ,Approval Drawings) Task 6 -60%PS&E Submittal (unchecked details) x Task 7- 100%PS&E Submittal (checked details) w Task 7a-Camera Ready PS&E Submittal(including RE Pending File) E Task 8- Construction Bidding Phase a 20 of 91 Packet Pg.287 5.L.c Task 9- Construction Support Phase ° a. Task 10 - Project Closeout N Task 1 I -Contingency Q Consultant shall break down tasks into subtasks as warranted. ° 2M .N Monthly schedule updates shall be part of the Progress Report in accordance with the c requirements shown in Section 3.1-4 ° 0 N d Task 1.4 - Progress Reports LO WBS 100.15.10, Performed by AECOM?eum Iq Consultant shall report the progress of the work on a monthly basis based on specific milestones. Progress shall be based on physical percent complete for each task in the approved final Scope of Work and fee. Progress payments shall be based upon percent complete of the individual tasks identified. a, Consultant shall submit one copy of a monthly Progress Report to the City Engineering CO consisting of a written narrative and an updated bar-chart format of the Project Master Schedule. c L The narrative portion of the monthly Progress Report shall describe overall progress of the work, > Y discuss significant problems and present proposed corrective action, and show the status of major c d changes. E a� L This report shall be received no later than the twentieth (20th) calendar day of the month W following the report month. a. a� ° All schedule tasks shall be updated to reflect current percent complete. If the latest x W completion time for a significant work item does not fall within the time allowed by the original 0 Project Master Schedule,the sequence of work and/or duration, with the concurrence of the City U_ Engineer, may be revised by Consultant through concurrent operations, additional staffing or overtime,until the resultant schedule indicates that all significant milestone dates shall be met. x Should, during the course of work, Consultant fall behind in overall performance in w c accordance with the current schedule,a Project management meeting shall be called to determine E the cause. If cause is found to be due to Consultant performance, payment to Consultant may be c a 21 of 91 Packet„Pg.288 withheld pending the submittal of an action plan outlining the step to be taken by the Consultant C a to correct the identified delay(s). The initial Project Master Schedule,reference in Section 3.1-3, E N as agreed to by the City, shall become the Project target. The baseline schedule shall be Q r displayed on the updated Project Master Schedule. Changes to the baseline schedule shall be approved by the City Engineer. N N Q C Task 1.5 - Quality Assurance/Quality Control (QA/QC)Plan 2 WB,5100.15.05, Performed by AECOM Team N a� Consultant shall maintain a Quality Assurance/Quality Control Plan throughout LO LO performance of the services under this Agreement. The QA/QC Plan is intended to endure that reports, plans, studies, estimates, and other documents submitted under the Agreement are complete, accurate, checked, conform to standards, and proofread to meet professional engineering practices in effect at the time of execution of the Agreement, and of a quality a: acceptable to the City. The following quality control elements are required by Consultant throughout the m preparation of PS&E for the Project. L Q� W 1. Provide independent checking and verification of all calculations including adherence c to Caltrans Bridge Independent Check requirements and documentation. E m 2. Provide independent checking, correction, and back checking for all plans. Plans shall be marked clearly as being checked, signifying that the preparation of the material W 06 followed the QA/QC Plan established for the Project. a 3. Route pertinent Project related correspondence and memoranda to affected personnel v and bind in appropriate Project files. X w 4. Establish appropriate means to avoid conflicts and misalignments between both new �. and existing improvements, particularly where several drawings show different elements u- of work in the same area. 5. Consultant shall identify QA reviews within the Project Master Schedule. x 6. The QA/QC Plan shall include a procedure where each deliverable is certified by the w Quality Manager or Project Manager as being prepared and checking in accordance with C the approved QA/QC Plan. _ Q 22 of 91 Packet Pg.289 5.L.c deliverable shall be certified b the Quality Manager or Project Manager as o 7. Each Y Q Y �. 0- being prepared and checked in accordance with the approved QA/QC Plan. E N 8. Consultant's Project Manager or Quality Manager shall be qualified and certified to Q implement the Quality Control and Quality Assurance program. 9. Consultant shall conform to City's independent quality surveillance, monitoring and N audits. Such quality surveillance, monitoring and audits will be performed by the City ¢ designee and may be scheduled or ad hoc. 2 0 W Within 20 working days of receiving the Notice to Proceed, Consultant shall submit a complete copy of the QA/QC Plan to the City Engineer for review. LO _ m E U Task 1.6 - Public Outreach Program t° WBS 100.15.05, Performed by AECOM, Arellano Associates and Thirtieth Street Architects, Inc m a� Consultant may be tasked to assist the City in the community outreach effort during the m project. Consultant has the ability to assist the City with informing residents, businesses, o prone Y Y = L merchants, and the motoring public, as well as elected and City officials affected by the Project. Consultant shall work at the direction of the City of San Bernardino to inform and engage _ a targeted group of stakeholders for this phase of work. Public outreach activities will support E a� and inform the technical process. The proposed public outreach activities include: a W 06 Public Involvement Program a Consultant will prepare a Public Involvement Program(PIP) in consultation with the City 2 of San Bernardino and team. The plan will outline specific tasks, the purpose of these tasks in x W relation to the PS&E, a schedule of public outreach activities, due dates and deliverables associated with each task. The PIP will be the guiding document for informing and engaging U- project stakeholders and will establish communication protocols for the team to conduct outreach Q to a wide range of stakeholders. x W _ (D E s Q 23 of 91 Packet Pg.290 c Stakeholder Database a Consultant will identify and review existing source data files that can be used to compile E N a project database. This data will include elected officials, businesses, residents, resource/regulatory agencies, emergency responders, news media, City/County/School District representatives, chambers of commerce, business groups, neighborhood associations, and other .y stakeholders in the project area. Parcel data also will be obtained for property owners and a c tenants in the project vicinity. ° 0 N N The database will be formatted in Microsoft Access for ease in sorting and tracking various contacts. This format allows reports to be prepared that list the contacts who were invited v and those who actually attended project briefings and meetings. The database and associated reports will be made available to the City of San Bernardino in either Microsoft Excel or PDF E a� formats. Draft and final versions of the database will be prepared in consultation with the project CL team and updated after public meetings and other milestones, or as needed. m as a Interagency and Community Briefings °°° ° Consultant will research opportunities for interagency and ground level community E as stakeholder outreach and prepare a schedule of briefings. Consultant will prepare a master calendar of briefing dates, times, locations, formats, agenda item due dates and briefing participants. Consultant also will schedule the briefings, assist with logistics and document questions or comments made by attendees. These questions and comments will be compiled for a W the project team's consideration. N a. a d Public Meetings v Consultant will plan and coordinate two public meetings to support the PS&E process, w one meeting will be held at the outset of the process to scope out the study technical process and 0 one after the draft results are released to have public review and comment. The meetings will be U. Q ® a forum to obtain stakeholder feedback and to gather input about the benefits and impacts of the w .Q project to the communities. _ X w :.c c as E U R a 24 of 91 Packet Pg.291 1 _ Support activities will include research of meeting locations and availability, 0 Q. coordination of meeting dates and times with the project team, organization of facility details E N (including equipment and insurance, if applicable), preparation of notices and advertisements, a meeting set-up and clean-up, meeting materials (sign-in sheets, comment cards and directional signage), photography, refreshments and preparation of summary reports for each meeting. r__, N Court reporters and translation services will also be provided if needed. Q The goal of the public meetings is to elicit comments from the communities so that the o project technical evaluation is fully vetted with the community. Consultant will ensure that all N as stakeholders have a voice in the process and that diverse interests are represented. If necessary, Consultant is also prepared to conduct a series of one-on-one ad-hoc stakeholder briefings to LO v resolve any issues. m E Q Meeting reports will summarize the findings of each meeting/briefing, identify high M CL priority issues and integrate these comments into the study. Meeting participants will receive W d copies of project materials and will be added to the stakeholder database for future •L m communication. _ 0 L d Collateral/Meetina/Notification Materials and Website > Consultant will develop a set of collateral material to support the PS&E process. a� Materials may include: E a� a� L Q • To the extent that the City of San Bernardino has the project featured as part of their LU main website, Consultant is prepared to provide text copy, graphics, photographs and other project information needed to update the project webpage and announce public v meetings and project schedule. w • A fact sheet to feature key project details, drawings, illustrations, maps and opportunities for public involvement. The fact sheet will be used as a handout at all `_` meetings/briefings and will be posted to the project website if one is prepared. • Meeting notification postcards will be developed to announce the public meetings and x w will be distributed to the project database. 0 E U r+ Q 25 of 91 Packet Pg.;292 • Display and ads will be developed as needed to support the public meetings. Ads will o p Y r CL be placed with local and regional newspapers. E N • Meeting materials will be developed collaboratively with the project team. These a r may include, sign-in sheets, comment and speaker cards, agendas, maps of the alternatives, display boards, PowerPoint presentations slides and meeting signage. a, .N Consultant will work with the City of San Bernardino and team to craft easy to Q understand meeting materials and handouts to support the public outreach process. o Team Coordination(Up to 12 Meetings) 0 Consultant will attend the project kickoff meeting and Project Development Team meetings on an ongoing basis at the direction of the City of San Bernardino and team. v Attendance at these meetings will ensure close coordination with the project team and provide a _ forum for regular updates about public comments, upcoming meetings and the status of public E Q involvement and communication efforts. a d as Task 1.7 -Value Analysis Review -a �L WBS 100.15.05, Performed by AECOM Team 0 _ L A Value Analysis has been completed during the environmental documentation phase of the Project. The Consultant shall review the findings of the Value Analysis (posted on the City's w website) and ensure the PS&E incorporates those recommendations that are consistent with the 0 final PS&E strategy, have the approval of the City, and are approved in the type selection <t process. wars Cn a TASK 2- ENVIRONMENTAL DOCUMENT VERIFICATION AND SUPPLEMENTAL 0 ENVIRONMENTAL DOCUMENT SUPPORT 0 X W Performed by AECOM, ICI%International and Thirtieth Street Architects, Inc �. U. The following tasks identify Environmental scope of work related to the execution of the d Mount Vernon Avenue Overhead (Bridge No. 54C-0066) Bridge Replacement Project during r2 PS&E and Right-of-Way Acquisition Phases. Only those tasks listed below are included. No w other effort is assumed or implied. r w � a 26 of 91 1 Packet Pg.293 i c Task 2.1 - Data Collection a WBS 235.05.05, Performed by AECOM and Thirtieth Street Architects, Inc E N N Consultant shall meet with City, BNSF, SCRRA and AMTRAK staff to review the d Project, including field review with City, SCRRA and BNSF to determine status and quality of E prior Project analyses conducted. Consultant shall obtain existing study reports, topographic N maps, as-built drawings, reports, and other available materials from the City and other agencies, 2 as appropriate. 2 0 N Task 2.1.1 - Develop Bridge Architectural Enhancement Alternatives that meet SHPO MOA v Requirements WBS 235.05.05, Performed by AECOM and Thirtieth Street Architects E aD Consultant shall develop two architectural enhancement alternatives that meet State M CL Historic Preservation Officer (SHPO) Memorandum of Agreement (MOA) requirements. The a, alternatives shall incorporate all requirements as related to the historical nature of the bridge -� listed in the approved environmental document. Consultant shall present these alternatives to the 0a c 0 City to approve a preferred alternative. S Task 2.1.2 -Develop Bridge Lighting Alternatives that meet SHPO MOA Requirements d WBS 235.05.05, Performed by AECOM and Thirtieth Street Architects, Inc rn Consultant shall develop bridge two lighting alternatives that meet SHPO MOA w 06 requirements. The alternatives shall incorporate all requirements as related to the historical n. nature of the bridge listed in the approved environmental document. Consultant shall present 2 these alternatives to the City to approve a preferred alternative. w a Deliverable • Architectural Enhancement and Bridge Lighting Alternatives,two sets Q When Directed to do so, the Consultant shall complete the above Deliverable and 1 distribute copies to various parties and or agencies identified by the City. w c as 1 s r Q 27 of 91 1 Packet Pg 294 1 Task 2.2— Workshop 0 r a WBS 235.05.20, Performed by AECOM, ICF International, and Thirtieth Street Architects, Inc. E N N Consultant shall conduct a workshop with City, BNSF, SCRRA and AMTRAK staff to d review the Project, and report its summary and findings of previous studies. The workshop shall E establish the stage of the Project at which the City approves the Consultant's start of design, and N the procedures to be followed in reviewing the Project with City, BNSF, SCRRA and AMTRAK C a during various stages of the Project. The Consultant shall obtain design criteria from meeting 0 with the City, BNSF, SCRRA and AMTRAK, however, the City shall have final say over design criteria. LO One cultural resources specialist and one environmental generalist will attend one workshop meeting to provide a summary of the findings from the environmental document and E to answer questions related to the project. 0 a as Task 2.2.1 - Develop Bridge Architectural Enhancement Preferred Alternative WBS 235.05.05, Performed by AECOM and Thirtieth Street Architects, Inc. m o Consultant shall incorporate City's comments and update the architectural exhibits for the m approved preferred alternative. Consultant shall prepare a cost estimate for proposed architectural enhancements. E as d Task 2.2.2 - Develop Bridge Lighting Preferred Alternative Q WBS 235.05.05, Performed by AECOM and Thirtieth Street Architects N a Consultant shall incorporate City comments and update the architectural exhibits for the d 0 approved preferred alternative. Consultant shall prepare a cost estimate for proposed bridge x w lighting. w Deliverable • Architectural Enhancement and Bridge Lighting Preferred Alternative, two sets When Directed to do so, the Consultant shall complete the above Deliverable and w distribute copies to various parties and or agencies identified by the City. E r r Q 28 of 91 Packet Pg.295 5.L.c _ Task 2.3 - Supplemental Environmental Document (Deletable Task - TO BE NEGOTIA7Z'D AT o c. A LATER TIME) WBS 235.05.20, Performed by AECOM and ICF International a w c a� Should there be changes in the Project description from the approved environmental c document, Consultant may be required to prepare supplemental documents in support of the N environmental clearance effort. The scope of work for this task shall be determined and c 0 discussed as required. An amendment to the Consultant's Agreement shall be executed if 0 determined necessary by the City. Task 2.3.1 - Design Review/State Historic Preservation Officer(SHPO) Consultation w WBS 235.05.35, Performed by AECOM and ICF International E 0 Based on the approved Memorandum of Agreement(MOA) Stipulation II.A: Consultant, a CL on behalf of the City shall consult with Caltrans and SHPO to develop a design that will d minimize the indirect visual impact(profile, scale, color, and material) of the replacement bridge L on the setting of the adjacent National Register-listed historic property, the Atchison, Topeka, °co 0 and Santa Fe Passenger and Freight Depot (Santa Fe Depot). This shall include facilitating L communication between the parties, providing written and visual description of the proposed new design in relation to the Santa Fe Deport, and obtaining concurrence in written form from SHPO for the proposed design of the replacement bridge. a� Consultant shall prepare any visual simulations needed for SHPO consultation. One site N visit and up to four (4) meetings will be attended by Consultant. It is anticipated two Caltrans d reviews of any written material developed by Consultant for SHPO consultation. 0 X w Deliverable • Consultation letter to SHPO, visual simulations and design package LL When directed to do so, the Consultant shall complete the above :Deliverable and Q w distribute copies to various parties and or agencies identified by the City. w d E 0 w 29 of 91 Packet Pg. 296 0 w a Task 2.3.2 - Historic American Engineer Record(HAER) Documentation E N WBS 235.05.50, Performed by AECOM and ICF International Q c Based on MOA Stipulation II.B, Consultant, on behalf of the City, shall contact the E c National Park Service (NPS) to determine the level of Historic American Engineering Record .N N (HAER) needed for the Mount Vernon Avenue Bridge (#54C-0066). It is anticipated that a 0 written description, architectural drawings, and large-format photographs may be required to 0 meet the HAER requirements. Consultant shall prepare the written documentation, measured drawings, and photographs. Up to two (2) visits to the site are assumed for the latter two LO activities. Copies of the HAER documentation will be disseminated to the California Room of the City's Feldhym Library by Consultant. It is assumed that a� a • No more than 50 views and two (2)sets of 8"x10"photographic prints will be made • NPS will not require higher than HAER documentation level 11 • Caltrans (or City/County)has original or as-built plans of the bridge and that they will co c make them available to Consultant for use with HAER documentation as measured c 1 � drawings Y 1 c Deliverable E • HAER documentation, two sets a� When Directed to do so, the Consultant shall complete the above Deliverable and ¢ w distribute copies to various parties and or agencies identified by the City. a v a TASK 3-SITE INVESTIGATION/UTILITIES/MAPPING/REPORTS CD x 1 Performed by AECOM, PSOMAS, Ninyo & Moore, Overland, Pacific & Cutler, Inc. and Earth w Mechanics, Inc. w 1 Q The Consultant shall provide the surveying services which includes aerial mapping, design surveys in support of this replacement project. The project limits are along Mount w Vernon Avenue between Second and Fifth Streets which includes BNSF Intermodal Yard under 1 the Bridge. 1 30 of 91 Packet Pg.297 Consultant shall obtain all survey record information, including benchmarks and c w a monuments for the City. All survey shall be performed in accordance with accepted professional E ° standards. ° w Consultant shall identify Consultant-established monuments with the license or registration number of the Engineer's surveyor who is in "responsible charge" of the work. The ai .y monuments shall be in accordance with City Standards. Consultant shall prepare right of way base mapping for the existing right of way o ° conditions. ° ° d Consultant shall establish centerline control of existing streets and railroad tracks. Consultant shall obtain applicable encroachment permits prior to beginning any field LO IT investigation. Additionally, if a traffic control plan is required, Consultant shall prepare the plan. „7rt. Such documents shall be forwarded to City, BNSF, SCRRA and AMTRAK for review and c d concurrence prior to beginning any field investigation. E Consultant shall obtain all necessary training including applicable rail safety program a d prior to performing field investigations within BNSF right-of-way. a� Task 3.1 - Site Investigation o F: WBS 235.10, Performed by AECOM, PSOMAS, Ninyo& Moore and Earth Mechanics, .Inc. Consultant shall conduct a thorough independent field investigation of the Project site to d identify pre-existing site conditions and physical constraints of the Project areas including E d utilities and all required investigations to prepare PS&E. Consultant shall obtain applicable 0 encroachment permits or right-of-entry prior to beginning any field investigation. 06 Any survey work or mapping performed prior to receiving the required approval shall be a m at Consultant's risk and expense. ° X w Task 3.2—Surveying Ui WBS 185.10.60, Performed by AE,COM and PSOMAS w This task includes the following subtask: x w Task 3.2.1 Design Surveys a� E ° w Q 31 of 91 Packet Pg. 298 _ Survey Control ° Survey crews will set aerial photogrammetric targets in conformance with the aerial flight E N plan. All targets will be painted using nontoxic water-soluble paint. Where possible, these Q targets will be centered on existing cadastral monuments. Where no such monument is found, the 4) E surveyors will set a semi-permanent monument to define the center of the target. All surveying a, Qand mapping for this project will be completed in English units of measurement. Horizontal datum for this mapping control will be the North American Datum of 1983 (NAD83). Vertical o 2 datum will be the North American Vertical Datum of 1988 (NAVD88). o w o_ v Photogrammetric Mapping Consultant shall obtain COLOR aerial photography of the proposed site at a nominal Y photo scale of V=300" (1:3,600) with 1 flight line which will be used to generate a 1" = 40' E Q mapping with 1 foot contour intervals and covering a 400' strip centering on Mount Vernon M CL Avenue. The aerial survey will cover Mount Vernon Avenue between 6th Street and Rialto as _ Avenue. •L m _ Ground Surveys °_ L Consultant shall provide field surveys for existing pavement elevations and surface > r topographic features. The flowline of existing sewer and storm drain will be obtained where accessible. The existing pavement elevations will be obtained using a terrain line interpolation E method by obtaining shots along individual feature lines approximately at 50-foot intervals at the Q following tie-in locations: "' N a • Mount Vernon Avenue, north of the existing bridge to the south side of 5th Street. • Mount Vernon Avenue, south of the existing bridge to King Street. x w 1 • 4th Street, from Mount Vernon Avenue to 300'west. • Kingman Street,from Mount Vernon Avenue to 300'west. a_ a 1 . 2nd Street, from Mount Vernon Avenue to 300' east. .E • Top of existing rails at 50' intervals of the 5 lntermodal tracks (3000' E & W of ® w Mount Vernon Avenue) _ d 1 � r Q 32 of 91 1 Packet Pg.299 1 S.L.c • Top of existing rail at 50' intervals of the storage tracks (150' E & W of Mount 0 w a Vernon Avenue) E N • Detail topography under the existing Mount Vernon Avenue Bridge Q • Survey horizontal and vertical positions of Pothole Locations N Consultant shall perform design surveys as part of this task. Consultant shall provide _ photogrammetric mapping in English units for the Project. 0 0 N N Miscellaneous Field Survcvs W Three (3) working days of field work and related office services are included for v drainage/utility/design surveys that may be requested by the CITY and engineer as design c progresses. E a� v c� CL Utility Pothole w Consultant will sub-consult the potholing operation to C-Below. The scope of services that C-Below will provide will be 24 potholes defined as 1'x 1' x 5' deep. PSOMAS will m 0 coordinate with BNSF for access. Actual permit fees will be passed on to the prime consultant. 0 d Deliverable as a� • Survey points, lines and monuments shall be established, marked, identified and Q referenced, as required to complete this work and in accordance with the requirement N IL herein. e a� • Survey notes, drawings, calculations, and other survey documents/materials shall be d completed as required in accordance with the requirements herein. w 21 • A copy of all original survey documents resulting from this Scope of Work(including U_ original field notes, adjustment calculations, final results and appropriate intermediate Q documents) shall be delivered to the City. Said documents shall then become the property of the City. The original survey documents shall be retained by Consultant w for future reference. _ d E s U Q 33 of 91 Packet Pg. 300 • When survey is performed with a Total Station Survey System, the original field c w a notes shall be legible hard copy listing of the data (observations) as originally E N collected and submitted by the survey party. Consultant's party chief shall sign the Q listing. d E • The final results of all surveys, as required,shall be delivered to the City in the format .N specified below" Q c 1. Horizontal Control Alphanumeric hard copy print listing with adjusted California o Coordination System northern and eastern and appropriate descriptions based on o as NAD '$3 datum. LO v 2. Vertical Control When directed to do so, the Consultant shall complete the above Deliverable and w c distribute copies to various parties and or agencies identified by the City. Upon request, the City E d shall be provided a copy of the aerial photographs and digital map compilation in an electronic cc a format in AutoCAD. Final aerial mapping shall consist of 40-scale with contours at 1-foot W w intervals or as approved by the City. -a ML W O Task 3.3 - Materials/Foundation/Geotechnical/Hazardous Waste Investigations Reports Requirements WBS 185.20, Performed by Ninyo& Moore and Earth Mechanics Inc. 1 E This task includes the following subtask: 1 < Task 3.3.1 Hazardous Waste Investigation W Task 3.3.2 Preliminary Foundation Report N a CD 1 Consultant shall conduct a site visits to observe the topography and visualize the x W proposed improvements at the Project location. Consultant shall review available subsurface data from nearby structures or published geologic maps, to determine general subsurface U_ conditions at the Project site. Geotechnical/hazardous Waste borings shall be performed by ¢ w .E Consultant. E x Consultant shall provide geotechnical, geologic and seismic input to the selection of the w 1 � alternatives. Consultant shall provide preliminary geotechnical and foundation recommendations E s r 34 of 91 Packet Pg.301 S.L.c c for roadway, bridge structure, and retaining walls as required. 'T'hese recommendations shall be 0 CL used by Consultant to conduct preliminary cost estimates. E N Consultant shall prepare preliminary geotechnical, materials, bridge foundation and Q hazardous waste (Phase II) reports in conformance with Caltrans requirements with information gathered during site visits and review of existing subsurface data, geotechnical/hazardous waste N investigation borings, results obtained form the alternative analysis and the preliminary bridge Q c and retaining wall foundation data. ° 0 N d Hazardous Material CITY's previous Consultant Ninyo & Moore prepared the 2009 Initial Site Assessment v (ISA)of the Mount Vernon Avenue Bridge and the proposed shoofly track area at the Burlington , c Northern and Santa Fe Railway (BNSF) yard. Ninyo & Moore updated the ISA in 2010. The ISA work scope separated the site into two portions: 1.) The Mount Vernon Avenue Bridge and a its approaches spanning over a BNSF railroad intermodal facility, BNSF yard operation tracks, ix m BNSF transcontinental tracks, Metrolink tracks, and a Metrolink parking lot; and 2.) The -� proposed shoofly track area in the BNSF yard trending north of and adjacent to the existing CO 0 tracks. In addition, Ninyo & Moore performed an asbestos survey and lead-based paint survey a of the bridge structure. c In general,the hazardous materials issues identified by the ISA include: E as a� a� Q Mount Vernon Avenue Bridge wits • Soil underlying the bridge within the BNSF yard impacted with petroleum a hydrocarbons and metals from historical railway operations. 2 • Residual herbicides are suspected to be present in soil beneath the bridge. x W • The bridge is approximately 1,000 feet west of a chlorinated solvent plume in >. groundwater which has resulted from historic releases at the BNSF rail yard. U_ • Two former gasoline stations appear to have been located in close proximity to the a bridge: one on the northwest corner of 5th Street and Mount Vernon Avenue and the other on the southwest corner of 2nd Street and Mount Vernon Avenue. ►" d E 15 U Q 35 of 91 Packet Pg.302 c Proposed Shoofly Track Area a • Soil on the BNSF property in the vicinity of the proposed shoofly track area has been impacted with petroleum hydrocarbons and metals from historical railway operations. Q • Herbicides may be present in soil beneath the asphalt along; the proposed shoofly c track area. .N • The eastern portion of the proposed shoofly track area is in close proximity to a a c chlorinated solvent plume in groundwater which has resulted from historic releases at ° the BNSF/ATSF property. LO d LO Site investigations Based on the results of the previous studies, Consultant's environmental/hazardous materials services would include supplemental environmental site investigations to evaluate E suspected soil and/or groundwater contamination within the project limits. The scope of site U CL investigations will be determined based on the depth and purpose of site work, and the type of w right-of-way (ROW) acquisition planned in the various functional site areas. The following -a .L offers example hazardous materials investigation work scopes: m ° c L Q� Type of Depth of Depth of Media Purpose of Project Use Acquisition. Construction Sampling Sampled Investigation m E a) Temporary P 'Temporary Access Soil Management, 0) Road Construction Surface Surface Soil Worker Protection Q Easement W 06 dPermanent To depth of Soil, Underground Soil Management, Utilities Utility Varies installation groundwater Easement plus 5 feet if encountered Worker Protection ar CD v To depth of Soil Management, j Roadway,Bridge installation or Soil and Worker Protection and >4 and Wall Footings fee'Citle Varies groundwater, groundwater CERCLA Liability whichever is Protection LL deeper Q In general, Consultant's work scope will provide for the performance of site investigation X activities as outlined in the ISA recommendations, in consideration of the above conditions. ►" Y The scope of services is based on many assumptions and level of effort as we understand it at this time, including the recommendations in the ISA for the project. The sampling assumes w Q 36 of 91 Packet Pg.303 5.L.c _ four borings beneath the bridge to 50 feet (with groundwater samples and analyses), and nine C a hand auger borings to 5 feet at 600-foot spacing along the shoofly. The laboratory analyses will E N be for chemicals of concern normally suspected with the type of historic property uses. The Q results will be compiled into a report presenting findings, conclusions and recommendations. .y Plans: Q A construction soil management plan will be prepared for implementation during all o r phases of construction. The plan will detail the monitoring of soils for evidence of o d contamination. If the monitoring procedures indicate the possible presence of contaminated soil, the hazardous materials contingency plan would be implemented. LO A hazardous materials contingency plan will be prepared to address the potential For c d discovery of unidentified USTs, septic systems, hazardous materials, petroleum hydrocarbons, or E hazardous or solid wastes encountered during construction. This contingency plan will address Q, d UST decommissioning, field screening and materials testing methods, mitigation and contaminant management requirements, and health and safety requirements. In addition, the Ca plan will include procedures for segregation, sampling, and chemical analysis of suspected o c contaminated soil; profiling, transportation and disposal requirements (or acceptable on-site storage or disposal locations). The plan will include management of contaminated groundwater, g if appropriate. E a) CD a� d w Specifications N Specifications for the abatement, removal, and handling of contaminated materials will a v a� be prepared for those properties in which contaminated materials are identified. The Q specifications will include details regarding the contaminants of concern; handling methods, w controls, and protective equipment to be used to be protective of the workers, the community, U_ and the environment and to comply with regulatory requirements; contractor licensing and certification requirements for handling the contaminants of concern; and a list of plans that must 72 be submitted by the earthmoving and demolition contractors for review. w Documents required by the earthmoving and demolition contractor may include a health d and safety plan; a demolition plan; a lead and/or asbestos compliance plan; an excavation, E w w 37 of 91 1 Packet Pg.304 1 _ transportation, and disposal plan; a dust control plan; a vapor control plan; emergency response ° a plan; or other plans depending on the contaminants of concern. The specifications will also E N include details regarding close-out requirements. a Y _ d E Cost Estimates: as N Consultant shall prepare cost estimates for the implementation of the above plans and, as a needed, for the remediation of contaminated properties/rights-of-way to assist in the negotiations ° Y of ROW acquisitions. Cost estimates will differentiate between the liability that passes to the N d new owner under Fee Title, and the lesser costs and liabilities that come with a permanent v easement where there is concern over the workers environment and soil contamination within the LO construction envelope, and those of a temporary construction easement for which only surface a� contamination may be a concern. E CL Preliminary Foundation Report for Bridge Type Selection m Consultant shall perform the following scope of work to produce the Preliminary -a Foundation Report(PFR) for bridge type selection. m ° An idealized soil profile and design strength parameters for foundation analysis will be developed based on existing subsurface data obtained for the existing structure. Consultant shall provide seismic design parameters (acceleration and response spectrum) using the latest Caltrans web-based seismic design criteria. as L Consultant will perform a desktop fault rupture investigation using lineaments analysis d W obtained from vintage aerial photos. This investigation will not include fault trenching and/or 06 a. geophysical survey. Y Using the soil profile and strength parameters, Consultant shall provide preliminary foundation type and foundation design data for the bridge replacement. Consultant shall estimate w 1 the required pile length based on preliminary axial demands. The above data will be presented in a memorandum known as a PFR. The content and format of the PFR will follow Caltrans Y guidelines. X W m E c� Y Y Q 38 of 91 Packet Pg. 305 look c NNoI Deliverable 0 a • Preliminary Foundation Report, three copies to City. E N When directed to do so, the Consultant shall complete the above listed Deliverable and Q distribute copies to various parties and or agencies identified by the city. _ a� N Task 3.4-Geotechnical Exploration Plan WBS 185.20, Performed by Earth Mechanics, Inc. and Overland, Pacific and Cutlet-, Inc. c 0 0 This task includes the following subtask: Task 3.4.1 Right-of-Entry Permits LO Iq Task 3.4.2 Geotechnical Exploration c m There are six existing soil borings drilled within the rail facility. The boring depth ranges 4) from 70 to 100 feet. The proposed new structure has eight bents and 2 abutments. Consultant d proposes adding a minimum of 2 deep (90 feet) borings at the abutments, 5 deep (50 to 70 feet) borings for the retaining walls and roadway embankments, and 5 shallow (less than 10 feet) m borings for roadway embankment and pavements. Depending on the load demands, the existing c borings may not be deep enough. If so, Consultant proposes deepening no more than three of the existing six borings; targeted boring depth is 120 feet. c Consultant shall prepare and submit a boring plan to the City, BNSF, SCRRA and E d AMTRAK for review. The same boring plan will be used to secure encroachment permits from City, BNSF, SCRRA and AMTRAK for review. Consultant intends to locate borings with City, w 08 SCRRA and BNSF right-of-way only such that right-of-entry will not be required from private a property owners. Consultant shall conduct subsurface investigation and evaluate the results in accordance with specified testing criteria. Consultant shall analyze the results and present them x w in the geotechnical report. ?' 0 U_ Deliverable Preliminary geotechnical exploration plan,three copies to City. Right-of-entry permits applications, two copies. w When directed to do so, the Consultant shall complete the above listed Deliverable and distribute copies to various parties and or agencies identified by the city, w a 39 of 91 Packet Pg. 306 5.Lc _ 0 0. TASK 4-PROTECTION OF SANTA FE SMOKESTACK(DELETABLE TASK- TO BE, E N NEGOTIATED AT A LATER TIME) Q w Performed by AECOM _ The Santa Fe smokestack, which sits approximately 20 feet from the east side of Mount 0 Vernon Avenue and approximately 300 feet north of the existing bridge, is evidence of San o Bernardino's important historic role as a major transportation hub. The City has very little 2 0 information regarding the history of the smokestack, except that it was constructed in the early 1900s to vent exhaust from a steam plant. ,�O Based on information obtained from the Materials/Foundation/Geotechnical/hazardous Waste Investigations Reports and study of existing records, Consultant shall devise a method of protecting the smokestack from increased stress during construction and final roadway loadings. CL This may consist of specifying the use of lighter equipment in the vicinity of smokestack and the use of innovative lightweight materials in construction. A report quantifying the results of this effort shall be submitted to the City Engineer for review and approval. m 0 _ m TASK 5 -30% PS&E SUBMITTAL > _ Task 5.1 -Fact Sheets a� WBS 185.15.15, Performed by AECOM Team Consultant shall prepare and submit to City a Design Standards Exception report for non- 06 standard design features for proposed, advisory and mandatory standard deviations. a a� Deviation from design standards shall be reviewed and shall be subject to approval by City. d X w Deliverable >1 Draft Fact Sheets,three copies U- When directed to do so, the Consultant shall complete the above deliverable and a distribute copies to various parties and or agencies identified by the City, X w m E c� a 40 of 91 Packet Pg. 307 5.L.c a Task 5.2 - Preliminary Plans-Geometric Approval Drawings E N WBS .185.15.10, Performed by AECOM q c a� Consultant shall prepare a preliminary set of Geometric Approval Drawings that include E geometric base maps, structure site data, initial right-of-way requirements, horizontal and y vertical alignments, typical sections and Project limits. Such plans will be reviewed and 0 approved by City, and upon approval, shall be the basis of the PS&E development. 0 N d Deliverable • Preliminary Geometric Approval Drawings three sets v When required to do so, the Consultant shall complete the above deliverable and c distribute copies to various parties and or agencies identified by the City. E a� �v CL Task 5.3 - Traffic Study � d WBS 185.20.05, Performed by AECOM -a CO Consultant shall provide a traffic study for the Project area. This study shall include o c L review of existing volumes, traffic forecasts for the year 2035, performance of intersection level of service calculations for key arterials and intersections in the area and traffic operations c analyses of the recommended alternative to confirm geometric requirements. Existing traffic d counts in the area will be required and if unavailable from existing sources, Consultant shall d a obtain. w a Deliverable -� d • Preliminary Traffic Study three copies When direct to do so, the Consultant shall complete the above Deliverable and distribute w 1 a copies to various parties and or agencies identified by the City. w Task 5.4 - Roadway Plans WBS 185.15.05, Performed by AECOM w c a� E Q 41 of 91 Packet Pg.308 Consultant shall prepare 30% level preliminary plans, specifications and estimates for the o w CL grade separation, including removals, grading, cross sections, staging, utilities, drainage, E N facilities, and other necessary improvements and Type Selection Report for the Project. The a design shall be based on the approved Environmental Document and approved Geometric E Approval Drawings. a� y N Q Deliverable 0 • 30%Roadway plans,three full size sets M 0 The Consultant shall review comments received from the City and other parties regarding o: the above Deliverable and, when approved by the City, incorporate them into the documents. LO Task 5.5 —Surveys E WBS 185.10.60, Performed by PSOMAS �v a Attention is directed to Task 3.2 Surveying, d L Task 5.6 - Bridge Type Selection Report(BTSR)and Design CO r- 0 WBS 240.75, Performed by AECOM& Morris Engineering, Inc. 1 Consultant shall prepare the Bridge Type Selection Report and the bridge general plan to c comply with the most current Caltrans, BNSF, SCRRA, AREMA, and CPUC guidelines. a) The bridge type selection report shall include a discussion of foundation and falsework a� requirements, seismic and aesthetic considerations (including historic considerations as indicated W 06 in the Environmental Document), lighting, traffic handling requirements and alternatives, and a construction cost and staging. In addition, Consultant shall develop an order-of-magnitude construction cost estimate. Anticipated construction methods shall be identified in the Type x w Selection process and coordinated with the Project geometry. Consultant shall submit Type Selection documents to the City first, then following U- approval, to BNSF, SCRRA and Caltrans for review and approval. Q Consultant shall submit preliminary bridge plan to BNSF for review and approval upon x City Approval to do so. L" c a� Deliverable I a 42 of 91 Packet Pg. 309 40 0 Draft BTSR,three sets 0 o w a • 30%bridge plans,three full size sets E N The Consultant shall review comments received from the City and other parties regarding Q the above Deliverable and, when approved by the City, incorporate them into the documents. These items will move to the 60%stage of completion. as y N Q c Task 5.7 - Project Cost(30%Estimate) o WBS 240.90, Pei formed by AECOM Team y a� o: Consultant shall prepare a preliminary cost estimate at 30% completion. Throughout LO development of the PS&E, Consultant shall update this estimate. r c Deliverable E d • 30% cost estimate,three sets CL The Consultant shall review comments received from the City and other parties regarding d the above Deliverable and, when approved by the City, incorporate them into the documents. .� •L These items will move to the 60%stage of completion. M r- 0 c L Task 5.8 - Utility Improvements— I"Utility Notice WBS 200.25, Peiformed by AECOMand Roy Ketring E d This task includes the following subtask: Task 5.8.1 --Draft PUC Application w 06 Cn a. Consultant shall prepare 1st Utility Notice and submit to City Engineer or designee for d approval and mailing to utility companies operating in the area. x w a Consultant shall determine necessary utilities that cross the railroad tracks. U. Q Consultant shall discuss the above utilities with utility purveyor and City Utilities x Department to determine design and relocation requirements. W c E U R r.. r Q 43 of 91 Packet Pg. 310 40 c Consultant shall prepare a utility plan of the existing and proposed utilities crossing C r a within Project limits. Consultant shall accurately identify all existing utilities on the roadway E plans and identify existing facilities to be removed, relocated, adjusted to grade or otherwise a w impacted. Consultant shall prepare a draft Public Utilities Commission (PUC) application and .N coordinate necessary meetings on behalf of the City. a c 0 Consultant shall design City owned utility relocations, such as sewer, water and street w d lights. Consultant shall design the City Utility relocations per the City's standards. Consultant IX shall perform the necessary coordination to define the City's utility relocation requirements. LO u� Deliverable E • Preliminary Utility Conflict Plans,three sets �v • Draft CPUC Application. m When directed to do so, the Consultant shall complete the above deliverable and distribute copies to various parties and or agencies identified by the City. These items will move m NOW to the 60%stage of completion. c L m r Task 5.9 - Railroad Plans WBS 185.15.99, Performed by Wilson& Company, Inc. and Roy Ketring E a� d L This task includes the following subtask. d w Task 5.9.1 —Preliminary Track Alignment Plans y o_ Task 5.9.2—Preliminary Shoofly Design ID .D Task 5.9.3—Preliminary Intermodal Track Requirements Task 5.9.4—Preliminary Rail Service Staging Plans w 1 Task 5.9.5 —Draft Construction Operation and Maintenance Agreement U. Task 5.9.6--Preliminary MEP Design a Task 5.9.7—Preliminary Structures and Building Design X w The Mount Vernon Ave Bridge Viaduct crosses the BNSF "A" Yard in San Bernardino, California. The "A" Yard is a BNSF railroad train yard that is primarily used for the loading and w 44 of 91 Packet Pg. 311 S:L.c r unloading of cargo by overhead crane to and from a train flat car to the ground for movement by a semi trailer or container with chassis. This yard is also used for storage of inbound and outbound E N manifest train traffic for rail customers on the San Jacinto Subdivision near Perris, CA or for local customers in the Riverside and Corona areas. It is also used in conjuncture with the B Yard and Ono Yard for the storage of manifest cars and flat cars used in the "A" Yard intermodal .N operations. Q 0 The yard currently consists of six intermodal tracks paired in two's, 6 storage tracks and o m one extension strip track on track 0216. Three signalized mainlines and two multi-use tracks for both Metrolink and BNSF run adjacent to the A Yard and under the Mount Vernon Bridge. v r c BNSF intermodal tracks are bisected by the Mt. Vernon Bridge and require two separate E a) equipment sets to operate the intermodal operations due to the low overhead clearance of the U CL bridge. The intermodal tracks have a total of approximately 24,477' useable stripping length for W 0 intermodal operations and have a gap where the train cars are separated into segments under and -� adjacent to the Mount Vernon Bridge for the overhead crane driveways and semi truck and m 0 hostler traffic. Unlike the intermodal tracks, the yard storage tracks have usable rail car storage under and through the Mount Vernon Bridge and have a total of approximately 20,600' of storage length. E d d Current operations for the intermodal operation have the semi trucks with trailers and Q w containers enter the yard off of 4th Street by means of an electronic Automatic Gate System N (AGS). Trucks are then directed for either trailer pickup at one of the yard's internal parking lots v r or directly to a spot adjacent to a strip track to either drop off or pickup a trailer unloaded from an overhead crane. Hostler trucks are used on site only for moving trailers or containers within w the facility and will either pick up trailers and containers from the intermodal strip track taking UL them to a parking lot or pick up from a parking lot and drop off by an intermodal strip track for Q loading onto an outbound train by an overhead crane. n X w Construction Phasing and Train Operations E U 1 .2 45 of 91 Packet Pg.312 AF- Replacement of the Mount Vernon Bridge can be separated into two distinct construction 2 a segments. First is the demolition of the existing bridge and construction of the new bridge and E N second is the construction of two additional railroad tracks to be used during the project to Q W facilitate demolition and construction of the bridge. As part of preparation for the demolition of the bridge, a number of existing BNSF a, N facilities need to be relocated. Currently there are two intermodal overhead crane maintenance a pads, an oil/water separator serving the two crane maintenance pads, a yard air system, and c w miscellaneous facilities that need to be relocated to allow the construction of the two additional N d shoofly tracks. The relocated facilities will need to be constructed in their entirety and in working order before the bridge can be demolished and the two shoofly tracks completed. LO w c The work at the southern end of the new bridge crosses over existing Metrolink tracks. E m Coordination on construction phasing, truck access, security, train scheduling, work windows, v CL flagging, construction easements, permanent easements and other coordination issues will need ed m to be presented to Metrolink for review and approval. -a L CO C O Track Design FE Per previous coordination and negotiation with the BNSF, it is understood that during the construction train operations on up to two tracks can be interrupted or placed out of service. For the purpose of keeping the train yard operations fluid, the two additional shoofly tracks will be L added to the north of the existing intermodal strip tracks. The new shoofly tracks will be multi- a use; when work on the new bridge structure requires an existing intermodal track to be placed 06 out of service the shoofly tracks can act as an intermodal track. Conversely when a storage track d is required to be placed out of service for construction of the bridge the shoofly tracks will be X used for train car storage. W LL Based on our engineering team's previous preliminary work on the project, the current Q track layout allows for two additional tracks with the option of a third expansion in the future. These two tracks will be able to allow for approximately 7,602' of replacement strip/storage w length during the construction of the new Mount Vernon Bridge. Concrete crane pads to handle CD E w 46 of 91 Packet Pg. 313 the weight of the overhead cranes during intermodal operations and at-grade vehicular crossings o will be constructed adjacent to the new tracks to compliment current yard design and operations. E N y Q Blue light/air bollards will be located at the end of each additional shoofly track for E safety and to aid in completing train air brake tests. As previously discussed, the construction of a) the new shoofly tracks and crane paths will cause the existing truck paths and crane maintenance Q areas to be relocated. Besides being relocated for construction of the new shoofly tracks, they o also need to be relocated to allow for clear of truck driving lanes and crane movements to and N a) from the repair facilities. v v Crane Pads/Crossings , c • Crane fads E a� The current intermodal yard has been designed for a standard 80 foot overhead crane CL operation. To facilitate the maximum yard through put the intermodal tracks have been grouped d in pairs to allow the cranes to work as closely as possible on adjacent tracks. Because of the .� L constant movement over the same pavement limits and due to the heavy point loads while the CO _ overhead cranes are lifting trailers and containers, the use of concrete crane pads for the crane c 0 pad wheels has been developed. The concrete pads are designed with a thicker section than the adjoining asphalt pavement, typically around 2 feet in depth. The crane pads are placed adjacent will to the intermodal strip track over the entire length where unloading and loading operat ions aEi d L take place. Q w 06 Cn a • Crane Crossing At the end of each intermodal track and on either side of the Mt. Vernon bridge there is a concrete crane crossing. At these locations the overhead crane wheels are turned to allow the w U 1 cranes to then straddle another intermodal track or go to the repair facility for fueling or repair U. activities. The crane crossings are poured in concrete to reduce the pavement tearing that would Q be experienced using asphalt at these locations. The crane crossings are also used by trucks and hostlers that are also making turning movements that would cause premature pavement failure. w r d Yard Air Bollards E U w �i i,, Q 111;. 47 of 91 Packet,Pg.314 55.L.c At the end of the six intermodal tracks and on either side of the existing Mt. Vernon o w Bridge yard air bollards are located to facilitate the departure of intermodal trains. The yard air E system is used to keep the parked train car air brake system energized while the intermodal Q r unloading and loading operation takes place. Without the aid of yard air, the train air brake E system requires the coupling of locomotive engines to provide compressed air up to 85 psi a� through the train air brake piping system. It can take up to 90 minutes to pressurize the train air Q brake system without the use of a yard air system. Once the train is ready for departure the o r locomotive engines can be coupled into the train, the yard air system removed, and the y locomotive air brake system is then used for the entire train. Using the yard air system can reduce the time to pressurize the train air brake system by 50%. v w _ Facilities Relocation E d • Mechanical 0 CL Site Air Compressor m Due to the construction of the shoofly tracks the site yard air system will need to be .� Ar 1% relocated. The existing system is made up of an air compressor, air storage tank, and an air dry r- dryer r- 0 system. A new yard air compressor and tank needs to be robust enough to supply adequate air at 85 psig to the existing yard air system and also to the two additional shoofly tracks being constructed as part of the project. Water in the train air brake system can freeze causing the air Q brake system to fail under train operation. The air dryer component of the system allows Od condensation to be removed from the air system and ultimately the train air brake system. CL d r v d Oil/Water Separator w a Maintenance of the overhead cranes includes fueling, replacement of hydraulic hoses, LL and lubrication of working parts on the crane. Ultimately some of these hydrocarbon products d are spilled on the concrete maintenance platform. Large spills are cleaned up immediately and the hazardous waste disposed of. w a� E ,4 v r Q 48 of 91 �. Packet Pg.315 Over time the crane pad builds up a layer of hydrocarbons. During rainfall events the o o. oily film on the crane pad is washed into the drainage system. Each crane repair pad drainage E system needs to drain to an oil/water separator where the hydrocarbons are separated from the a stormwater. Hydrocarbons are separated by a gravity system where the hydrocarbons are r allowed to float to the top and the water is allowed to exit the separator by means of a series of under-baffles. Stormwater is then distributed to the existing sanitary sewer system and, N depending on the size of the receiving sewer system,a holding tank may need to be introduced to 0 regulate the release rate to the sewer. Any hazardous material is then disposed of separately. o U) m Electrical The electrical design will follow the requirements of Caltrans standard plans and specifications, along with AASHTG standards. An analysis of the existing lighting may to be completed to determine if the changes in the yard will require changes in the existing yard lighting scheme. The lighting analysis will follow IES guidelines. Lighting software used for d W the analysis and design would include AG132 or Visual. The power design will comply with aD National Electrical Code and National Electrical Safety Code requirements. m t c O C i The design effort for the electrical component of the project will require close > coordination with construction phasing plans for the project. Temporary power may be required com pleted. The electrical for some phases of the project until permanent power installation is E d design will involve relocation two crane repair areas, a yard air compressor and building, an oil/water separator, and potentially yard lighting and power circuits. As the existing yard and Ui Cn tracks are not signalized, it is not anticipated that signaling circuits will need to be relocated. a. Additional conduits and raceways for relocated power will need to be coordinated with the U BNSF signal and yard operations personnel. w a U- • Site Drainage a The intermodal yard and storage tracks are currently surfaced drain to an underground drainage system. The drainage system feeds into existing City drains and also flows into the X w Lytle Creek channel that is west of the construction area of the Mount Vernon Bridge. d E 1 c ty. �.. 49 of 91 `il" '' Packet Pg.'316 As part of the construction of the new shoofly tracks a number of existing drain inlets .0 0 will need to be relocated. The existing drainage for the area is gathered in a concrete drainage E Swale and channeled into three separate drainage inlets. Inlets are connected to a drainage pipe Q r that currently outflows to the north and drains to an open V-ditch running parallel to 4th Street. As part of the project, the inlets will be strategically located to gather the current existing flow N but relocated as to not interfere with the construction of the new shoofly tracks and crane pads. a c The surrounding asphalt will be removed,the sub-grade re-graded and the area re-paved to allow 0 drainage to flow properly to the newly re-located stormwater drains. 0 LO o_ v • Parking/Pavement Design As part of the construction of the shoofly tracks a number of existing trailer and container w c parking spots will need to be relocated. A number of parking alternatives have been explored to E relocate this parking during the construction of the project. The wye track area west of Lytle U CL Creek has been looked at but has some limiting geotechnical qualities that need further study. It w Another alternative would be to divert trailer parking to other existing BNSF facilities in the area 'C such as the automotive unloading facility south of Rialto Street and adjacent to the BNSF B m 0 Yard. This paved area has been under utilized by BNSF's auto market sector and could F potentially be used for the parking of trailers and containers during construction. A third alternative would be to park trailers and containers at the Airport off of 3rd Street. BNSF in the E past has leased this area for overflow parking. w The existing truck route on the northern side of the intermodal facility will be altered as 06 part of the project. The existing pavement will need to be analyzed to determine if the thickness a is adequate to handle the altered truck traffic. X W Truck Gate Access ii The main truck ingress and egress for intermodal operations for the BNSF is off of 4th Q Street with access from the freeway off of 5th Street. All intermodal truck traffic is managed through the AGS gate. Currently as the inbound trucks exit the AGS gate they either enter w between the intermodal tracks to drop off their trailer or container or turn to park in anyone of the multiple parking lots within the facility. With the construction of the shoofly tracks the �o w r Q ly'.. 50 of 91 1'T ,. Packet Pg.317 entrance to the intermodal facility will be temporarily obstructed. The construction of the lead to 0 w the body of the intermodal tracks will need to be coordinated closely with BNSF operations to E N minimize impacts to yard activities. Q r c d E Consultant shall prepare preliminary vertical and horizontal railroad track alignments, preliminary railroad track shoofly design, preliminary intermodal track requirements, and Q c preliminary rail service staging plan. 0 5 0 N Consultant shall be responsible for providing all needed data to support the City application for a Construction Operation and Maintenance Agreement with the BNSF Railroad, LO a SCRRA,AMTRAK and other rail operations. c m E m The City will review and comment on the application for a Construction Operation and M CL Maintenance Agreement. When acceptable to the City Engineer, the application will be sent to Ce as the other parties for review and approval, if appropriate. -� L m Deliverable c • Preliminary horizontal railroad track alignment,three sets for City • PreIiminary railroad track shoofly design, three sets for City w c • Preliminary intermodal track requirements, three sets for City a� • Preliminary rail service staging plans,three sets for City • a� Preliminary MEP Design W w 06 • Preliminary Structures and Building Design Cn a. • Draft Construction Operation and Maintenance Agreement,three copies to City a When directed to do so, the Consultant shall complete review comments received W regarding the above Deliverable and distribute copies to various parties and or agencies identified by the City. These items will move to the 60%stage of completion. LL a x w i aci E U r 'Q 51 of 91 +�1 E ' Packet Pg. 318 ii 5.C.c Task 5.10 -Right-of-Way w CL WBS 185.25, Performed by Overland Pacific& Cutler, Inc. E to N For purposes of this proposal, it is assumed the following list of properties would be affected Q by the project: E C No. APN Owner Present Use Potential Take 2) N U) NW Quadrant of Mt.Vernon Avenue and 3rd Street Q 1 138-251-04 Banuelos,Nicolas SFR Full Take = 0 w 2 138-251-05 Romero,Ramon Vacant Land Full,rake O 3 138-251-06 Obezo,Marco SFR Full Take w 4 138-251-07 Torbiner,Kenneth&Asya SFR Full Take 5a 138-251-08 Labsvir,Amia Carwash Full Take d LO Iq 5b 138-251-09 Labsvir,Arnia Vacant Land Full Take 6 138-251-10 Cordova,Andrian and Laura SFR Partial Acquisition = 7 138-251-03 Magana,Arnoldo SFR Partial Acquisition E SW Quadrant of Mt.Vernon Avenue and 50'Street 8 138-191-01 Olmos,Jose M.&Bertha Restaurant Bldg. Temp Construction Easement Q d Mt.Vernon Avenue between 4'h Street and 51h Street 9a 138-181-25 Desai,Maheshkumar V&Anup Vacant Land Temp Construction Easement 9b 138-181-24 Desai,Maheshkumar V&Anup Vacant Land temp Construction Easement m 10a 138-181-23 Desai,Maheshkumar V&Anup Motel Temp Construction Easement r- 0 10b 138-181-22 Desai,Maheshkumar V&Anup Vacant Land Temp Construction Easement 11 138-181-46 Briken Holdings,Inc. Retail/Trade Temp Construction Easement j 12a 138-182-19 Rodriguez,Jose 0. Vacant Land Temp Construction Easement M 12b 138-182-20 Rodriguez,Jose O. Vacant Land Temp Construction Easement 12c 138-182-21 Rodriguez,Jose O. Retail/Trade Temp Construction Easement m 13 138-182-22 Anitas Mexican Food Corp. Vacant Land Temp Construction Easement y. Ui 138-211-01 06 14 AT&SF(BNSF)Railroad Railroad Aerial Easement N 138-211-06 d d Right-of-Way Cost Estimates U X Consultant has been tasked with analyzing and researching the right of way impacts of W, any temporary and permanent easement and permanent fee impacts for up to (18) unique ti Assessor's Parcel Numbers and up to (3) design alignment studies. This information will be gathered for inclusion into the project's financial programming documents. Information X ascertained from this analysis will be used to assist in the clarification of design concerns W throughout the PS&E phase of the project. Additionally, the identification of critical property acquisitions will influence program management decisions pertaining to the project delivery w a 1; 52 of 91 Packet Pg. 319 ii �� 5.L.c schedule, project financing, project risk management approaches and other significant factors. o Consultant will facilitate the integration of this analysis into the appropriate project documents E and assist the project team in understanding how the right of way component of the project a influences all aspects required for a successful project delivery. This proposal includes one E update during final design. a, N N Q Design Review and Project Team Coordination c w of project impacts. 1. Ascertain all relevant design plans available for revie P 0 2. Coordinate with Project Design Team to review impacts and confirm impact assumptions. 3. Continue coordination with Design Team as new findings are revealed throughout field Y research phase. CL d v Field Research 1. Individual field agent design review of assigned parcels. Individual meetings with appropriate OPC management ensue, as necessary to examine impacts and potential m c remediation possibilities. c° 2. Physical viewing of site, appropriate data recorded. Online data of individual properties > Y incorporated into field research,where necessary. c 3. Integration of field research into appropriate OPC cost estimating formats. E d a� Q Property Analysis w 06 1. Field Agent and OPC Property Analysts meeting to discuss data and draw impact a. conclusions and property remediation strategies. 2 2. Reporting to Design Team of initial property impact conclusions. Opportunities provided to Project Team for creative problem-solving either in design or property remediation a 0 U_ strategies. Y_ Cost Estimate Sheet Drafts x w 1. Preparation of right of way cost estimate sheet and drafted per the standards and c guidelines presented in the revised Caltrans Right of Way Manual. E U cC Y Y Q 53 of 91 Packet Pg. 320 2. Coordination with relevant City representatives and/or design leads to address comments o r CL and recommendations. E N N Q w Qualiky Assurance Reviews and Report Drafts and Submittal E 1. Concurrent with the Design Team's review of OPC's initial conclusions on select parcels, the OPC QA/QC Team will review its internal data reporting, analysis and conclusions Q c for accuracy and consistency. 0 w 2. Once property remediation and design assumptions are finalized and property impact o N conclusions are confirmed, data is finalized into the approved cost estimating formats. e 3. The report is subsequently submitted to the client for their formal review. v c Project Oversight and Post-Submittal Design Team Follow-up E 1. Review of initial comments from Project's Design Team and possible coordination of M subsequent team meetings to clarify assumptions and strategize about cost and/or as remediation strategies. 2. Potential new analyses are determined from revised assumptions. 00 c 3. Incorporation of new analysis and conclusions into the revised cost estimate analysis and c a� subsequent re-submittal of report,where necessary. c a� Quality Assurance and Quality Control E a� m The QA/QC Plan for the Right of Way Cost Estimates entail a three-fold scope Q involving thorough design coordination, detailed field research and a multi-party property impact 06 in analysis review. Errors in cost estimating for right of way often occur because of an estimator's a. d inability to understand the nuances of a project's design impacts on any given property. Related a� to this,the lack of consistent, informed correspondence with the appropriate design personnel - w a throughout the estimating process - can lead to an impact analysis based on faulty assumptions. U_ For these reasons, OPC is committed to working closely with the design team to understand the Q issues and thereby assure that impact conclusions are based on correct assumptions. Second,quality assurance and quality control can be maintained when a well trained, organized w and experienced estimator performs field research with an eye toward all relevant issues. Simply viewing the site is insufficient. Factors such as multiple design alternatives and potential = U w a 54 of 91 Packet Pg. 321 remediation options need to be understood to complete an effective field analysis. 0 property w Finally, once the design is understood and the field research is complete, an in-depth property E impact analysis overseen by multiple, experienced right of way professionals, completes the process. This review entails both a higher level, program management view as well as a detailed, in-depth analytical approach. This process assures a quality dependable product for N project programming purposes. 0 0 Innovations o N OPC's extensive experience of partnering with the project design team during the planning phase has revealed that the proper integration of right of way impacts with the design components of a project often has a significant influence on the conservation of project funds and reduction of impacts to affected property and business owners. Additionally, this m coordinated effort can have positive impacts on the development of the project schedule, the U a drafting of the project's Request for Proposal and the establishment of key partnerships early in a� the project life cycle. Ar a' m c 0 (10) Right ht_o_f Entries a� 1. Creation of necessary Right of Entry documents and securing approval as to form from > LPA and Prime. a 2. Contact and negotiations with private property owners and securing execution of required d m agreements. Q 3. Provision of regular status updates to any relevant parties part of the Project Team. 06 Cn 4. facilitation of any payments from LPA to private property owners via mail. IL d 5. Reasonable assistance to project survey team with special owner requests and access (D X concerns. w Right of Way Management and Document Support Q 1. Preparation of a comprehensive project planning worksheet designed to ensure all project elements are considered and the work plan and client's policies are clearly understood. X 2. Comprehensive initial project planning, including policy and budget analysis and W _ participation in informational meetings with the public and official representatives. E U w r 55 of 91 } - Packet Pg. 322 3. Tracking and managing all budgetary-related aspects of the project associated with w o a OPC's Scope of Work. E M 4. Assisting with the development of administrative policies, procedures and forms r necessary to carry out the initial program. 5. Ongoing general consultation and project coordination with the client, social service a� agencies, governmental entities and project team members. Q 6. Representation of the client at public meetings, hearings and litigation related matters. o w 7. Preparation of tracking reports that monitor the completion of project milestones of the c N d various disciplines involved on the project. 8. Preparation and presentation of a monthly written status report based on the agreed-upon LO guidelines on information to be provided. Confer weekly with client verbally on general r c status,problem areas,and progress. E a) 9. Coordination with federal and state oversight agencies such as Caltrans, HUD, FHWA, CL FAA, and FTA. 10. Subcontracting for and managing all necessary disciplines needed for the project. .� W O Title Investigation Services d I. Secure vesting deeds, property profile,and tax map for each property. 2. Secure preliminary title reports for each property which will remain valid for a minimum m of 6 months or until there is an ownership change. d m 3. Secure copies of recorded back-up documents as needed. a 4. Share preliminary title information with right of way engineer, surveyor, and real estate 06 Cn appraisers for their use on the project. a a> 5. Prepare list of title exceptions to be cleared; confirm manner of disposition is consistent with approved project plan. w 6. Facilitate changes to preliminary title reports after the preparation of the legal descriptions if necessary for partial acquisition projects. Q Appraisal and Specialty Appraisal Services (Fee Review Goodwill and Fixtures and Equipment w Appraisals) = d 1. Consultant will mail a notification letter and acquisition policies brochure to the property a 56 of 91 ''' ' Packet Pg.323 owner, requesting permission to conduct an on-site inspection of the property, advising o q g p ;� them of their right to accompany the appraiser at the time of the inspection, and E requesting information regarding the property appraised which could influence the a r appraised value. w E 2. Appraiser will review title information pertaining to respective ownerships and will ai review drawings and other pertinent information relative to the parcel. 3. Appraiser will inspect each property personally with the owner (if possible) and o document the inspection with photographs for use in the report. o 4. Appraiser will inventory all improvements affected by the proposed taking including W notes on their manner of disposition(i.e., pay-for and remove vs. move back). v S. Further, Appraiser will retain a specialty appraisal to establish the value for fixtures & equipment for non-residential full take properties. E 0 6. Appraiser will perform market research to support the selected appraisal methodologies 0 CL and will document and confirm comparable sales information. a� 7. Appraiser will prepare a narrative appraisal report that conforms to the Uniform .� Standards of Professional Appraisal Practice (USPAP).The appraisal study and report are m C intended to serve as an acquisition appraisal and will be prepared in a summary format consistent with the specifications for narrative appraisal reports. 8. if required and upon completion of the fee appraisal, Consultant will conduct a formal d review by an independent appraiser in accordance with federal regulations and Caltrans E L procedures manual. Q LIJ 9. Consultant will receive and analyze the completed appraisal reports and will reconcile the real estate and fixtures and equipment conclusions,where applicable. '0 m 10.As deemed necessary, Consultant will determine the need for a Loss of Business CD Goodwill Appraisal and facilitate the services of appraiser to evaluate the loss of business w goodwill exposure. UL Utility Coordination 1. Consultant shall coordinate with up to (11) identified utility owners and any State of w California Department of Transportation (Caltrans) utility coordination staff with respect a� to all utility related matters, including but not limited to: �a w 57 of 91 ±i, ' i Packet Pg.324 c a. Requests for utility as-built plans and inventory maps. o c. b. Request for property rights information. E c. Design coordination meetings and communications. N N Q Y d. Notices to owner to initiate design. e. Notices to owner and agreements to pothole including submissions to Caltrans for .y encroachment permits. Q f. Notices to owner to relocate conflicting utilities. o g. Coordination and communication with respect to utility facilities that are to be c N installed within planned bridge structures including preparation of agreements as required. v h. Coordination and communication with respect to utility facilities that are to be Y c installed prior to or concurrent with client's construction project, including d preparation of agreements as required. a i. Preparation of no conflict letters. 0: d j. Other procedures and communications as required. .a L 2. Consultant shall provide copies of all correspondence with utility companies and other m C utility related information to the client and Caltrans as required. c 11 d 3. Consultant shall act as extension of staff to implement utility coordination and relocation in accordance with Caltrans Right of Way Manual, Chapter 13 and necessary client = d procedures, including but not limited to: L a. Preparation of letters to owners of utilities: Many letters will require signature by Q clients' utility coordination or project management staff. OPC shall prepare N letters for client signature as required. OPC shall prepare and send a- d correspondence under OPC's signature when feasible and appropriate. d b. Communications: OPC shall communicate effectively as needed to achieve w a necessary and required utility coordination and relocations via all communication methods including phone, mail,email and office communication. Q c. Meetings: OPC shall set up utility coordination meetings as needed. 1 d. Agreements: OPC shall prepare Agreements utilizing Caltrans format and w language,modified as necessary for execution by the client. 1 E �a Y Y Q 1:1 �,�8 of 91 Packet Pg.325 ii i � e. Submittals. OPC shall submit letters, notices to owner, agreements, and other o w CL documents to client and Caltrans for reviews and approvals. E f. Caltrans procedures: OPC shall comply fully with Caltrans utility coordination Q procedures, as outlined in Chapter 13 of the Caltrans Right of Way manual. OPC E shall be knowledgeable in the required procedures, and shall coordinate with a� client and Caltrans as required. OPC shall maintain files in accordance with Q Caltrans filing requirements, and shall provide Caltrans with duplicate files and o .2 M shall provide client with original files upon completion of construction. N 4. Consultant shall complete other and related duties as appropriate and as required as follows: v LO a. Consultant shall obtain record copies of utility maps from each utility owner within the project limits for existing and/or proposed utility facilities. E d b. Consultant shall include mapping and/or exhibits that clearly define the project CL limits as part of the requests for utility information. a� c. Consultant shall identify utility companies affected by the project and delineate AON utilities within the project's sphere of influence on the plans. 00 C d. Consultant shall check horizontal and vertical clearances for utilities and F c a� coordinate design with the various utility companies to address conflicts. e. If it is necessary to pothole existing utilities at critical locations, OPC shall d coordinate with client and Caltrans staff to arrange with the respective utility L owner to pothole its facility. Q f. Consultant shall coordinate the use field survey crews to locate potholed utilities 06 by coordinates and elevations based on the project's survey controls. m g. Known utility conflicts shall be shown on the plans with construction notes M d indicating action to be taken and by whom. W a 1 h. Inventory numbers of poles, vaults and other surface facilities shall be shown on M a_ the plans for those facilities that have such numbers attached to the facility and as Q provided on the owner's inventory maps. a i i. Consultant shall send preliminary design plans to owning utility companies within w the project limits with request for review and comments on the plans relevant to their respective facilities, and other project specific information. w r Slof 91 M Packet;Pg.'326 5.L.c t monitor responses of utility notices received and make o �. Consultant steal p ty a recommendations for mitigating conflicts. E k. Consultant shall provide written responses to utility companies with regard to Q stated concerns and conduct design coordination meetings with utility companies E as needed. _ 1. Unresolved issues shall be brought to the attention of the client project manager a as early as practical. o w m. Utility conflict issues shall be resolved prior to the completion of the final design o N N plans as follows: i. Consultant, through client staff, shall request and obtain a written acknowledgement of any conflicts from the respective utility owners. c ii. Reasonable efforts shall be taken to accommodate utility company a� requests for minor design changes to accommodate their facilities. CL Consultant understands that the utility companies are generally operating within the client or Caltrans right-of-way, but may have prior rights to that of the client / Caltrans or may have rights prescribed by Master Utility m` c Agreements between Caltrans and utility companies. iii. Consultant shall coordinate inclusion of special provisions in County's bid w documents for adjustments and relocations of utility facilities as alternate d bid items, if requested by the owning utility. Said work may require that E d cooperative agreements be prepared between the client and the owning a utility companies. Consultant shall prepare agreements and shall provide ad information and exhibits as required to support the preparation of a- a� cooperative agreements, if needed. d iv. Consultant shalt conduct utility coordination meetings, as needed, w regarding adjustments and relocations, to resolve conflict issues, and with U- respect to performing work for utility companies by client contractors. Q For utility conflicts that require relocating, Consultant shall prepare notices to owner relocate conflicting facilities. However, it is expected that w client staff will sign the orders. Consultant shall make recommendations for special provision language with regard to utility issues, s U f6 a� r i 1, a Fpacket Pg.327 for construction windows of time for utility relocation o recommendations Y w activities, recommendations for inclusion of utility bid items, etc. E Consultant shall coordinate with client survey and utility companies as a required with respect to prior rights claims and determinations. n. If new electrical service will be needed, Consultant shall provide support as a- directed by client. Such support includes, but is not limited to, the following a responsibilities: o i. Obtain approved electrical service point from the serving electric company o for each service equipment enclosure to be installed, and identify requirements that the serving electric company has for the provision of LO service. Fulfill serving electric company requirements as appropriate, .r c including preparation of applications for service and other required a� documents, some of which may require client or Caltrans signatures. a ii. Serving electric company shall be notified that Electrical Safety Orders clearance requirements must be met (10' radial clearance between 12kv L overhead electrical facilities and signal poles and mast arms, and greater m clearance for higher voltage electrical facilities). Show such clearance c d conflicts on the plans with construction notes. iii. Submit plans indicating proposed service connection locations to serving d electric company for approval (service equipment enclosure, conduit runs, E d riser quadrant,pole number, and connections to vaults as appropriate). o. Provide detailed load calculations to serving electric company, with a copy to the 06 U) client, which provides calculations of the normal and maximum expected loads. a. v a� 5. Consultant shall assist with the resolution of utility related issues that may arise during the bidding process and during construction, including design modifications as needed w and as approved by the client project manager. Specific issues, Caltrans requirements and U- utility company requirements may result in deviation from the procedures outlined herein. X w _ E w 1►:, f- Q . 61 of fA 4 , ` Packet Pg.328 c Right of Way Support Services: Certification Oversight o 1. Attend certification planning meeting with LPA and/or the Right of Way Local E N Assistance Coordinator and project team. Q 2. Ensure appraisal maps/right of way maps and legal descriptions are all properly identified and prepared in conformance with approved right of way numbering system. 3. Ensure that all interests necessary for the project have been secured and all relocation a activities have been performed in compliance with applicable law and regulations. o 4. Prepare certification forms in coordination with engineer and client to include the o N compilation of all necessary back-up documents required including; deed, final order of condemnation, access easements,cooperative agreements,permits, right of entries, etc. v LO It 5. Attend and coordinate pre and post-audit submittal meetings. C N E aD TASK 6- 60 % PS&E SUBMITTAL CL d Task 6.1 - Roadway Plans c, WBS 230.05, Performed by AECOM m c 0 Consultant shall incorporate all reviewing agency and City comments into the roadway plans and estimates as a result of the 30%PS&E review. Where it is not possible or desirable to incorporate certain comments, Consultant shall provide a written explanation and meeting with E appropriate agencies as required. rn Q Deliverable w 06 • 60%Roadway plans, three full size sets N a • 60%specifications,three copies 2 U • 60%cost estimate, three copies\ X w The Consultant shall review comments received from the City and other parties regarding U_ a the above Deliverable and, when approve by the City, incorporate them into the documents. , These items will move to the 100%stage of completion. x W c m E 62 of 914. t°1 t ' Packet Pg. 329 Task 6.2 - Drainage Plans c w a WBS 230.30, Performed by AECOM E y This task includes the following subtask: a c a� "Task 6.2.1 —Drainage Report c Consultant shall prepare a Drainage Report to address the existing drainage condition and a the proposed mitigation and design. This report shall consider both onsite and offsite systems. o Consultant shall prepare drainage plans, profiles, details and quantities based on the Drainage c N Report. Consultant shall also prepare temporary drainage plans where needed. LO v Deliverable • 60%Drainage Report, three copies • 60%Drainage Plans, three full size sets CL d The Consultant shall review comments received from the City and other parties regarding d as the above Deliverable and, when approved by the City, incorporate them into the documents. CO No These items will move to the 100%stage of completion. o _ a� Task 6.3 - Stage Construction, Traffic Handling,Detour Plans, Transportation Management Plan Y (TMP), Construction Soil Management Plan, and Hazardous Material Contingency d Plan WBS 230.20, Performed by AECOM and Ninyo & Moore w Task 6.3.1 —60%Traffic Management Plan(TMP) a- d WBS 185.20.35, Performed by AECOM X The objective of the TMP is to provide continuous vehicular traffic circulation and ;, access, with adequate space for safe and efficient construction. The TMP shall be coordinated i with the City, BNSF and other stakeholders. The TMP shall include Stage Construction, Detour Q Y Plans and construction detour routes. Plans must also accommodate pedestrians, bicyclists and rail traffic through the Project area. X d E Y Y Q 63 of 91 .1. r rr Packet Pg.330 closed to all public traffic during the entire o It is anticipated that the bridge will be p g a construction period. E Consultant shall be responsible for preparation, review and approval of a preliminary rail Q w re-alignment and shoofly design with BNSF, if required. E C N Task 6.3.2—60%Construction Soil Management Plan a WBS 235.20, Performed by Ninyo& Moore G 0 Prepare 60% Soil Management Plan. m LO o: v Task 6.3.3 —60% Hazardous Material Contingency Plan WBS 235.15, Performed by Ninyo Moore E d Prepare Hazardous Material Contingency Plan. v CL w Of d Deliverable L CO 60%TMP,three copies c L 60%Soil Management Plan,three copies 60%Hazardous Material Contingency Plan,three copies w The Consultant shall review comments received from the City and other parties regarding the above Deliverable and, when approve by the City, incorporate them into the documents. a� These items will move to the 100%stage of completion. w 06 a. Task 6.4-Pavement Delineation Plans WBS 230.15.05, Performed by AECOM X W Consultant shall prepare pavement delineation plans to identify locations of painted and U- thermoplastic stripes and markings, pavement markers, and delineators. The plans shall include Q striping details and quantity sheets. w Deliverable • 60%Pavement Delineation Plans,three full size sets �a w 64 of 91 ? ; ' Packet Pg.331 5.L.c The Consultant shall review comments received from the City and other parties regarding o .2 CL the above Deliverable and, when approved by the City, incorporate them into the documents. E N These items will move to the 100%stage of completion. ¢ c m E Task 6.5 - Signing Plans .N WBS 230.15.05, Performed by AECOM Q 0 Consultant shall prepare Signing Plans to show existing and proposed new signs. The 0 plans shall include sign details and quantity sheets. a: Deliverable v LO �r • 60% Signing Plans,three full size sets c The Consultant shall review comments received from the City and other parties regarding a� the above Deliverable and, when approved by the City, incorporate them into the documents. a These items will move to the 100%stage of completion. m L Task 6.6 -Traffic Signals, Signing, and Street Lighting c 0 WB,S 230.15.15, Performed by AECOM E d Deliverable • 60%Traffic Signals, Signing, and Street Lighting Plans, three full size sets E The Consultant shall review comments received from the City and other parties regarding d the above Deliverable and, when approved by the City, incorporate them into the documents. ¢ w These items will move to the 100%stage of completion. N a a� Task 6.7 -Planting and Irrigation Plans k w WBS 230.10, Performed by AECOM >, w Consultant shall prepare landscape plans including all necessary designs, details and specifications necessary to bid/build the project elements based on the design concept. Erosion control plans shall be designed to control all site erosion and dust in all areas during construction w activities. All designated bare areas proposed for landscape Consultant shall prepare detailed a� landscape and irrigation plans and specifications for. Consultant shall also coordinate, complete E � w 65 of 91 ;x,; r Packet Pg.332 S.L.c site investigations and prepare landscape plans for all existing landscape and irrigation systems stems .o a. that are disturbed during construction operations to be designed and replaced in kind. E N N Deliverable Q c • 60% Planting and Irrigation Plans, three full size sets E c The Consultant shall review comments received from the City and other parties regarding •N N the above Deliverable and, when approved by the City, incorporate them into the documents. 0 These items will move to the 100%stage of completion. 0 N N Task 6.8 - Right-of-Way Engineering Services (For additional information, please refer to LO if Impact Area Map" attached as EXHIBIT A). WBS 220, Performed by AECOM, Overland, Pacific & Cutler, Inc. &PSOMAS E In compliance with the Caltrans Right-of-Way Manual, Consultant shall perform the o. following: a� Task 6.8.1 - Perform Record Data Search 0° c WBS 220.05.05, Performed by PSOMAS 0 F L Q� Consultant shall research record information consisting of subdivision maps, records of c survey,corner records, county survey maps, and centerline ties within the project area. d as Task 6.8.2 -Acquire Title Reports w 06 WBS 225.50, Performed by PSOMAS a Consultant shalt acquire title reports through a Title Company. Upon receipt of the title reports, Consultant shall utilize the title reports to establish the boundary of existing parcels and w easements. (Assumed a maximum of 15 title reports for budget purposes) 5 w x w u c m E s f 66 of 91 {{ I y 1. r ' Packet Pg.333 _ Task 6.8.3 -Perform Land Net Recovery and Field Ties 0 w WBS 220.05.05, Performed by PSOMAS E N N Consultant field locate major cadastrai monuments in the project area to establish a c centerline, right of way, property lines and easements from recorded and available information E obtained from the City of San Bernardino and the County of San Bernardino. y _ 0 Task 6.8.4 -Land Net Map"Before Condition' Record Survey 0 WBS 220.05.10, Performed by PSOAMS d a: This activity is required by the Professional Land Surveyors Act and involves the LO production and filing of the 'Before Condition" Record of Survey. w _ E d Consultant shall prepare a land net base map from recorded mapping information to be a used for the Right of Way Acquisition of the existing parcels within the project limits. Consultant shall prepare a "Before Condition' Record of Survey and process the map through L recordation with the San Bernardino County Surveyors office. CO _ 0 _ L d Task 6.8.5 -Perform Monument Perpetuation Surveys WBS 300.05.05, Performed by PSOMAS E This activity is required by the Professional Land Surveyors Act and includes: • Preparation of lists of monuments threatened with destruction w • Referencing threatened monuments with tie-outs for perpetuation through a construction. • Setting replacement monuments after construction to effect said perpetuation. Q X W All reset replacement monuments shall meet the requirements described below under the activity i "Final Monuments". a w 0 X The 'Before Condition" Record of Survey (from the City) shall be the instrument on which tie- w 1 = outs are documented prior to construction. In the case where swing ties or tangent over ties are 0 E 0 w 67 of 91 , Packet Pg. 334 ..rrr.rr.rrrr�l�lir-, 5.L.c the method of tie-out, each monument tied out using these methods shall clearly be shown as a 0 CL separate "Detail" on the 'Before Condition" Record of Survey. N Q Task 6.8.6 -Prepare Right-of-Way Maps WBS 220.15, Performed by AECOM and PSOMAS .y Prepare various types of R/W maps as dictated by Project need and the results of 0 negotiations with each parcel owner. Various types of R/W maps may include but are not 2 0 limited to: • Appraisal Maps Ln Iq • Resolution of Necessity Maps r • Deed Maps E • Relinquishment Maps CL • Vacation Maps • Transfer Control and Possession Maps • Right-of-Way Record Maps m c 0 C Task 6.8.7 — Negotiate Right of Way Settlement and Prepare Acquisition Documents — Fee > Owner c WBS 220.20, Performed by PSOMAS and OPC E a� d L Consultant shall prepare Legal Descriptions on an as needed basis for the acquisition of right-of-way and or temporary construction easements of the proposed improvements (Assumed 06 a maximum of 15 legal descriptions and plats for budget purposes). a� U CD Acquisition Parcel List w a No. APN Owner Present Use Potential Take NW Quadrant of Mt.Vernon Avenue and 3rd Street Q 1 138-251-04 Banuelos,Nicolas SFR Full Take 2 138-251-05 Romero,Ramon Vacant Land Full Take Q 3 138-251-06 Obezo,Marco SFR Full Take t j 4 138-251-07 Torbiner,Kenneth&Asya SFR Full"take 5a 138-251-08 Labsvir,Arnia Carwash Full Take E 5b 138-251-09 Labsvir,Arnia Vacant Land Full Take v r Q 68 of 91 ?; 's �'' ' Packet Pg. 335 No. APN Owner Present Use Potential Take C 6 138-251-10 Cordova,Andrian and Laura SFR Partial Acquisition C 7 138-251-03 Magana,Arnoldo SFR Partial Acquisition N SW Quadrant of Mt.Vernon Avenue and 5" Street 8 138-191-01 Olmos,Jose M.&Bertha Restaurant Bldg, Temp Construction Easement m Mt.Vernon Avenue between 411 Street and 5'4 Street = 9a 138-181-25 Desai,Maheshkumar V&Anup Vacant Land Temp Construction Easement 9b 138-181-24 Desai,Maheshkumar V&Anup Vacant Land Temp Construction Easement Q 10a 138-181-23 Desai,Maheshkumar V&Anup Motel Temp Construction Easement C 10b 138-181-22 Desai,Maheshkumar V&Anup Vacant Land Temp Construction Easement 11 138-181-46 Briken Moldings,Inc. Retail/Trade Temp Construction Easement 00 12a 138-182-19 Rodriguez,Jose O. Vacant Land Temp Construction Easement 12b 138-182-20 Rodriguez,Jose O. Vacant Land Temp Construction Easement 12c 138-182-21 Rodriguez,Jose O. Retail/Trade Temp Construction Easement 13 138-182-22 Anitas Mexican Food Corp. Vacant Land Temp Construction Easement x ?.s c 138-211-0 l r h.:. E 14 AT&SF(BNSF)Railroad Railroad Aerial Easement 138-211-06 n CL m Negotiate Right of Way Settlement and Prepare Acquisition Documents—Fee Owner 1. Establish and maintain a complete and current record file for each ownership in a form t`n c acceptable to the client. c 2. Receive and analyze title information, approved appraisal reports and legal descriptions > in sufficient detail to negotiate with property owners and other parties. d 3. Prepare all offer letters, summary statements, and lists of compensable items of fixtures E and equipment, in accordance with state or federal regulations and approval of client. a, a 4. Present written purchase offers to owners or their representatives in person, when LU possible. Secure receipt of delivery of offer as practical and present and secure tenant a- v information statements,as applicable. 5. Notify relocation agent of initiation of negotiations within 2 business days and provide w appraisal information, occupant contact information,and tenant information as necessary. 2' 1 � 6. Follow-up and negotiate with each property owner, as necessary; prepare and submit `_` recommended settlement justifications to client for review and approval; review any independent appraisal secured by property owner and coordinate reimbursement of x w appraisal fees (up to $5,000) with client. Ongoing negotiations and settlement discussions d will continue for 8 weeks after the initial offer or until we reach settlement or impasse. _ w i � 69 of 91rlt; Packet Pg. 336 7. Prepare and assemble acquisition contracts, deeds and related acquisition uisition documents w o required for the acquisition of necessary property interests. Legal descriptions to E accompany easements or to accompany partial acquisition deeds are not included in this Q Scope of Work. a 8. Maintain a diary report of all contacts made with property owners or representatives and ai a summary of the status of negotiations indicating attitude of owners, problem areas, and other pertinent information. Copies of all applicable written correspondence will be o maintained in files. o N 9. Prepare an impasse letter for any parcel where, after diligent attempts to settle by negotiation, it appears eminent domain will be needed or prudent to acquire the needed LO interest. w 10.Transmit executed acquisition documents to client. Each transmittal package shall a� include a fully executed and properly notarized deed(s), fully executed acquisition a contract with attachments, and a brief settlement memorandum which summarizes the as pertinent data relative to the transaction. .a 'i m r- 0 Title Clearance Services L d 1. Work in conjunction with escrow officer to facilitate the clearance of title matters as set > forth in the settlement memorandum and escrow instructions. _ d 2. Coordinate payment of taxes due and release of liens. E a� 3. Secure full or partial reconveyance instruments from lien holders of record. Q 4. Coordinate lost instrument bonds as may be necessary. 06 Cn 5. Coordinate and facilitate recordation of corrective deeds to clear vesting issues. a. a� 6. Secure subordination agreements from conflicting easement holders. X w Escrow Coordination-If Negotiated by Settlement Assist the escrow/title company in the following: 1. Open escrow and coordinate execution of closing instructions providing for title insurance coverage at the settlement amount. w 2. Provide escrow officer with fully executed acquisition contract and notarized deed. d 3. Review settlement statement for accuracy. s U r a 70 of 91 ;{ ; Packet Pg.337 4. Coordinate deposit of acquisition price and estimated closing costs with escrow. c 5. After the closing, review the title insurance policy for accuracy. E 6. Prepare and mail a letter to County Assessor requesting cancellation of taxes if a appropriate. E c Eminent Domain Assistance-If Settlement by Eminent Domain Assist eminent domain counsel with the following: o r 1. Prepare a letter for the client signature, to eminent domain counsel requesting proceeding e N N to condemnation. 2. Provide eminent domain counsel with available right of way maps and legal descriptions, L; preliminary title reports and title review documents, and information on how to contact c each owner or interest holder. E 3. Provide eminent domain counsel with a duplicate copy of the parcel file, together with a U CL copy of the appraisal,offer to purchase, correspondence, acquisition contract, and deed as m presented. -� 4. Convert preliminary title reports to litigation guarantees for eminent domain counsels' m` c use.Title company fees (based of the value of the interest required) are additional. c as Residential and Non-residential Relocation Assistance Services(if requiredl 1. Secure basic case information and set up case file; maintain the necessary case E documentation and contact diary throughout the course of our involvement with the W claimant. 06 U) 2. Conduct initial in-depth field interview with claimant: Document rent, income, family a. m size, names/ages of occupants and determine relocation needs, preferences and special d requirements; provide general information notices and brochure; explain relocation w process,rights and benefits available. LL 3. Provide on-going advisory assistance to minimize hardships on claimants, including Q referrals to and coordination with community service resources, public housing and other public services as needed. w 4. Document rent with rental agreement,receipts,or economic rent if needed. E ¢ 71 of 91 X11„ Packet>Pg.338 5.L.c income using a stubs,budget worksheets tax returns, certification, c 5. Document/verify g p y stu S w. and/or cash affidavit as necessary. Use rent-to-rent method if income cannot be E verified. N N a 6. Assist with the reconciliation of FF&E ownership among owner and tenant. 7. Create rent schedule for project as appropriate and if authorized by client. 8. Search for and document comparables for each claimant: provide initial referrals and a three sets of additional housing referrals every 4-6 weeks, as necessary; search for o .2 available non-residential sites until OPC recommends at least one appropriate site or o N determines that no such site exists. Provide with any referral, an evaluation form which requests feedback as to the suitability of the site referral, and attempt to secure , v response from claimant. "' r 9. Prepare letter of eligibility based on most appropriate comparable or rent schedule, d and seek authorization of client. CL 10. Deliver letter of eligibility to claimant, discuss findings and impacts to occupants' particular needs. Amend the letter of eligibility one additional time if the economics of L the comparable's availability changes over the course of our assignment. m c 11. Prepare and deliver 90-day notices to vacate no later than 12 weeks after general c a� information notices have been delivered. 12.Arrange for transportation to view replacement sites if needed; assist claimants with d their selection of a replacement site, with lease offers, with review of rental E agreements,and with move bids or fixed moving payment. Q 13. Inspect selected site to ensure it meets decent, safe, and sanitary requirements. Cn 14. Monitor the replacement site escrow and explain the relocation process to agent and °- a� escrow officer as necessary. M 15. Review and discuss claimants' moving plans, build-out specifications and personal w property inventory and coordinate eligibility limitations in advance of physical move. U_ 16.Verify vacation of the displacement site and secure a certificate of abandonment. a 17. Determine eligibility for proposed amount of relocation benefits, including actual and w .c reasonable moving payments, rental/purchase differential payments, re-establishment w payments,and fixed payments as applicable. a� E s U cC � l a X11;; 72 of 91 Packet Pg.339 it ii 5.L.c over secure and process an advance claim to assist with the move, o 18.For residential m p w and a second final claim incorporating the moving costs and rental/purchase E differential payment once family has moved to selected displacement site. For non- Q residential moves, secure and process moving assistance, re-establishment, in-lieu, or settlement claims ensuring that no item was duplicated in the acquisition process. 19. Each claim will be signed by the claimant, supported by appropriate back-up (written a bids, schedules, receipts, etc.), and will be reviewed by OPC's project manager for c recommendation before submitting to client for approval. Each claim check will be o N delivered to claimant in person(as feasible)and a receipt of payment will be secured. LO LO v Right of Way Support Services Certification Oversight w 1. Attend certification planning meeting with LPA and/or the Right of Way Local d Assistance Coordinator and project team. o. 2. Ensure appraisal maps/right of way maps and legal descriptions are all properly identified d and prepared in conformance with approved right of way numbering system. .� •L 3. Ensure that all interests necessary for the project have been secured and all relocation m activities have been performed in compliance with applicable law and regulations. c a� 4. Prepare certification forms in coordination with engineer and client to include the > compilation of all necessary back-up documents required including; deed, final order of a� condemnation,access easements, cooperative agreements, permits, right of entries, etc. E d L 5. Attend and coordinate pre and post-audit submittal meetings. a w ca w Task 6.8.8 -Prepare Resolution of Necessity and.Plats WBS 220.20.15, Performed by PSOMAS CD X Prepare Resolution of Necessity and any additional information for the filing of the LU, complaint, and the preparation of any attendant map or plat (Assumed a maximum of 2 legal u descriptions and plats for budget purposes). Q :n 1 X w 1 � E t i U w Q 73 of 91 ; Packet Pg.340 Task 6.8.9 - Prepare Director's Deed and Plats c w n. WBS 220.25.05, Performed by PSOMAS E N N Prepare Director's Deed and attendant maps or plats (Assumed a maximum of 2 legal ¢ c descriptions and plats for budget purposes). E .N N Task 6.8.10-Prepare Utility Legal Descriptions and Plat = 0 WBS 220.15, Performed by PSOMAS 0 N Prepare Utility Legal Descriptions and Plat. v v Task 6.8.11 —PUC Application c WBS 205.15.25, Performed by Roy Ketring E d Prepare PUC Application. d d as Task 6.8.12-Prepare Parcel Files m WBS 245.50, Performed by PSOMAS c L For each R/W fee of easement take,prepare a parcel file. > C d Task 6.8.13 -Final Monumentation 0 d WBS 300.05.05, Performed by MAIMS W Conduct a field survey and related activity to monument new R/W boundaries. a Monument type shall vary depending on the surface character at the point as follows: • In dirt 2-inch diameter galvanized iron pipe at least 24 inches in length with bronze X disk cemented in top. The pipe and disk should be countersunk no more than 2 W, inches and no less than I inch from the dirt surface. U_ • In concrete structure or surface.- bronze disk cemented into concrete. Disk shall be Q w countersunk so that top of disk is flush with the concrete surface. X • In asphalt surface street- referred to Caltrans Right of Way Manual W • In asphalt surface non-street - Galvanized iron spike at least 6 inches in length collared with a brass identification tag. Immediately underneath the brass tag shall be w r d d 74 of 91 Packet Pg.;341 in deformed when the point o a stiff metal washer to prevent the brass tag from becoming p is set. Spike and tag shall be countersunk flush with the surface. The use of"gear E N spikes" or"gin spikes" is expressly prohibited. Q All bronze disks shall be at least 2-1/4 inches in diameter. w All disk and spikes set shall have a clear and unambiguous punch mark defining the a� point. Each disk or brass tag set shall be clearly and permanently labeled with the license number of the professional engineer in responsible charge of the work. If the o license number is rendered illegible in the process of setting the point, the point shall o be re-monumented so as to make the license number legible. LO LO v Task 6.8.I4 - Monumentation Map "After Condition" Record of Survey c WBS 300.05.10, Performed by PSOMAS E U This activity is required by the Professional Land Surveyor act and involves the production and filing of the "After Condition" Record of Survey. Fees associated with the above activities/delivery shall be paid by the Consultant. m Compensation shall be included in the overall fee paid to Consultant. o F a� Deliverable Deliverable shall be as indicated in this section. Three sets of each full size document shall be delivered to the City for Review. After incorporation of any changes requested by the 0- a� City or Agencies, these deliverables will move to the 100%stage of completion. Q W 06 Cn a Task 6.9 - Geotechnical Design Report, Materials Report and Foundation Reports d WBS 230.05.70, Performed by Earth Mechanics, Inc. x w Task 6.9.1 - Geotechnical Design Report (GDR) U- WBS 230.05.70.15, Performed by Earth Mechanics, Inc. a w This task includes efforts required to produce a Geotechnical Design Report(GDR),from X geotechnical analyses to report preparation including borehole logs. The GDR will provide the w geotechnical recommendations required to produce a complete PS&E. Recommendations will be made in support of the design of earthwork including cut slopes and till embankments, standard r Q 75 of 91 flu, u. I. ' Packet Pg. 342 �� ii plan sound walls groundwater identification erosion control o plan retaining walls, standard p g , features, sub-excavation, and other studies involving geotechnicai investigations and engineering geology. The GDR uses information collected from the geotechnicai subsurface exploration to provide recommendations that support both the design and construction of the project. The GDR E will provide the following: a, N N • Description of the project Q _ • Summary of existing facilities and proposed improvements • Summary of pertinent reports and investigations • Physical setting LO v • Discussion of field exploration � • Summary of geotechnical testing c a) • Geotechnical conditions • Geotechnical analysis and design a d • Construction considerations as • Recommendations and specifications CO _ 0 This report shall be submitted to the City first, then to BNSF, SCRRA and other agencies as required for review. Consultant shall address any comments stemming from this review and prepare a final draft. All calculations supporting the design recommendations shall be included as an appendix to the GDR. This report shall be signed and sealed by a Geotechnical Engineer d licensed to practice in the State of California. When all comments are approved by the City, Q W Consultant shall issue a final report. a v d Deliverable v • Geotechnical Design Report(GDR),three copies. w 21 U_ Task 6.9.2 -Materials Report Q WBS 230.05.70.25, Performed by Earth Mechanic Inc. w .a s Consultant will develop pavement structural sections in accordance with the guidelines in w the latest Caltrans Highway Design Manual. The latest web-based Caltrans software will be used U Q I i.. .; 76 of 91 1. 1. ' Packet Pg.343 5.L.c ort to determine appropriate material types for buried culverts. A Mate rials rep will be p roduced o sa for the project and will address the following items: E N Pavement structural section recommendations N Recommended material types for culverts E Corrosivity of in-situ soils N Commercial sources for aggregate and concrete Q 0 This report shall be submitted to the City first, then to BNSF, SCRRA, AMTRAK and 5 0 other agencies as required for review. Consultant shall address any comments stemming from this review and prepare a final draft. When all comments are approved by the City, Consultant v shall issue a final report. c a� Deliverable E a� U • Materials Report, three copies —° a a Task 6.9.3 - Draft Foundation Reports for Bridge Structure and Retaining Walls -a WBS 240.80, Performed by Earth Mechanic Inc. m c 0 c L Following approval of Structure Type Selection, Consultant will conduct detailed > w foundation analyses based on geotechnical information collected from the field investigation and c prepare separate foundation reports (one for bridge structure and one for all non-standard E a� retaining walls if any). The reports will contain foundation design and construction recommendations. All calculations supporting the design recommendations shall be included as an appendix to the Foundation Reports. These reports shall be signed and sealed by a a Geotechnical Engineer licensed to practice in the State of California. These reports shall be submitted to the City first, then to BNSF, SCRRA and other agencies as required for review. X W Consultant shall address any comments stemming from this review and prepare final drafts. a 0 When all comments are approved by the City, Consultant shall issue final reports. "- a w Deliverable Foundation Report for Bridge Structure and Retaining Walls including Log-of-Test- w Borings Sheets t Vii. ' .: 77 of 91 } ; Packet Pg. 344 5.L.c Foundation Re ort for Non-Standard Retaining Walls including Log-of-Test-Borings r c Sheet E The Consultant shall review comments received from the City and other parties regarding a the above Deliverable and, when approve by the City, incorporate them into the documents. These items will move to the 100%stage of completion. E .N N Q Task 6.10- Bridge Design and Plans o WBS 240.85, Performed by AECOM and Morris Engineering Inc. o N d Consultant shall prepare layout plans and structural details for the bridge and retaining Ln v wall construction. Consultant shall also prepare draft technical special provision for the bridge. Bridge design shall be in accordance with specified criteria per Caltrans, BNSF and City a� Standards. Details and construction specifications shall be prepared in accordance with City E Standard Plans, Standard Specifications, and Standard Special Provisions. Consultant shall c. d update the bridge General Plan estimate to verify its ongoing validity. w •L Deliverable 0° _ • 60%Bridge Design and Plans, three copies full size c d The Consultant shall review comments received from the City and other parties regarding > r the above Deliverable and, when approved by the City, incorporate them into the documents. d These items will move to the 100%stage of completion. E LUd Q Task 6.11 - Retaining Wall Design and Plans WBS 240.85, Performed by AECOM a v d r Consultant shall prepare layout plans and structural details, if necessary, for the walls x specified along the Project limits. Consultant shall prepare draft technical special provisions for U the retaining walls. U_ Deliverable • 60% Retaining Wall Design Plans and Calculations,three copies full size x m E w 3., � . 78 of 91 ; i. Packet Pg.345 5.L.c The Consultant shall review comments received from the City and other parties regarding o .2 the above Deliverable and, when approved by the City, incorporate them into the documents. E These items will move to the 100%stage of completion. a C 4) E Task 6.12 - Permit Applications WBS 205.10.95, Performed by AECOM&Roy Ketring Q Consultant shall prepare and submit encroachment permit applications for construction. 6 Permits required for this Project include: 0 • BNSF, SCRRA and AMTRAK Encroachment Permits LO LO • Caltrans Encroachment Permit for work on Foothill Boulevard It • City Encroachment/Lane closure Permit(provided at no fee to Consultant) • Prepare Construction and Maintenance Agreement between the City and BNSF. W �a • Prepare "Order to Construct" for PUC authorization d Prepare other necessary agreements and permits identified in the Environmental document or through the design process. m c 0 Deliverable L d • Draft documents as indicated above,three copies of each document > The Consultant shall review comments received from the City and other parties regarding a� the above Deliverable and, when approve by the City, incorporate them into the documents. E m These items will move to the 100%stage of completion. Q w 06 C/) Task 6.13 -2 nd Utility Notice a d WBS 200.25, Performed by AECOM W X The Consultant shall prepare a second notice of utility companies that operate in the area. a Specifically, the notice shall be sent to any utility that did not respond to the first notice and U. any utility company that indicated they have a possible conflict. Sixty percent drawing shall Q be provided to the utility companies that indicate they may have a conflict. X w :.c c m E r a 79 of 91 : �' Packet Pg.346 5.L Task 6.1 4- Storm Water Pollution Prevention Plan(SWPPP) o w WBS 230.5.65, Performed by AECOM E N N Consultant shall update the existing Storm Water Data Report (SWDR) and incorporate Q c shall be responsible for designing its recommendation into the Project PS&E. Consultant E C mitigations for National Pollutant Discharge Elimination System(NPDES)compliance. ' N Q C Deliverable ° 2 • Draft update SWDR,three copies o N • Storm Water Pollution Prevention Plans,three copies The Consultant shall review comments received from the City and other parties regarding LO v v the above Deliverable and, when approved by the City, incorporate them into the documents. r c m E a� Task 6.15 -Railroad Plans CL WBS 230.05.99, Performed by Wilson& Company, Inc. a� Consultant shall incorporate all reviewing agency and City comments into the railroad m plans and estimates as a result of the 30% PS&E review. Where it is not possible or desirable to 0 F incorporate certain comments, Consultant shall provide a written explanation and meeting with r appropriate agencies as required. c a� Deliverable L 60%Railroad plans,three full size sets a 60%specifications, three copies w N 60%cost estimate,three copies a The Consultant shall review comments received from the City and other parties regarding the above Deliverable and, when approve by the City, incorporate them into the documents. w a These items will move to the 100%stage of completion. a_ a TASK 7 - 100% PS&E SUBMITTAL X w w c m E U a � r � a 80 of 91 1 l 1 ` Packet Pg.347 i� 5.L.c Task 7.1 - Roadway Plans 2 �, WBS 255.10.05, Performed by AECOM E (n N This submittal shall include comments, review, coordination efforts, and all plans for c streets, curb & gutter, sidewalk street lights, grading, landscaping and irrigation, signing, E c traffic signals, striping, demolition, bridge construction, stage construction/traffic handling, ' N drainage, etc. Consultant shall provide final Plans, Specifications, and Engineer's Estimate. Q c 0 Deliverable 'o N • 100%Roadway Plans as indicated above,three full size copies • 100%Specifications, three copies 8-1/2 x 11 LO 100%Engineers Estimate, three copies 8-1/2 x 11 r c The Consultant shall review comments received from the City and other parties regarding a) the above Deliverable and, when approved by the City, incorporate them into the documents. U CL Upon incorporation of all comments from City this item shall be submitted to various a� stakeholders for review and approval. CO AV A Task 7.2 -Bridge and Retaining Wall Plans-Independent Structural Check a� WBS 250.50, Performed by AECOM and Jackie L. Patterson&Associates, Inc. > Consultant shall independently check the unchecked plans, draft special provisions, quantities, and construction cost estimate for the Bridges and retaining walls. Consultant's d a� independent review team shall analyze the structures, verify member capacities, review the Q w special provisions, and prepare independent quantity calculations. All issues raised by the a checker shall be resolve with the structural designers. The final design shall reflect agreement among the designers and independent checkers. Before starting work on this task, Consultant X shall submit a written explanation of how the independent review will be accomplished. Work a shall not begin prior to approval by the City Engineer. U- �C Deliverable • Written explanation of how the independent review will be accomplished, three w copies. c a� E s 81 of 91 , Packet Pg 348 i� S.L,c The Consultant shall review comments received from the City regarding the above o w Deliverable. The City many consult with other Agencies regarding the conduct of the E independent review. If approve by the City, the Consultant will be give a Notice to Proceed with Q the independent review. The results of the independent review shall be delivered to the City Engineer and not released to any outside Agency unless/until so directed by the City Engineer. N N Q C Task 7.3 -Railroad Plans g w WBS 255.10.99, Performed by Wilson& Company, Inc. o N d This submittal shall include comments, review, coordination efforts, and all railroad plans,etc. Consultant shall provide final Plans, Specifications, and Engineer's Estimate. c a� E d Deliverable CL • 100%Railroad.Plans as indicated above,three full size copies d 100% Specifications,three copies 8-1/2 x I 1 .� • 100%Engineers Estimate, three copies 8-1/2 x 11 m c The Consultant shall review comments received from the City and other parties regarding c d the above Deliverable and, when approved by the City, incorporate them into the documents. > Upon incorporation of all comments from City this item shall be submitted to various d stakeholders for review and approval. E a� L Q Task 7.4- Utility and Right-of-Way Update w U) WBS 200.25, Performed by AECOM and Overland, Pacific & Cutler, Inc. v W The Consultant shall prepare a third notice to utility companies that operate in the area d x and submit to the City Engineer. Specifically, the notice shall be sent to any utility that did not respond to the first or second notice and any utility company that indicated they have a possible Ui conflict. One-hundred percent drawing shall be provided be provided to the utility companies a a.. that indicate they may have a conflict and they shall be directed to proceed with actions x necessary to protect or relocate their facilities. The 3rd Notice will be issued by the City w c Engineer or designee. E E M U 82 of 91 1i Packet Pg.'349 5.L.c Consultant shall schedule and hold separate utility coordination meetings as needed, with o a the utility company representatives to provide and clarify project information and to monitor E VJ their progress with their relocation planning and construction. a r c m Deliverable c • Utility and Right-of-Way Update,three copies of each updated document y The Consultant shall review comments received from the City and other parties regarding O the above Deliverable and, when approved by the City, incorporate them into the document. 0 After incorporation of all comments,this subtask shall be considered completed. Ln v Task 7.5 - Final PS&E Documents WBS 255.00, Performed by AECOM Team E d Consultant shall submit the Final PS&E package to City, BNSF, Caltrans and other U CL agencies for final approval. The submittal shall incorporate review comments from all involved agencies. m Deliverable o • Final PS&E Documents, size and number of copies to be determined by other r parties to which the documents will be sent for review. c d E The Consultant shall review comments received from other parties regarding the above a� Deliverable and, when approved by the City, incorporate them into the document. After w 06 incorporation of all comments, this subtask shall be considered 100%completed. a d Deliverable • One set of final plans (signed and sealed by the design team) on mylar (22" x w 36"x 0.007 weight) U- • Final Plans (11 x 17 size), six copies Q • Final Plans(22 x 36 size)three copies • Final Plans electronic in AutoCAD 2000 format,Two CD* w Final special provisions 8-1/2 x 11 size),three copies • Final special provisions electronic on CD (word format), Two CD* U r 83 of 91 l ' r• r Packet Pg.350 5.L,c • Final Bridge Design&Check calculations,two copies c a • Final quantity calculations, two copies E N • Final Engineer's Estimate,three copies a • Final Engineer's Estimate,electronic on CD(Excel format),Two CD* E * Where electronic copies on CD are called for, all files for the PS&E shall be copied on Qeach CD using separate subdirectories for the AutoCAD Plans, Special provisions, and _ Engineer's Estimate ° 0 N TASK 8 - CONSTRUCTION BIDDING PHASE (OPTIONAL TASK - TO BE v NEGO TIA TED A T A LATER TIME) Bidding procedures shall be the responsibility of the City. in addition, City shall: • Advise Consultant of listing dates. • Inform Consultant of all issues and inquiries list and responses • Provide Consultant with bid results and summary sheets for their review During bid advertisement of the Project, Consultant shall refer to questions concerning the intent to City for resolution. In the event that items requiring interpretation of the drawings c L or specifications are discovered during the bidding period, Consultant shall inform City. City > shall advise Consultant regarding the proper procedure required for analysis of said items. Any c necessary corrective action shall either be in the form of an addendum prepared by Consultant E and issued by City, or via a covering change order after the award of the construction contract. a w 06 Cn Task 8-1 -Pre-Bid Meeting a M WBS 270.25.15, Performed by AECOM Team d Consultant shall attend the pre-bid meeting if a pre-bid meeting is determined to be w necessary by the City. ,L Task 8.2 - Respond to Inquiries 0 WBS 2 70.20.50, Performed by AECOM Team w :: a� E U fC r � a z.. 84 of 91 1a1 IL ` r "packet Pg.351 ' S' 5.L.c bidders' inquiries as requested b the City. All such o Consultant shall draft responses to bidde q q Y a responses shall be routed through the City Engineer or designee. E N to Q a+ Task 8.3—Addenda E WBS 270.20.50, Performed by AECOM Team a� U) N Consultant shall prepare addenda as requested by City Engineer or designee. 2 0 Task 8.4- Construction Schedule WBS 255.10.05, Performed by AECOM Team d v Consultant shall prepare a CPM construction schedule in consultation with the City based r c on the estimate required working days for Project construction. E CLa� �v Deliverable • CPM Construction schedule,three 24" x 36" copies The Consultant shall review comments received from the City and other parties regarding m the above Deliverable and, when approved by the City, incorporate them into the document. o c After incorporation of all comments, this subtask shall be considered completed. w c Task 8.5 -Materials Handouts E as WBS 255.30, Performed by Earth Mechanics, Inc. Q Consultant shall prepare materials handout information as specified in Materials 06 ch Information furnished to Prospective Bidders. The material handouts shall consist of electronic a� copies of the Geotechnical Design Report, Materials Report, and Foundation Report all stored in x a CD. w a Deliverable Material Handouts,three copies Q w The Consultant shall review comments received from the City and other parties regarding x the above Deliverable and, when approved by the City, incorporate them into the document. W c After incorporation of all comments,this subtask shall be considered completed. Y x;11;85 of 911: Packet Pg.352 i� S.L.c _ 0 a E N Task 8.6 -Resident Engineer Pending File a WBS 255.40, Performed by AECOM Team _ Consultant shall meet with the Construction Manager and functional units and provide ' N the following information for the Construction Manager file: (This list is not comprehensive 2 and Consultant shall provide additional information as appropriate) 0 • Permits • Surveying Notes LO • Cross Sections • Bridge Four Scale Geotechnical (GDR), Materials Report, Foundation (FDR)Reports �v • Hydrology/Hydraulics Report and calculations d Relevant correspondence and memorandum • Engineering calculations (horizontal and vertical alignments, earthwork m quantities,etc.) L • Environmental Agreements and Reports > • Summary and discussion of Environmental issues _ • Traffic Management Plan and supplements E m • Material Handouts a� Q • Storm Water Data Report w 06 • Right-of-Way Maps Agreements a V • List of Project Personnel 2 v • Cooperative Agreements x Consultant shall provide an electronic version of RE pending file information. When a ,, report is required, the report shall be signed and sealed by a Registered Professional Engineer or U- other California State licensed specialist as required by law. w .s= x TASK 9 - CONSTRUCTION SUPPORT PHASE (OPTIONAL TASK - TO BE W NEGOTIATED AT A LATER TIME) E U fC w r € of 91 X41 .e Packet Pg.353 5.L.c Construction of the Project shall be the responsibility of the City's Contractor. During the o construction phase, Consultant shall work closely with Project Manager within the budget E allotted to assist and advise on issues in order to minimize construction conflicts and to expedite Q w Project completion. c .y Task 9.1 - Pre-Construction Meeting a WBS.100.20.10, Performed by AECOM Team o Y Consultant shall attend the pre-construction meeting. The roll of the Consultant shall be to provide design support to the City and/or its construction representative at the meeting. LO v le Task 9.2 -Partnering Workshop(Deletable Item- TO BE NEGOTIATED AT A LATER TIME) WBS 270.25, Performed by AECOM Team c� CL w Consultant shall attend a partnering workshop, if scheduled. d a, m Task 93 -Additional Drawings Due to Consultant Errors, Omissions, or Revisions. o c L WBS 285.10.15, Performed by AECOM Team In the case of errors and/or omissions, Consultant shall furnish additional and/or revised = d drawings or work effort necessary for correction and change orders. The City shall provide a E m written request for such drawings or work effort and Consultant shall provide said drawings or Q work effort at no additional cost to the City. Consultant shall also provide the original tracing of 06 the drawings and contract wording for related change orders to City at no additional cost. a. a� a� Task 9.4 - Shop Drawing and Submittal Review w WBS 270.20.35, Performed by AECOM Team U_ Consultant shall review all submittals and shop drawings. The review of shop drawings shall include bridge working drawing submittals, construction contractor's submittals for X substitutions, construction contractor's alternative construction Methods or Materials approval(s), a.: steel layout for structures, independent check of construction contractor's falsework submittal and other submittals and shop drawings as requested by the Construction Manager. w r 87i,Jf 91 I Packet Pg. 354 c 0 CL E Task 9.5 - Supplemental Drawings at City's Request(Extra Work) N WBS 270.20.50, Performed by AECOM Team m E If requested by City, Consultant shall prepare supplemental drawings and change order- •N supporting documents. Any such supplemental drawings constitute extra work; therefore, prior = 2 approval from City is required. Any such additional engineering services, drawings, or change 0 order documentation prepared prior to receiving the required approval shall be at Consultant's o: risk and expense. v r Task 9.6 - Site Visits a� WBS 270.30.05, Performed by AECOM Team E �v CL Consultant shall visit the job site as requested by the City for the purpose of responding d to bidder inquiries. -a W c 0 Task 9.6.1-Asbestos Abetment Monitoring as WBS 270.80, Performed by Ninyo &Moore c Task 9.6.2—Hazardous Waste Removal Monitoring E a) WBS 270.80, Performed by Ninyo &Moore ¢ Task 9.7 -Respond to Inquiries/RFIs "' WBS 270.20.50, Performed by AECOM Team a� Consultant shall draft responses to contractor inquiries and RFIs as requested by the a X w City's Construction Manager. w Task 9.8 -Change Order Preparation and Review Q WBS 285.10.15, Performed by AECOM Team X W Consultant shall review proposed change orders, draft change orders language and make as recommendations as requested by the City's Construction Manager. If said changes are E U w FF � 1; 88 o t l y Packet Pg 355 5.t..c necessary as direct result of design errors and/or omissions, Consultant shall prepare and/or c w a review contract change orders at no additional cost to City. E N City will: Q Y • Act as lead for direction on issues raised and inquiries made by the Construction E Manager a_ N • Inform Consultant of all field changes and Contract Change Orders (CCOs) a • Prepare and maintain working as-built mark-ups in the field 0 r 0 N d Task 9.9-As-Builts WBS 295.15, Performed by AECOM Team Consultant shall be responsible for incorporation as-builts into the PS&E, including C preparing final As-Built plans reflecting completed work onto one set of final Project mylars. �a a m o: TASK 10-PROJECT CLOSEOUT � After construction, Consultant shall provide all final construction Project records in 0 accordance with City's requirements. Records shall include, but not necessarily be limited to design survey records, including legible hard copies and electronic files, recorded w monumentation, and post construction audits. Consultant shall maintain all Project records in E accordance with the filing system provided by the City. d L Q W Task 10.1 -Develop Final Record Drawing Plans y n. WBS 295.15, Performed by AECOM Team While City is responsible for maintaining working field as-built mark ups, Consultant x W shall keep a similar set of plans, noting all variation between the plans and the actual 21 0 construction. These marked up plans shall form the basis for the development of the Final record U' drawing PS&E. In developing the Final record drawing PS&E, Consultant shall follow all 0 requirements as specified and submit to City no later than 60 days after construction contract E W acceptance by City. City has final acceptance after all other Agencies accept. c d E w 89 of 94 ,I.. r r Packet Pg.356 r' 0 a E M N Task 10.2 -Deliver Project Files WBS 295.20, Performed by AECOM Team E Consultant shall provide all pertinent Project record to City. Documents shall be organized in accordance with the City's filing system. 0 M 0 Task 10.3 - Recorded Monumentation WBS 300.05.10, Performed by PSOMAS ,d LO In accordance with the Professional Land Surveyors Act, Consultant shall review 7T- _ monument surveys for the Project right-of-way. Consultant shall also review mapping and a� documentation for all recorded monuments associated with the Project. CU a a� o: d Task 10.4 - Post Audits WBS 295.00, Performed by AECOM Team 0° _ 0 Consultant shall assist the City with project post construction audits, as required or requested by Caltrans, BNSF or City. _ w E TASK 11 - CONTINGENCY(DELETABLE- TO BE NEGOTIATED AT A LATER TIME) d a W This task shall consist of an amount equal to 15% of the Consultant's proposed Not-To- 06 Exceed fee. This amount shall be used, when requested by the City, to compensate the CD w Consultant for unforeseen work that has not been included in the RFP. It shall not be used to CD compensate the Consultant for cost over-run(s) on other Tasks contained herein,unless it can be w shown that the over-run(s)are the result of, or caused exclusively by, an action or inaction of the M City. Q w X W r _ m E s ca w ., 90 of 91 i Packet Pg. 357 4 PAYMENT FOR CONSULTANT SERVICES o CL E The fee for Consultant services is as follows, billings will be according to these cost N categories: m Submittals Fee c a> N DESIGN TASKS a Task I -Project Management/Coordination/Administration $ 334,360 0 Task 2 - Environmental Document Verification and Supplemental o Environmental Document Support $ 31,289 Task 3 - Site Investigation/Utilities/Mapping/Reports $ 157,582 LO Task 5 -30%PS&E Submittal $ 460,634 Task 6- 60% PS&E Submittal $ 1,211,025 Task 7- 100%PS&E Submittal $ 580,766 W Task 10 - Project Close-Out $ 32,503 C Design Tasks Direct Costs(T&M) $ 295,930 d as SUBTOTAL DESIGN TASKS FEE $3,104,088 m c 0 DELETABLE TASKS (TO BE NEGOTIATED AT A LATER TIME) E as Task 2.3 - Supplemental Environmental Document $ Task 4 - Protection of Santa Fe Smokestack $ d Task I I —Contingency(10%) $ E d d Deleaable Tasks Direct Costs (T&M) $ Q SUBTOTAL DELETABLE TASKS FEE $ N a TOTAL DESIGN COSTS (INCLUDING DELETABLE COSTS) $ d OPTIONAL TASKS TO BE NEGOTIATED AT A LATER TIME w Task 8 - Construction Bidding Phase $ U_ Task 9- Construction Support Phase $ ¢ Optional Tasks Direct Costs (T&M) $ x SUBTOTAL OPTIONAL TASKS FEE $ w w c d E TOTAL FOR ALL TASKS(Excluding rttional and Deleable Tasks) $3,104,088 r ¢ 91 of 91 „ Packet Pg. 358 ii {� c 0 w a E N N Q w C W E C P .y N Q 0 :r 0 N eF C N E G1 ATTACHMENT "B" FEE PROPOSAL 0 L `d G C d E L Q _w W Cn a m CD x w w :n x w c m E .r Q tf Packet Pg.359 i� 5.L.c 0 w a. E N N a w N a 0 Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for O MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CD CIP PROJECT NUMBER SS04-012 COST PROPOSAL TASK BASED COST BREAKDONM L{') t # � £ f .'D 4 tJ R A. p � T G _ 5 • TOTAL S - rf.gi z s� Ft<.. - d L.. i5 S• ,� Fz ... f r � W DESIGN TASKS m ASN 4•PROXCT AUIRAOEldENT7000R f%,YATIOItrAWiM}TRATION it Pro RMaro �tFpn tY]]6 SOM SST 118 JBI 12 Cwrdru6oNAmMfidatbn its bl3 31I5t0 J16ta aSJT Lf eaO 33 tai 4711 tt ti} 2M bib () 1.J SM1.6+,1 Re 2650 4 2" td Pr 12PW SZ d50 I56 1.5 Ora ASSwmrcatOW CaNOI ONmC Rsn 184 aYd 28% ]beJ IF 515 Q 16 Pu6SC Or{roach Pr a14I] 120i I(k f.] Vatw Anaf R•%.*+m 9fiW At 450 it fah 9WMe' IM 1 .MI fT0 AYt !t t'11 tit ft]SJ TASY,i-PrT)J€CT—AGEA*—CODRWNALM $334,360 1A ftfflSTRAPON TOTAL TASK 2-ENYiRONMENTAL DOCUMENTWMMAT—MTSUPP MENTAL ']�L8r� ENViRO>iME UP 15346 t5�` W I.1 Daea CaMCwn 13648 4195 }t59Y2 I2 Ybelstro _ m 6T2 0 TASK 2.EhMRO WHTAL OOCUMENTY RJF7CATION AND $31289 L� SUPPl.FA6:NFAL EWRONAWN£AL DOMbICHr SUPPORT' L TOTAL Qt TASKS WE—S AT T Tt 3/M"m Po S ICI SZa57 3.1 ST..— nn 38999 '�'A 32 Surw 1618 SW ib) C ].} MafaolvFawmm'lwaahm[..4 M2artlow lv,vs lmocsy.ion 32J,4JI }38.M< 361]31 G .R amada S%405 -0�a J.1 p.otscnxat E:. rnbn Pan I9.fit6 6725 Su6�Y 9!a ltd fb! &d8 ]t4 TA*SK3-WC }151,542 3 44VESnGAT ION.']IT3LJ77E&MAPPl71GIREPORTS TOTAL TASKS-10%05 E SVOMITTAL 53YI 150}1 L- 51 F-S— 11650 52 Praiman PNm-OOCma:kA eval Orn.' 2b 5Ib S.521 SJ Trnbc S•. 9J 134 - __-. �]Ots Q 5d Raad Phm 77015 35 Su 6rlbnK Lact.d N.TCfc3 X1018 ti65Jb W 5.6 T SdHCtbn R• rtnTSR 4M a. n t%271 TI69 a]s0 1630) �J( 5.1 Wo 1Caai 3016 Extb+�aro i8 135 5)69] 0015 W 58 Im awme h-tuV t8uis 032 &85} 10550+ Cn 59 RM EMrra a %� 11 IS I86t9 a 510 $nM3Ai iK ggw am 5d5t?:s3 TASK 5 P 3E TOTAL CD V fv X W 1 LL a w X W C N E G U w :� f d Q 3 Packet Pg. 360 ;t i ® _ w O. E 7 U) U) Q 4r _ E _ t� U) U) a 0 Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for 0 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER S$04-012 COST PROPOSAL d' TASK BASED COST BREAKDOWN 1r) �.s a ke a �;v - �d 3 . 1 vt Tor. x _ TASK 8.80% BWTTAL 1MOR SiOi�] 81 R PLre LL 8I Phre s3 BR,,IC<n+su�n.TOmc—9.OeFw vfsre.aMTi+mron5lbn 37.483 39.182 Sib.t] Ma s C20 T 66 V 64 Pmm.M b%rnlbn PMre �� (� S.S Pt.es bi 88 Trodc b' 3 5 19 Q 3.T Ardl PWa f 6.A R' i' E 17 768 tt 180 fe+ 1?t 1 89 IRa and POVdkbnR rta 5 581961 d.t 8W 1 i]38l 6JD 1 Si 3.11 p rd PYns 2432 2732 B.tI Paem3 JSI �� B.11 Ind Net4v 6.14 kx P3?BCn RawrtenPW 6 4 Sta3 D81 eta Rsffina Pore y,�y fnan 1 162 3 1 + 376 is ' L TASK 3.60%PSAE TO rA L S}111025 M .� ASK 7.100'PSd LJ=.1 TA R lA.re 1S6 0 t56 7.2 -S--w PMna-1 3. a3 RnMx 136 509131 3M rit 59333 = T] RaAwd O4re t3 M31 L T4 sna -a- low ]at oTs i3 FEW PS3E bra+m6KS `� S+HatM t J Idf 34d 3380736 TASK 7.100%PSAE TOTAL if c C ASK 19-PROJECT CL J t2 4J 56.1 Dax JmlR.aa,a Plate 12 6 102 PT' FN8 ST.f = 10.3 R 2Nt 10.4 —A- OTAL 532307 TASK 10-PROJECT CLOSE our TOTAL � M.t CWb)Rolb E.—) 5 2 M 5 M I $.—I SIMI Taw 1 529]0 L OfREC T cos TS(Nor TO EXCEED)TOTAL I M Q DESIGN TASKS SU870TAL $3 104 688 w 06 TOTAL PROJECT COST $9'104'088 d d r.a V 4) x W LL a J3 .0 x w d E U r a 777111 � 1 i Packet Pg.361 ii S1 Plans,Specifications & Estimates (PS&E) and Right-of--Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 c COST PROPOSAL Contract No. Date: 44/10/13 N Consultant AECOM Q DIRECT LABOR a=i Initial c Hourly N Classification Name Range Hours Rate Total N Q Principal Lewis Cornell 20 @ $94.38 $ 1,888 0 Project Manager Mohan Char 546 @ $85.15 $ 46,494 Senior Engineer Todd Dudley/Ed Ng 2,793 @ $65.28 $ 182,340 e Kimberly Gee/Jackie Associate Engineer Wang 4,610 @ $35.48 $ 163,567 Raymond Andrasek/Ed u� CADD Landas 2,810 @ $46.83 $ 131,606 d Clerical KristinaToan 404 @ $28.03 $ 11,324 S Electrical Lead Ben Mascardo 184 @ $65.28 $ 12,012 y Electrical Senior John Kim 358 @ $48.61 $ 17,402 E Electrical CAD Cris Canlobo 318 @ $46.83 $ 14,893 Senior Program Mana e�r Steven Greene 48 @ $78.91 $ 3,787 Sr.Transp.Planner Mike Arizabal 24 @ $34.90 $ 838 fY Transp.Planner I Amanda Smith 240 @ $28,86 $ 6,925 CAD/Graphics Joel Ulloa 40 @ $25.93 $ 1,037 Transit Leader David Sampson 20 @ $86.95 $ 1,739 m Sr.Transit Planner Christopher Henry 40 @ $45.67 $ 1,827 c Transit Planner Michael Wallin 40 @ $37.39 $ 1,496 Senior Modeler Patrick Coleman 8 @ $83.57 $ 669 Modeler Mehul Champaneri 72 @ $4192 $ 3,019 @ $ 0 a=i Subtotal Direct Labor Costs $ 602,863 E m Anticipated Salary Increases* $ 0 Total Direct Labor Costs $ 602,863 Q w FRINGE BENEFITS Rate Total °n cn 156.22 % $ 941,792 n Total Fringe Benefits $ 941,792 m INDIRECT COSTS Rate Total Overhead % $ ii General and Administrative % $ >1 Total 0.00 % LL Total Indirect Costs $ 0 Q FEE(Profit on Direct Labor+Fringe Benefits+Indirect) Rate 10.00 % I Fee(DC+FB+I) $ 154,465 K w a.: d .c ca w { Q �t 1. Packet Pg.362 1F 9i Plans,Specifications & Estimates(PS&E) and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SS04-012 COST PROPOSAL CL E Contract No. Date: 04/10/13 0 U) Consultant AECOM OTHER COSTS 1. Reproduction $ 0,120 E 2. Copying 350 3, Plotting $ 3,300 U) 4. Transportation/Travel $ 3,530 5. Special Deliveries $ 2,000 0 6. Computer Costs $ Subtotal Other Costs $ 22,300 0 FEE(Other Costs) Rate 0.00 % Fee(OC) $ 0 SUBCONTRACTOR COSTS(attach detailed cost estimate for each subcontractor) Arellano Associates $ 52,877 Earth Mechanics,Inc. $ 193,413 ICF International 10,953 a) Jackie L Patterson&Associates,Inc. $ 150,321 Morris Engineering Inc. 33,500 Ninyo&Moore 121,061 0 Overland,Pacific&Cutler Inc. $ 199,816 (D PSOMAS $ 189,097 > Roy Ketring 26,555 Thirtieth Street Architects $ 56,302 Wilson&Company,Inc. $ 348,772 E TOTAL COST $ 3,104,088 06 U) 0- CD x Uj U- x Uj E 0 P ti Packet Pg. 363 Plans, Specifications & Estimates (PS&E) and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAT) REPLACEMENT o w CTP PROJECT NUMBER SSO4-012 � COST PROPOSAL a Contract No. Date: 04/10/13 Consultant AECOM _ OTHER COSTS-Itemized Unit Cost Quanity/Units Total y 1. Reproduction $ 13,120 a B&W 8.5"x 11" $ 0.06 10000 EA $ 600 = 0 B&W 11"X 17" $ 0.12 50000 EA $ 6,000 Color 8.5"X 11" $ 0.45 5488 EA $ 2,470 0 N Color I I"x 17" $ 0.75 5400 EA $ 4,050 o: 2. Copying $ 350 d B&W 8.5"x 11" $ 0.06 2000 EA $ 120 B&W 1 I"X 17" $ 0.12 1920 EA $ 230 3. Plotting $ 3,300 B&W Plotting $ 0.15 5000 SF $ 750 Color Plotting $ 1.25 2040 SF $ 2,550 4. Transportation/Travel $ 3,530 Q Mileage $ 0.565 6036 MI $ 3,410 Parking $ 6.00 20 EA $ 120 5. Special Deliveries $ 20.00 100 EA $ 2,000 %mow, 6. Computer Costs $ m Subtotal Other Costs $ 22,300 0 L I *All mileage will be billed at the IRS approved rate. c m E m m L a W 06 N 0- Q �.d U N x W 1 S LL a .r x W r _ m E U a.. ii At � e a FPacket Pg.364 j; CITY OF SAN BERNARDINO P11m,Specilicat[ons&Estimates(PS&E)and Rlght-Of-Way Acquisrtian for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4012 COSTPROPOSAL C Manhaurs w Glint aeYbi+n 68marWe ew: Raig1J C ��qq L3aflanl: P 7aMi CB.nVtraanN �� N 1t P.w;.a YaaPn,a.l P%n vW 1xe4 + n x 4 a n 2 z t3s sta341 Q 12 tae bMM'i�%Pleon fWt}f0 t24 COaWVfanaM We6Ne 1.1510 22 tai tm 330.182 'i•e 1211 P!ejIC9eMgenW TwnAaeas�ge 14213}4 32343+ 117 dd as 36 5y 347 MT,W t Eft P+HC pLeac4 Yaa4er,7a 183}410 16 36 ^ro 43 TS 20+ 328Y.Z }213 Re8'e9Y CaoiWiVb+3t•.tY%a tg2541C Y.A fd 92 82 40 M 5W BP5 w1rY 1 2.2 MtN8a5a8pn f W f319 iW ti1P H 52 18 N Y2 lt43tt 1{01504 Z7 32 Y4 83 3t2g0 to Prbiaft R8p78 +ro 1x.t9 u f2 W 50 N t% Tt681P 'N t5 OaaRY amY9ix.NReSt/rnrnal )fxan tW}543 28 7a W 33 30 N E J M1M 32t539 in 18 PYac QSVa:1+R+8Ta'n 183}443 t3T 136 sdx tV 118266 17 YaL9 1'1!a Revw 4W 1305 ? 18 2'4 2A. W 313,114 1_ Tr81 anawnm«nr 8a9vmml vumr.4arfam C E1gPYna.M Gwtrrml+fud eoamwel StBpert 1X13M 2.1 (aU(:e01e9et 2>}W45 •3 DevabP ar W e Mk1r68rel Emwrco,+w% 2.11 Aterwixal Wtnsee SlfPQ YOA 254WC8 32 20 32 Q Ragfea.-aMe M 311 U) 2.12 Pea1'vP&UT li91tag8Y fYwe3 Wimp} 7346405 8 16 5 37 sl- S1P0 YOA RlpwemrM 22 vPPranoP T3543.N 10 4 33 SS x31 721 &'X74 °OAtNft''O 234GSW 12 32 1tarMA TeWa .9 311.662 222 Mrai4pa`51e+Ida99Y F^AwN BCm*iRM Moo a is Z6 X7,581 $uryYrtxHtl Emivnas4.al OplunvM 33 IDrs+aa tap 7)i 0524 Tp83 51HhraagaaNibkUS+tlaPptgM.P«Y iflrgi 2t sre mslet•,w.m 2f.1tl ] 14 5161 Jz su.y+�w f�ta�s 2 x to n x2,eta ++ 32t W�nC p iQ5 104. 11 i8 b lm Hil m iW 5� a<t8I 33 WaY 4atYplvNReC4rlt R+fi2tena+l+ 193x 011 RuBn>yn wasa hveYV„vlwn 233 tP 8 24 am 52 td 34 12 248 3282a1 332 Mxirtv ryFOVAnOOn Report 2A0 a5 ? 10 as 188 S:3AJl 3.4 Geptt<+eieM Eelbe[im.Ran 143x ('0 5.41 Ry6N.Lray Prrtb 200M 00 M IN 314X. 3A2 eMeUr,cYE»wse+w. `6428 2 8 18 tN tib Ytt b7D CL ias8a T++7 efxanYA 38wbstic8(8818e88Y N tes85 W.SPa8C3van8Y SpB,W 6i S.1 fact&wRa *&518:5 t8 N 3Y 4 4 fY: St8452 � 4T Pro§nfilary•RUtbeomte Fpawai Cewvrpr. t�14W Ya m 143 ].'d 32D 52d •aVI 5.3 TnB.s-V }842003 b 28 2AJ AO 23 # Al d t1 532 384136 •L 41 RWU•y Pare t8511CS T b 1}2 336 tH 3N STt tr28 {i.1 M 55 3r+•vya(A1KUnAaaaclee In Tah31) tA5 1443 58 [iMp type dWabpn Repot(@i SRYaM(aelOn TAY 2S JY 8332 5Jt}yyBM 114 an ffa a OJ! Yt14,5Y4 ^ 3J R pe toa:4]J%Eamla) ]W MS M :03 In 32d WJ V d& ta3<a mpeaP�.nr:x-t•taYy terse 30425 u 8 :V 3(832 i ff8.1 GmfnlCMVrAran Yt81525 W 34 25.509 59 RBhatl PMn 1.1599 ` $8t P1oMrvnv7 Tm+tJ. me4 Pyb 10315P4 8 S9Y ReanM1W 5twRJ O4Y}1 YlBtS 94 8 8 4 28 t f4t66 t+ 543 WW+n+yMetmcCat TrM 0.8pyercwna 145."" 9 M ttl 16 tt S51'}ZB G 56A Retnlrury Ra+81rvze 5.s{iy PMn i8}t}4} .". W 44 5tE ST1 Pl2 .BI 5P0 � OpNYSneM14MY89axe f�1599 54 ?0 !4�! 548 PreNiMry)EFP qa�l td313 P9 t 48 6) 81 Kd !21848 48/ Raan3ay a8w.:aa aM0�i18rg Mtryt 'W1589 4 a9 Ye b 124 3M18Wt t0 XBFtof35'!y 56325 x) iba 2US lI1B1C Tsa88 60%P46l6uhn8Yt f1.ItfA56 ffL 4.1 RMM+/isdit 13Y 8S 2 1b ]64 °x 1. In 62 LAUrr38a P%ro 23RW 8 tM 6 218 f2ipi9 Q 8.2.1 W%pa:lpe RfpeA itt3M18 Sfi 40 8 88 513,2}8 E.qa CYa41+:6M.TMq>W�q.0.1a�a ui�( a3 Me"*.TrsnWn'i9(YBnaP?�+WM1nYPI. 2%128 N 4 W L,wvPWan 6a+Yana08nwRPM W HevWU kaar6 Ce.8nga4y R.en N 69 IT kd a YM4'MMn9sa+MPYa(AWrtw+a f.no L at L fi J1 ) 637 40%OerMnrNipn Sm YnNgwrz9%e Pan YA 20 T 4 8 ST 3g,5g0 '� 433 W%Wtrteow M119aW Caie�9en'/P TM.tS lJ,m3 (D Pmaannl W4iteYeon PLta 2W.15 Q3 8 f9 W ft 449 85 S+yly Pate 234f5M a » e W fI,= (D n.mA eaPar6 s:2..g.ne bt«11. 23a.131s t5 03 in 1. 1w 58a of Q34 (D B.T P4!4rvpsMYrpY'.onRYn 234.19 8 d 81 344100 X 88 RpYS/Vhy4n8wf+✓g f\wbe YAW 32 i 112 !10354 W 481 Pw4om Rr9wd DeY 588rM moo 2 10 S/tfii 842 2AR.;+rm R9pala 22sb sf st5 a 883 MlamtYNt3%RSpdny sgfipdT YA4503 7 t2 t1 11155 488 YNaltas Caro+<rf R8me4a3 t4 } 18 32 9 4 7 93 SJ,P39 LL 644 Jmn45 6 is 54 21 14 tm slssos 88A P-RpxMNM1y WfK 2X115 12 88 4A i9 2A tai Mod ie• e b Y Y•841�f RgYd 928Y 6attlen111X W 2:828 iG8 et6 156 Preprte MpwYd�OttuniriFw OanY 6t5 f�.251 Y 488 P.epan Reak+enW 818uYeM P1W 2A2015 2 4 8 f8 32543 86.8 Repnla adl1'Np�tbO6MX Pao -no 2 8 8 1d 12.353 d.8.t0 PngnUtlC/lpYMw¢9eom and Pat '22415 2 12 24 le 18 16 !8489 B.Bit P11C 81a4wW. 2041525 N N "1. !X 8812 PmcNfM 2638 T 2 tl A A !2411 ••• eatJ cTY}Xals+ror<.1Rn wba4ro 2 2 a 4 23 s2w1 .. dot( an Yap Mar f.,M66M"RecaY 3W 0510 4 )2 32 BA 54.63 48 OWestpaM poMPl R9pol.YitarWS RePM%rtl 2]44570 feMOYMnRapwl 48.1 QedecMkN OpplRepml(!%lRr 2300318 14 z to a 52 32 19 192 3220.11 488 YaW1Y8 RePat 23084)Ori T 18 Y2 14 N 8 9x 318]38 d+a fwdniu,Rwpm w aa7.stpYUP«w 6RS M14Nn03vala 26 ba 7 z+ 24 4n 14 lt6 l2A1w 614 R9,t4s f3wp1m1 P01p 7.464 a2aa63 P1193Ni! ash 13ze 13a S.tfm sas m (t} 4.11 Raan3p Nap 088g1uM Pahl Yn4x 4 164 212 xb dH 395852 r 8.12 Puail6ppntbra ml 16 8 4 12 !2852 6t3 1'446+81 tip6pe 26024 i 2 4 8 to 12132 Q14 SYrmN43arFeplanRmraon Tan ld ''% 276 RSw ;t' +2 m ea ri tm sum2 ;��.. 614 RWaaB Pon 2%185812 a4 314 °� b 12}2 310842 !!111 ;r Packet Pg. 365 CITY OF SAN BERNARDINO Plane,Specifications&Estimates(PS&E)and Right-of-Way Acquisrtion for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER S$04-012 = COSTPROPOSAL O Manhours ura6.n�wNrdNe Q.r: wnm13 Q rwxr i{6xsua rrw+ r6 Re4b4rPY4t xs++Qw +5 a5x 405 147 a a6a 1xa 11n 1+3e15d N =,-,4=14 WO I'H4' rd.r4 736W 613634 i14Ia l s3+ rrx 36T "q% E7566W 77 rnerM661ta6 red t9 eo d N Ise iw 1M 41 46! 360.614 7.{ tR t(MW{M411M6'Wdlk 20071 N 4 iV N t1x to EYQYri }I 7A fl "us MweRlfES 200 1Q 24 164 xM tH 4 rW4 C 612dM MI.MIQ 6Wr4 pOdaNT'kq rM3 COMhR6m IDMia6i6n4{Jpflaerf T4Wr f4a61Q PrctM CiefMR IQt MtbRi4W RamUpn!^QRixn M15 3 x0 xQ 40 6d 31x:6W (� tQx 04trw ltgW Feet 2xtl xG 6 9 6 8 b TY i64N 'N 1Q3 NK11fld MavareNMCn SW.CQtO 4 8 6 2A ix 651 in *4 P1w— xVJ.04 16 t6 ttl b 36564 T4461t C46�MeYRItl4Yttl�r _ w+m nm a4x4 + sw 13JM 410 low reo w6 arxl 1a O O Cn d d' d' r-6 _ d d U l9 Q d Q1 m _ O _ L .1 @.4 G .1.4 _ d E d T L a w 06 rn a a d d x w a w a x w d E Y 'yp�j Q t � � , Packet Pg. 366 5.L.c C 0 �r E N 7n Q rr C N C N !A Q C O CITY OF SAN BERNAR131NO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for :3 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT O CEP PROJECT NUMBER SSO4�012 N COSTPROPOSAL AECOM a Manhours 0ac4: Suwn1 e7 C emt:City a San Bernardino pro 0­0, _ labor l{wro CL+saiMatbn _ _ v 4L9S 1 2 7 4 S 8 7 8 9 10 Total SuMolal PlaJect SeNOr A4wcbb sv AECOM STAFF Coda Piintipal Manager Engineer Engine Or CAOD Cledeal OOC Hours w AE2Ol4RAM $283,00 1270.00 3184.00 5100'0 3132000 $75.00 Prajed S.Abr Asa 1. Erw,of EiWiral Elecblul o,AECOM STAFF Prim1pal Manager En91net1 Engneer CA00 Gl4r-r lead 5.1401 CAO E AECOMRATE 3283,00 3240'0 5111400 $100.00 $t32.00 $70.00 $18400 $117.00 S17S,00 Sever IJ ➢ragram Sr.Trpnsp. 71an1p. CAC/ i1a0f71 Sr.Yrangl TIMfI! SeNOr s,AECOM STAFF Managtr Planner Pianmrt Giaphka Leader Pie— Plan— Mad$kl WOW tra AECOMRATE 3222.30 598.35 381.33 57107 124516 3128.72 5105.19 $215.51 $118.16 CL $IEq'1lO�BTASRB •.:::. -- ._-. _.___.. ...�-_ _ __..____.. ...-.- 7ak1 (P HerAbMSOmaiv Oaordrrxrrow --- _-�-- _1.1 Prok_d Managam<nlPHn 141.1505 78 t2 ____73 _ _ _ _ __ 100 -51.1718 1.2 ------��----COOranatbNA0mIN41ulbn�---- 100.15.10 ~- -_ -, _- .._. _ _- ��-- 3%•000 .L 1.2.1 Ceordbalbn and WON, 100.15.10 14 __ 11 13.724 1.2.1.1 Project Oewlopmonl Teem Meelinga 100.1510 72 88 38 36 2M 54$;!16 0 PWab CaWW Meotb a tOD.15.w 24 24 4 72 IM 318364 1.21.7 RaAOaa ceordna ROn Maeda 100.13.10 _ J-84 84 44 44 -� _ 2f8 31-_5.012 L 1 3.Z 1.27.1 --_�EnUD3chmeM Parma 100.15.10 12 24 24 _ . $9,606 �a 1,1 eted31e 100.13.05 12 12 24 40 .38H4 IA ➢ro9resa Repwl tOD.i S.10 .....__ 24 ,-_ 00 IW 31 Oe0 4-a .-_..._-�__���-_.._........___...__...__ _.- _...__..-. _._._.. �.._... .�-._.n..,.... 1.5 QwMy Amura1wMwth COn11or(QAfQC)pun t00.15.05 12 12 12 24 80_ 58.184 1.0 PYW14 Oaheaeh Program FOO.ISOS 1.7 Value Argys!s Revow 10(1!1505 12_ 24 24 00 SO_E4G iask2 F-11-ei-W OOCament Wdff..fkP and d .sw1e 01O,,)e neehnl 0aeumwet S.PPen _.....___.___-._......_..._......__.--___._.� -........--_._.____.._.._.-._..._____.....__.-- ___-__ ._....... -..-.- 2.1 Oala Gotbdlm 275.0405 L 0eve0p Bridge A10,tedual Enhancement Q 21.1 A116, 11,43 that mte7 SNPO MCA 235.0505 W_Y 2.1.2 Wvabp Bridge lighdn5Akelnallvea that me4l 23505.05 W 22 -�--- Wb1k1h.0 2355.0520 221 OavebP&Wae ANChaedw&EMentemmt 2350'05 2.22 DejeP Bodge tVftg P1e1e11e4 At!­... 216.03.05 W 23 M _135.0520 _.. ..... __........._.. supp;emeNal EnvOOnmenb40ocune .4+ -_ 7ssk1 Slle l�vesOgaffoNUl180evMTPpingrRe�4ib ..,___ _____._ 3-1 Sila 1evos690'n 235.1 X 2 _ 4 __..18 ___ _- .._-.__-_-_-_ 2_2 32118 W 7.21 �...Ow m S..." LL Q .Q I K W .4+ C E U } ` f Packet Pg.367 0 N N Q w C d C N N Q C O CITY OF SAN BERNARDINO �. Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for :3 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT O CIP PROJECT NUMBER SSO4-012 N COST PROPOSAL AECOM O Manhours Dats•. RIO CINnI:city of Han Bannedino Pro: l,n Etemsnl• LaborNwd Cta4G8g1bn VMS i Projsd 2 Wo.3 A..d W4 5 a 7 8 F 10 TdM $vt4dai ea AEOOMSTAfF Code I'm6po Mamger EngWaer Ftt l er CARD Ckdai ODC tbars w A.M.. 326800 3240.00 Si- $100.00 5132.00 1 374.00 t C Pra}bd Sekor Aes44b7e E79cWcIi Ebddcel EkcWra! a<AECOM STAFF Pdnctpai Manager Enyne.1 Engmer CADO Ck j LNd SeNOr CAD AEOOM RATE .W 524000 5184.00 3700.00 5532.00 79.00 518800 5137.00 $132.00 d SeMU Sr Trn4A Tn4 S.14.1 Fog- Sr.T-pl Tmp CAD/ T-.R a;AEGOMSTAFF Mamg9t Nanmt Nanmel Draph- L.- PlanMt Pt- Modeler Modeler AECOM PATE 1222.34 5481`+ 28133 tT3.07 32d^u.08 31?a.12 2705.39 523559 5118.56 Q NNQ� 13 Ywi"i-ti 1 lion Rv Soft Ft"ui H nls 105.2 - VAde Inrastya9nn fte{aN RsquiamsMa _ 3.3.1 Nazardow Nha7a lnvstligatbn 235.7 -� -.. �_ _- - ^- -•®•-`. ...- "". •L 33.2 PreStNMry fouMetgn RepoA -- 29885 --•- - _. 3A GsatedWml Eapiaatbn Plan ta5.2 38.1 R4M4[-EMry F*-& 205.05 ....... ..___,.....__._ O 3.4.2 Ge4t.,fti l E.Plotslb8 L T k! Proterfbn ofSartb Fe SmokeafKk(DeleOBN - ` 32.000,_,,,.,__ iNt/02 / 7sxa_0 _'�" o13PS3ES45mm4/ a.t fad SMeta 185.15.15 a 91 29 72 $ti 880 +' 62 ProYMmry Nana-Gaemddc Approval Drawings 18515.10 _ ^18 95 148 a 220 $28528 33 Tratec Study iB520.OS -48-74 29 290 40 20 90 dd 8 T2 _ 38,360 532 434 SJ Roadway PL+n 1SS.iS.06 2 40 732 236 194 554 $n 028 55 SoneJa 1%10-0 - --- CC 84 Stidga Type Sala4tbn Repod(BTSR?ar'd gsign 24D75 310 --320 1la 787 S10a.272 5.7 Prolad GIM 730%Eatimala) 240,9 6 32 ea 126 S18128 L 5.8 VpYly impavemenk-1"IAMy MObcs 200.25 4 a 18 J-� 28 54032 APp I n 20515.25 _...786.1594 _._._. _._ - LU 59.1 PratYMnary Track AYgnwM Fbna 185.1599 5.9.2 ptelMhaey S"ON Da N9n f83.554D - 543 NeYn+kiary r0-1 Track R,qk-.- 185.1584 _ CL _- -� 59.5 praRCOnWodkn Opatlpnera tMhlamry 185AEY@ --_ _ AgraemeM 59,5 %al�MEP Win_ 185.1549 __. 58.7 Prs?+aYrary SIl_l Band 9..r.Oea'gn /85.1559 5.10 RgMOFYAV �� 185.15.15_ - LLI 32500 N21 J42 TaskB 60%PS3E LL Q K w Q� E V W Y y_ 3.. i, Packet Pg. 368 ;i 1 5.L.c c O w CL E N N Q +r C d E C N U) Q C O CITY OF SAN BERNARDINO �+ Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for 2 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT O CIP PROJECT NUMBER SSO4-012 N COSTPROPOSAL AECOM N Manhours Client:City of SAn eorrardino Oslo: OV10/i3 Element' Ad• Labor fiauia CYawAa tbn was 1 2 3 4 5 6 7 8 9 10 Tdal Sudotal F'.jad ssfaol Asaoceta aepECOMSTAFF Cads Pdndpl MartA9tr Engineer E.".' CADO C#dal ODC Roua r AECOM RATE S268.00 $24000 $18400 $100.00 1132.00 MOO C Pmjed SAN. A.-Isle Ele Alk.) EVaelrkAl E#ctrical d A.AECOM STAFF Pc pel Mamgar Enpnear E4naa CAOD Ctednl Lead Sena CAD C AECOMRATE $268.00 $240.00 1184W SSOD.00 1132,00 $79.00 3164.00 $137.00 513200 lv Progoll (� ram Sr.TMnaF, Trano' CAD! Loan.A Sr.TTanrit Travail Senor 4 AECOMSTAFF Msn•gar Pbtuwr DNnrorl Graphiq Lsader PlanlRr Pdannar Modslar Modeler _ AECOMRATE $22239 S435 581.33 $73.07 $245.06 5128.72 $10539 5235.53 $118.16 Q Nd LL. w.. _,- TASN3 16170 a �• Q) 61 Roa Arap PM- 2XOS 2 48 200 420 100 770 31Q4051 8 40 120 48 216 $27 x,818„ 8.2 OrrNa:ps PlAne_ �......_.__ 230.3_.. .___.__.. _- ...�.. ........- _.__..._. _...__.- 8:2.1 80%OrMMge Repd 18520.10 4 36 SO 8 9D 313,216 •L $logo ConNiudbn.T.M.tianOSng.Dotouf W 8.3 Plowitm TranapaftW.1A.-g nl Man 2302 4 8 40 6 8.3.1 6096 Trof7ie MArr9amenl PlAM1 1957035 �...-. _ T'E.__0 O 632 60%Construction Sol Msnapment Plan 2352 6.3.3 60%Wzwdoua Ma#rYl Coatngonry Plan 23515 anvle Plana 230.1505 4 S 40 6 E0 .- - 69 Signvg P#M 230.1309 4 6 40 8 SO 57469 CC8 8 _- Troflb Sdgnela,SWkV Md SVeel L63kh9 25019.15 16 40 593 356 291210 G 8,7 Planing and Mga6on P#rro 2301 4 6 481 24 ed 110,400 a+ 8.6 Rbhlai•W ly Enl3nesdng Saviva_ 220 88.1 _- Partam RAeord DNa beucn 220.05.05 6A2 Aoquk.TN.Repada 725.8 E G 8.3 Perform LAnd Not RA ry aM FYq Ti9a 220.05 05 8.8.4N MaP'8sb�e COnd4b R cad 22.05.10 6.66 PedamlMmunenl Porpluadon 6VNaY 300.05.05 _ Q 8.8,8 _- Proparo Rl9AIaSWay MOPS -�-- 16 8 16 t8 24 84 632 W MApt.ASyubltbn Womxnls 220.2 .__-. __..____-___ JS 6.8.8 Pnpro R..W,U.of Necossy W Plats 22020.15 U^) 6.89 Pnpra D4acrorWWS Plana 8.8.10 Prspro Vb51y Wool DaaariMrolla and Plat 224.15 4 16 f8 16 52 57,610 8.8.11 Puc App34eibn 2051525 i•+ 0,8,12 Patrol R#A 2459 _ --- 3 8.8.13 _.._................. fRI MOnumsnialbn _-_- 300.0505 8.8.14 of SuNSV Yn M•D'AAerCmdldon Raaxrd WOO 05.10 X 99 GeotsdeNwl OW0.Report,Ma#m#Rapd uW 2'30.85.70 U I FouMNbn Repad - 89.1 GeoteNnkai Design RePOrt(a. 2JD 051-0-5 �a 5 U_ Q 4r K W Q� E V 4+ d+ r ,r Packet Pg. 369 c 0 a E M U) U) Q w _ tv E _ .N to a 0 CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT O CIP PROJECT NUMBER SS04-012 N COSTPROPOSAI AECOM Manhours .. DOW:CRT W 8m 8arturdno Datc MOM L0 Element: tae61xwr1 caw7catwn _ was 2 3 4 S 6 T 9 9 f0 xaN $UMN01 �. Proiea SaNOr Asmcale as AECOM BTAFi case P11ndpN MMaget Engateer EngftAar CADD CIerIW1 ODC plows w+ AECOM RATE 5266.00 $240.00 $184.00 S10800 1 $132.00 37900 = Wopd Set4w Aasoa1414 Efed 1.0 Electrkai EsW'r a..AECOM STAFF Pdnapai Manager Ergo- Engi- CADD CN l lead 84Ma CAD E AECOM RATE $268400 $24000 S/86.06 $10000 $132.00 $79.00 3194W S137.W 4132.00 (D U'4. () Program Sr.Tla W T-V CAD/ 1YM44 Sr.Tl-U T-10 Sew, AECOM STAFF M..", Planet! Phoned Graphi Leader Plxnnar F"-( Madeiar Mod.W _ AECOM RATE 5222.39 598.35 01.33 $7307 $245.06 Si28.72 $105.39 423SS3 $718.18 Q NNQ� 1.1. . :.. 8.9.2 MMmWa Repot 230.05.1015 s_ - 6.9.3 DraM1 fawMbtbfl Repod4lor&id9es snd 2406 'a Ratak' YNA 8.10 _ lLidOd Devgn snd Pbna 23905 12 656 1328 1300 3298 1427,986 �LyS 81'1 9.-i IWa 96 D461Ql-d Pl- 249.85 4 t66 272-- 2W 641 585058 W 8.12 Pet AWce6onya_ 205.1095 4 a fR 51432 8.13 2'UtiliY Raboe 2W.25 2 8 8 _ _ 18 $2,752 O 6.14 Storm Mier PO 0111 Proven P1M(SYVPPP) 2309585 12 48 80 40 180 $24992 _ fi.15 Ra6road Pbrq- 23005.49 _ L TukT - f60%P36E SukmttW 800 flfb 696 25210.05 v._...�.. -'60 __._.202 400-!'w __ _86 590 128 -_._. 1142 3156986 > 7.2 &Wye a�W RetaWrg Wall ppns-kMePSMeM 2$0,6 28O 328 392 1000,,,,,StJ8.064 .I.a Sttvavrai Ravi!. _..._ _ 7.3 Rakaad Piano 255.Y099 7A U814ye1d WgMC1-Wry UPdsN 740.45 ....... 4 -30 ......_ 18 32 _.._.__ _.......... .�.... 72 v410,4fi/, _ 7.5 Fval P36E Documents- 255 �8 8 184 249 144 4 562 3T9b1] T4skS ConlOUCfk+n Bidd Ph.. - i E T4ak0 ConaOUCtbn SV Pkafe __. 10.1 D-1pp Mal Recaad Ol"Plsna 2S6.iS b 24 _ 20 40 - 88 512,880 _102 after Probe Fief 2982 1013-�- R-w 4MOn N.W. 3W05A0 � w 10.4 PW A.M. 20.5 18 is 18 48 58384 _6 leek f 5 ___ ContlrreancY __ -- yW - Grand Total 68 610 1033 �-4660 2630 4M 224 368 180 522.100 126]6 S1,721 A2 a CD tv x w L LL Q :E x w m E w e a Packet Pg. 370 �� ti Plans,Specifications& Estimates(PS&E)and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 0 COST PROPOSAL w CL Contract No. Date: 04/10/13 E Consultant Arellano Associates N rn Q DIRECT LABOR c Initial O Hourly r Classification Name Range Hours Rate Total •y Project Manager Cheryl Donahue 124 @ $90.00 $ 11,160 N Q Outreach Coordinator Elsa Argomaniz 136 @ $61.00 $ 8,296 c Project Support Edna Cruz 186 @ $18.00 $ 3,348 0 0@ $ 0 0 @ $ 0 U) 0 @ $ 0 tY 0 @ $ 0 0 @ $ 0 0 @ $ 0 d 0 @ $ 0 = Subtotal Direct Labor Costs $ 22,804 d Anticipated Salary Increases* $ 0 v "Total Direct Labor Costs $ 22,804 M CL FRINGE BENEFITS Rate Total m tY % $ 0 'Total Fringe Benefits $ 0 a .L INDIRECT COSTS Rate Total M Overhead 71.13 % $ c O General and Administrative % $ L Total 71.13 % j Total Indirect Costs $ 16,220 FEE(Profit on Direct Labor+Fringe Benefits+Indirect) Rate 10.00 % d Fee(DC+FB+I) $ 3,902 OTHER COSTS 1. Photocopying $ 500 W 2. Printing $ 2,000 06 3. Postage $ 2,000 CL Cn 4. Graphic Design $ 1,000 5. Advertisements&Associated Costs $ 3,000 6. Translation $ 700 7. Interpretation $ 0 W 8 .Rentals $ 0 >% 9. Mileage $ 750 Subtotal Other Costs $ 9,950 ti FEE(Other Costs) Rate < 0.00 % Fee(OC) $ 0 a SUBCONTRACTOR COSTS(attach detailed cost estimate for each subcontractor) W c m E v R TOTAL COST ti $ 52'877 Q " } FPa7c7ketpg. 371v r� rR Plans, Specifications & Estimates (PS&E) and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT 0 CIP PROJECT NUMBER SS04-012 E COST PROPOSAL N a r Contract No. Date: 04!10113 Consultant Arellano Associates = OTHER COSTS-Itemized Unit Cost Quanity/Units y 1. Photocopying $ 500 < B&W 8.5"x 11" $ 0.05 8000 EA $ 400 0 »r B&W 11"X 17" $ 0.10 1000 EA $ 100 0 2. Printing $ 2,000 N B&W 8.5"x I1" $ 0.05 10000 EA $ 500 tr B&W i I"X 17" $ 0.10 4500 EA $ 450 LO Color 8.5"X i I" $ 0.45 500 EA $ 225 It Color 11"x 17" $ 0.75 1100 EA $ 825 3. Postage $ 2.00 1000 EA $ 2,000 m 4. Graphic Design $ 1,000.00 1 EA $ 1,000 E 5. Advertisements&Associated Costs $ 3,000 0 Newspaper Ads $ 500.00 4 EA $ 2,000 d Flyers $ 1.00 1000 EA $ 1,000 6. Translation $ 350.00 2 EA $ 700 7. Interpretation $ 0 m 8. Rentals $ 0 = 9. Mileage $ 0.565 1327 MI $ 750 0 Subtotal Other Costs $ 9,950 *All mileage will be billed at the IRS approved rate. c m E d d a� Q w 06 cn a d 0 m x w Z' u_ Q 0 x W _ d E U Packet Pg.372 CL E m E C 2m 0 CITY OF SAN BERNARDINO Plans,Specifications&Estirnates(PS&E)and Right-of-Way Acquisition for m MOUNT VERNON AVENUE OVERHEAD REPLACEMENT 0 CIP PROJECT NUMBER SS04-012 COSTPROPOSAL Arellano Associates w SUBCONSULTANT Manhours Date: 04110M ur) t:ciry 0S."13-a"11.0 Not: 111—t:Public Ou""11 b.H— cl..FZZ.n 8 TWW SUM0, WSS P,.j.t I mm-h 2 PM�t 3 4 5 6 7 OD, CONSULTANTSTAFF Code Mwaga Coord(nator UPPOA CONSULTANTRATE $169,42 S11483 $33,68 WWMM� TAM I E P,q.t Awagw-v C.Omfievw (D V10 1 12 Co.���-Md,..Ob- 1001iiiii CL -20 15 10 12.11 P'�iool D-Iw.w T.-M.-top 11011", 12.12 100,1511 .11-d C-d-fion metn 1,2.t3 -.Loo 1510 1,22 100,15,IG 122.1 100915 10 1001$05 1.4 P—R-d 'Do mio F-- 1 p4p��� t.5 O�litf AI-t�IdQualitY C�Vcl(OAMC)P1w IDO,1505 — 0 446 $52,877 r- i0o'Mos 124 130 — 16- -o"wo-h_pl*V- 1-5 05 .-YZ'U*An*"R"" Envim,­,W C�o­t Vodrf�don wd r"k 2 SUPPI,—,tal Envirm—tal DO-1 suppon ............. Da,.I.p Nidp AdWW.#CtU.1W E-h--Al 2.1.1 Aft—W.Ih.t-*t SHPO MOA 23505,05 .-t— .--— _ 2.12 0--f-P add"ugh"9A"-M0­th"t--" 2350SLOS 2.2 =350 20F: 'MIPW Md9"�hd--b-'Fh-'-'t 2350,05 21212 OwelopO�idg$UghWVProte-dA]W,�.t- 236,05,05 pj�i.-W.W—Enlwv—td 6��"—m — 2.3 23505,20 06 18521) 3.3 W.I.-Itgao,,Repofft Roq�meols Q 4065 ..y Fc,uII&t.Rewt w pi 3 2 x 3.4 Gml�,hoical Expiwagon Pim 18620 3AA Fkight-of-E�y Permft 205,013 LL x w E U X Packet Pg.373 10 �59 .H+ !Z E N N a r _ N E _ .N N a O CITY OF SAN BERNARDINO +' Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT O N CIP PROJECT NUMBER SSO4-012 d COST PROPOSAL Arellano Associates w SUBCONSULTANT Manhours Oats: 6411011 Cn«m.ciy tw ofs"a tto Pr : d Elsmcnt Publie Oubaseh v Labor Hous bY Cl WSS PtaJMY Ouasaar2 PtoinOt3 6 5 8 7 B 9 YO TOW $abtOW ODC Haas �.+ CONSULTANT STAFF Code Manager CaOrdnetOr Support = CONSULTANTRATE 5769.42 4114.83 333.88 5,42 GaHechNCal EVpiorae0n 1&520 ,...__ d Ta4k4 PTOtx0onof3ant4 Fe Smoksstxk rDetefabb .... ........._ V Tardc3 90%PSdE Sutrrtrktal _ _— a 5.t fact Sheets 1SS.i5.1S 5.2 PrN",mnay Plena-1 owwwelo AW-10—ing4 185.15.10 5.3 Trof6o Study 5.4 Roadway Plans 5,5 Sways fASe" led-tad So Task 92) .._ ___ _......._..._.._.. __..— ....._.... - m gS'7 Srklge Type Sacttion Report(BTSR)and Design 240.75 , ..._..... ........_ 5.7 Pto)eet Cost(10%E1B1111) 24690 _ ._._. — G 5.8 U?Ay lnptoremants-1e UHiy Notice 20025 _ ....... _ 5.9 Railroad Plans 18515.99 5.9.7 Prolmnery TreskAbg MrAP1 na 1$515.09 5.9.2 PMI-1 y Shoofly Design 185.1598 _ 5.9.3 Pre4Yr6nary lmetmodal Track Requi—eats 185.1599 _ y� 5.9.4 P'str '.y R'd Sm St"h9 ptans 5.9.5 Oran Construcbon Operet.and MWw nanca 185.15.99 E g,g,g Prebmin MEP Onst 185.15.99 d 5.9.7 p,",e e'y Structutee and&shhl gDaW9n it's.15.99 5.10 i'aak8 -�. d0%PSBE Subutkftl _.._-_ _- w 8.1 R PMm 230.05 ..._ --- 8.2 OrrneW flans 230.39 629 8076 Ominage Repel 165.20.10 - Stage Comtruction.Tracc Hand'ing.Dotour 8.3 Plens,Transportebon Mmtagem4t4 Plan fTMP). 230.20 Construteon Sol Managnment Plen,and Y _..HazardabaMdtorlM.Can1190ra4V.PJeO......_.._._........._._................. _ ......_.,. __... _._... _—__.___. 837 60%Tref c Mane9ement Plan WlsnbOn- 15520.15 stetted t0 Task5.3 V &32 60%COnslructlon SOY Management Plan 235.20 x 8.3.9 60%H=.doue Meledal COnengerxy Pian 235.15 w 3 LL. Q r x w c m E U r ri Packet Pg.374 I . 0 tr c�c G N N Q .M+ c�c G a 2M N N Q C O CITY OF SAN BERNARDINO .2 Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for 2 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT N CIP PROJECT NUMBER SSO4-012 y COST PROPOSAL Arellano Associates w SUBCONSULTANT Manhours d. CIlml:city olsarl eerrmrdno Rabe: 04/10/11 Iq Elammt:PUWie Outreach W 'q Lahw Hours Clawdcaeon WBS Prolecll Outreach2 PtoJecl3 4 5 8 7 8 9 19 Tam Subtotal CONSULTANTUAFF Code Mxwger Coxdnair Support ODC Houra w+ CONSULTANTRATE S78942 3114.83 533688 ty 8.4 _Pa+errant 0-h-bon Plum 230 t585 - 8.5 v Signing Plain 23061505 46 Traelc signa:s,S+ll ijm and St eo Ughtbry 230:15.15 _ ............._ _._._._._ (0 17 Planting and Ingabon Plane 23010 _ .___ _._..___._..__._.__ ...__.__._-_ CL 8.8 RilhMaf--Way En�llexin9 Servkat 22400 _ d e8.1 PMOrm Record Dafa Sexch 220.6545 88.2 AcQuae Tote Reports 2255 - 6.8.3 Pedam land Nat Recovery and 220,05.05 8.8A t.d Nat M-P Before CondtW Raced 220.05.10 - �- 645 Pmfxm Monument P.Pebt46"srweye 300.05.05 m 8.88 Pfeparo Ri LW-Wey Maps 220.15 .- _ Negodete RighWMay Settlement and 22020 t_ 68.7 Pr"*AugWvii n Documents•Fee Qamer L' 8.8A Prepare R00W.of N--ty m Pilim 22020.15 6,8.9 Prepae Mw es D"d end P1xa 220.25.05 ^fie 6.8.10 W pxs UWy Leo Deeuyltlats and Plat 220.15 `a'e 8.8.11 Pt1C ApgReOOn - 205.7525 � B.a.12 Parcel Fl- _245.54 ,_ - 8 8.13 FkW MO merdabm 300.05.05 (v 8.8.74 MonumaMeeon Map"AOx CaW9at Record 3Q0.05,10 L 8.9 Oeoiechnicd Reparte,Matedai Report and 230.05.70 _ ..... _ q{._R9 Nrij -- - Q 6 9.1 Geotechnicaf DWgn ROW(GDR) 230.05.70.15 _8.02 Maidai Repoli 230057425 _ ._......._...__ _. .._.-_... ..___._._.. ...,,� .- LU 8.93 Drell Foundato Reports for 8ndge Stru a and 240.80 06 811 Ratainina Waa Deslgn_. 4f'1�a 24085 _._...._. -. 8.12 Pxmit "atlons 205,10.05 _..._ 8.13 2`a UR1 Na- 240.25 814 Storm Vol.,Pditron Prev t.PWt(6WPPP) 23085.65 8.15 nak7 100%PSSE Subm df _ t.Ll j 7.1 RoaOway Pins 2%%05 0.tl6 - 7 U. Q K W r d E V Q Packet Pg. 375 i� ,' i S.L.c c 0 �r o_ E N N Q N N Q O O CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for O MOUNT VERNON AVENUE OVERHEAD REPLACEMENT N CIP PROJECT NUMBER S804-012 N COST PROPOSAL Arellano Associates SUBCONSULTANT Manhours d Ln GIMC city omvi OOrnazano Pato, 04110173 Elomml:Pualtc Ouhcach Gass�fKadon W88 1 -2 3 4 8 8 7 8 9 IC ToW Soeb,N Pwjcct 0.1—h Prasq ODC Nora, Y CONSULTANTSTAFF Code Manager eoadwor Support CONBULTAI3T RATE $169,42 1114.83 $33.88 ......to,, .............. !.ASKSF3UBTASK S --- 72 806ge and Ralsning Will Plana-Independent $50.50 _ V 711 Raaroad Plana 255.10.99 _ _ _ ---.- ..- -- --•-- Q 7.4 4_ _`----_--. 200.25 F l P89E Q.—Ma 25500 _•• _- --- - _isah-6 , M, tronafddtnq aa-tjoetlaw T?,tkj._.__...._..__^ _-_----..-..__--- __._ T'-='-- TSek 10.1 OevaloP Fatal Reead growing Plm 295.15 _ � ••,•-- - '" 10.2. Oeltrer PwjeUFilea-_ 29520 --- �- 10.1 Recorded Manwnanladon 300.05.10 ....- roaF 4nd toW 124 136 18B f9 448 2.877 > C d E d d 07 Q LU 06 (n a a� x LU U. 4 f.r x w d E L) r Q t. i. •l' .t `r r Packet P .r g• 376 i� S.L.c Plans, Specifications&Estimates (PS&E) and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAT)REPLACEMENT CIP PROJECT NUMBER SS44-412 c COST PROPOSAL Contract No. Date: 04110/13 y Consultant Earth Mechanics,Inc. Q DIRECT LABOR a0i Initial c Hourly .y Classification Name Range Hours Rate Total N Q Principal Arul Arulmoli $75.00 10 @ $75.00 $ 750 Project Manager Lino Cheang $75.00 112 A $75,00 $ 8,400 0 Principal Engineer Andy Korkos $60.50 76 @ $60.50 $ 4,598 3 0 Senior Geologist Wendy Drummond $50-$55 164 @ $52.50 $ 8,610 Senior Project Engr Chien-Tai Yang $41,05 132 @ $41.05 $ 5,419 Senior Staff Engr Raja Sivasubramaniam $34.5-$35.5 56 @ $35.00 $ 1,960 LO Senior Technician Reynold Jie $46.45 168 A $46.45 $ 7,804 Technician Jianmin rang $27.00-$31.50 68 @ $29.43 $ 2,001 0 @ $ 0 w 0 @ $ 0 w Subtotal Direct Labor Costs $ 39,541 cvo Anticipated Salary Increases* $ y Total Direct Labor Costs $ 39,541 m FRINGE BENEFITS Rate Total a 30.00 % $ 11,862 m` Total Fringe Benefits $ 11,862 p c INDIRECT COSTS Rate Total d Overhead 135.00 % $ > General and Administrative 10.00 % $ "Total 145.00 % y Total Indirect Costs $ 57,335 d FEE(Profit on Direct Labor+Fringe Benefits+Indirect) Rate L 10.00 % Q Fee(DC+FB+I) $ 10,874 w N OTHER COSTS n- 1. Drilling Rig Rental $ 41,500 y 2. Soil Laboratory'Testing $ 18,500 v 3. Railroad Protective Liability Insurance $ 13,000 4. Transportation/Travel $ w 5. Special Deliveries $ 800 6. Computer Costs $ LL Subtotal Other Costs $ 73,800 Q FEE(Other Costs) Rate 0.00 % Fee(OC) $ 0 K w SUBCONTRACTOR COSTS(attach detailed cost estimate for each subcontractor) Y c a� E U Q TOTAL COST 1 „ $ 193,413 1.71 '; r Packet Pg.377 Plans, Specifications & Estimates (PS&E) and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT .2 CIP PROJECT NUMBER SS04-012 E COST PROPOSAL Contract No. Date: 04110113 Consultant Earth Mechanics,Inc. E OTHER COSTS-Itemized Unit Cost Quanity/Units 1. Drilling Rig Rental 41,500 Drilling Rig Rental $ 3,150.00 10 DY 31,500 0 Traffic Safety Rental $ 1,000.00 10 DY 10,000 2. Soil Laboratory Testing 0 18,500 U) Core Sampling $ 1,335.00 12 EA $ 16,020 4) Soil Lab Tests $ 77.50 32 EA $ 2,480 3. Railroad Protective Liability Insurance $ 1,300.00 1 EA 13,000 to 4. Transportation/Travel 5. Special Deliveries $ 40.00 20 EA $ 800 6. Computer Costs E Subtotal Other Costs $ 73,800 0)0 .CL CD AVPW*� Ar A co C 0 it E Uj x w 21 M U- x w E Packet Pg. 378 5.L.c c 0 a- E N N Q r C N E r— P N fn Q O CITY OF SAN BERNARDINO 5 Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 ev COST PROPOSAL Earth Mechanics,Inc. w SUBCONSULTANT Manhours 1. Dale: Oen0n3 lA Cu. Cly of Stun emnazdino Pt Ek-t:Geotxhnleal Laoar HO�t9 Claszificaaon was 1 2 3 9 5 8 7 0 9 10 T� Svldala P,-1 Pdn6pd Senio! Bomor Ser" Stalf Sand ODC Hpaa CONSULTANTSTAFF Cod. Pgr Wl Man er En'ncer Gooto ist Proecl En r En Technician Technid.n 1✓ cONSOLTANT RATE 522687 ;x7667 $1&301 5158.01 ;721.18 $105.85 ;140,51 38903 d Ta�t1 P101-t Manag/ZecooremadoM ...._--..---._...................__._.-.........-_._..__._._.._. 100.1503 1.1 -Pto,'ect Managemnil-I r._._._.._.__.-_..__.,..—___._aU CL 1.2 CoorNnOnlAdminlatratron oo 100.15 f0 __..."- ,._.-_-_._..-...__-.-... ..-_ ...._._-- 1.2.7 Cr6 n.a a on nd Meotlngs 500.i5.S0 1.2.1.1 Project Develo,�ment TO.m MCeOnga_,,,-„-._500.1_5_10 _ -- --^•----- ----' '-- "°-'- -------- _..�1.2.1.2 =ut d+ ft Ouhexh lAac .a Ra:road COOrdnatlon Afee' - -100.1 10 � ^ _..M -� 1.22 1.22.1 Encroxhmonl PCrmb 100.15.10 _ - L 1,3 SNaaWe 700.15.05 ..- _-._ ... Co 1.1 Prepess Report 100 15.10 _,__-.__...__.. ---- •-• —' r- 1.5 Ovary Aasw Wfoval:y Conhol(omc)Ptan 100-55.05 _- ___-- -'-- - 0 _. 1.6 ..__._..,.,..- __._..._._.__.....__.._.. 100.105 Document 1.7 Vduo AnaYsc Rovlow 5 -�- _T------ --_• Tb2 Envfronmanfal v lffcadon an Vr d d-r S.PPlamontaf F.nvbonmonn!Dedfinenf swp&t "---_-' _2.1 DMa CoAeotl_an Oevalop&Idga AlchitxNral Enhgnc-A = 2,1,1 Att-.eves that meat SHPO htOA 275.05.05 Oevmp Bridge tJgheng AltomOves that meet 275.0503 - 3HP0A10AReagemonta 22 lNataho .._: 235.0520 ....___._. ......._ L 2 7 Develop&Idge AlchitxAPal F Aanegmant 235.05.05 _..P_tglSJttAA6A^�.g5ce.__._......- 2,2.2 OoveloP&idga LWny Praiened Ahemo3ve 235.05.05 ,_- -_.._____, ------ •-- ---- '—` L�U�t 27 $upptemrntPl EnvOOnrmnt¢I DOCUmeM 2330520 _ --- W 18,67 9110/nYOSI!_UOrUV[INttos/Ma a- -i2 a orfs .. ..............-.-_...,-__�....._-..-.__,..-.___-_._......_ -_ _•.._---,._.____.._.--._ 2x3 10 __ At Sus mvesegaeon _ _._..-___..._____ _--.__ _- ---.._--• --.-."-_....--.._ -.-_-- .1-. 03 hlalcriaNFound.q.nlcaatecFNCatlHUOrdoue 1"..20 Was!.Invosfiga3dn Reports R.Wiromenls _--_ _ d ___..._-_-.....__....._._. - _.....-.._..._.....065_ ..._...- ......�. ......_- 3 139 W A;2 Pretlminory Fowdogon R.Pem 21085 2 20 --- '----""'"- Aq GeolechMaal El....13on PLn 1!!5.20 _- __-___„_ .. _.,_ ---....---- LL Q k Lt1 .ar C d E U r . ". a 4v ; Packet Pg. 379 :r ;1 ii o CL E M In 0 C 0 E r- 2 cn N 0 CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT 0 CIP PROJECT NUMBER SS04-012 4) COST PROPOSAL Earth Mechanics,Inc. w SUBCONSULTANT Manhours cl Data: 04110113 LO c1l"t;CRY of 3-8—sod". Rol: G-t.Mcal Labor Hours C1asWMaoon 3 4 5 6 subtotal vvSs I p,.jw 2 purpw S... S.6. senor staff Sio" a 9 10 Total CONSULTANTSTAFF Code ft-'.fPw M"., En neon Gedogiat P'jectSW E.91 Technkiap Technicuu, O= K— CONSULTANT RATE $3226.87 $M 87.. $16301 $1681i $1241 S 8 105 88 1 $140,51 1 $89.03 —44 52 $7"? 3AA Right-of-Entry P—A, 20505 1 3,42 Got..W.W F.0—b. 18520 2 16 124 $58,900 150 V9.679 rL &2 ----is-2006 S-3 TrsSio Study Surveys(Afterejoii 4 drocted to Twk}.2) 1550 i 0 60 ca 8Hdg.Typ.Sal-1-RoW(8TSR).dDWgn 24075 C O SO C ly I —to-I,Uft Nowt, 20025 Daft PUC Apfkaem 205,1525 6.9 6&15 90 5.9.7 PrNirrcnery Track ABgnmenl Pima 185.1599 .f+ -------5.9,2 Putfirk—y Sh..RY D.Wa,, 183..15 99 5.93 p,.jj.nl,,by Jtot.odtil Track R@.0—to j SA PrNirdnary Red Ell" 19 Plane —15" _ 5.9,11 Agreement 5.17 Pfebttwaty Sbuxtures and suddng Design 165.75.99 5.10 Right-o7-Way 18523 Uj -- --------------------- 06 8.1 Roadxay Pierre 25005 _ (n Slap Cotu,htw,T,aftlo D.W1 6.3 Pons.T—P.rtab..M—g—t pl-(TMP). 23020 cortstruction Sol Ul—gem"t MOM and 60%Traft hlatutisr,w,t Pl.(Attention 15520,35 (D 6,31 K 6.3,2 60%C.—ton soil M-w—!P1. 23520 L—U LL 7 K W E Oil! Packet Pg. 380 c 0 r a E 3 U) N Q r+ C Q1 E C a'1 .N Q C O CITY OF SAN BERNARDINO +' Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for 3 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT O N CIP PROJECT NUMBER SSO4-012 N COST PROPOSAL Earth Mechanics,Inc. C� SUBCONSULTANT Manhours --- Dole: 04/10/13 U) CIIeM:City Of 9ePlitAM P'.I: Element.Geotechniai v L.WH-1bwC1 eaar"hcaaon W88 1 2 3 4 5 8 7 8 8 10 Total SuhtOtal Project Pdripal Senior 84rdor Senior Stoll SaNOr �+ CONSULTANT STAFF Code Prirci ai M-P, En ow Ged izl Pr' En En Tachnidan Tachnidan ODC Hours CONSULTANT RATE 8226.87 5220.57 $161601 $158.87 3124.10 $705.88 3740.51 384.03 E 8.33 80%Hazardous Material Cn1ingenry Plan 235.15 V 6.4 Peremem De6nea0an Plane 230.15.05 ___ M ,,,,..�.........__ � 66_66 6666.. �..� _ 65 SigrOng Plnz 230,160$ Q 0.6 TiafAC SignW.S(gnkg antl 6traetUghtog 0.T Piwbng and ltd9atioo Plana 230.10 _ 0.8.1 Pe+form Record Oats Search 220.05.05 -a 8.8.2 Acquire Title Reports a= 6.8.3. .. Pedwm Land Nat Recovery arrd T200365 Te g1ds - - 8.8.4 Lun�evet Map'Setore Candidar"Record T20.OS.t4 0 61.5 Parlam Monument PapaWaBal Swveyz 300.65,05 L 8.8.8 Prepare Right-aFWay Mepa 220.15 8.8,7 Negodate Rl9hW Way Settlement old 220 20 Prepare Acqul W.D--ft-Fee Owner g - +a 8.8.8 Prepare ReaoWtion of Nacers±ty and Plats 220.20.15 � 88.9 Prepare OSactor'z Deed and Piets 22025.05 G 8 8.10 Prepare utl5ty Legsi DoWpaom and Plat 220.15 (v 6.8.11 PUC App8w6on 205.15.25 d 8.8.12 Parcel Fdea 245.50 ----..- - -- 0813 FnaiMawmentwtion 30b.O5.OS 6666 -__ Q 8.8.14 Ma+umenta5on Mop'Atter Condition Record 309.05.10 _ - Wt 89 Geotach kal Reports.Matedds Report and 2300570 W _F04H100Uob!?worts GaotachnkAO RapoL{GORI__ 23Q63,7045 2 78 44 32 32 18 142 522031. a _ 8.92 mw.Ii Reporl -- -_�23005.]025 2 ,16 32 18 24 8 88 $75734 r 8.8.3 Onft Foundadon Reports for 8ddga StrucWro and 24080 2 24 28 SO 44 176 $14197 0.10 D"gq and Piano _.210.65 6.71 Re*e Wo- ar,d Plana 24085 3 6.12 PmmitA "5- 205.100 6.13 2fe Utz' No. 20025 d K 6.0 St-WNe1Pe1ht9m Rev 0-Ran(SWPPP) 238.0585 w fu 3 LL Q K w d E V w A d. A, Q fig l i' <' 10, lcket'Pg. 381 5.L.c 0 }r a E N N Q Y ty E .N N d 0 CITY OF SAN BERNARDINO +_ Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT O N CIP PROJECT NUMBER SS04.012 N COSTPROPOSAL Earth Mechani0s,Inc. fY SUBCONSULTANT Manhours ct Oale: Can oil 3 Ln Cernt:CIN of San Bcrnardno P .� Element:Gcolechnirvl N' Lahor 1108r9 ClaavS<a➢on ms 1 2 3 4 5 8 7 8 9 10 To1N Suoto:ol Pro,ocl Vrinnpal Barior Senor ScNor Stall Senior ya CONSULTANTSTAFF Code Prin i of Mans or Engineer Gado'st Pro'act En r En Technsian Technldan t00C Haas CONSULTANT RATE $22887 $22887 $183.01 S15&01 552458 310588 $140.51 389.03 ,.. �- ----- ----- TaJA7 _ 100%PSBE SUbmlttal-,_....�_.._ _-.__ -_.._.__..._.-__— .—. .__ ..._, -- V 7.1 Roadxay Plano 255.10.05 72 Brldgo and RolaninpWall Plans-In0ePMdent _,� Q SUUCNrai R.Oi 7.5 Raiboad Plans _ 255.10.99 _-- --7.t Utej y and Ri3M-ot•Wsy UPdolo_.T____._ 2(10.25 7.3 Finat PSBE DOWmenta 233.00 ...._..,. ___._ ._. -• .- -..._ � raslf B CanWuotlon&rah�l gbass.(OQU?Aa!7mFZ__..._----- -- -..--- ---—._._..._._. -----._...__.._..----....._._._.....-.-----—..-....----_....--• - _:- _ _ --- -- — -- — --_ _w ,Y— —_- _-- _ -- SaaR 9 Constn err«,su°wr1 Phase[�aRanaf ragl�l ____,- __ - Tilk __ D 7 PF_al Reco d Ora�sng Pons .-_... 295.15_. - �_.—_—_....--- .. -.... ---.- _. _.-.__. 50.2 Dsliwr Project Fiias�, 295.20 _..,.__ ....__._.,.— �-- - 10.3 R Ewd.d MenamsntA- - _ _ 10.4 Poet PudN 295.00 _.__.._____ _. -...___ O __,,......_ GI ,-- 10 772 __- ]8 18J 8 68 A00 786 $193.413 aMI 132 58 16 r'1'r C Y C d E Q� d w 06 a a� Y v d K w LL Q x w c E u r r 'l. :r r Packet Pg. 382 ii ii S.L.c Plans,Specifications & Estimates (PS&E) and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT ® CIF PROJECT NUMBER SSO4-012 0 0 COST PROPOSAL E Contract No. Date: 04/10/13 N Consultant ICF Q w c DIRECT LABOR Initial c Hourly y Classification Name Range Hours Rate Total Q Project Director _Brian Calvert 8 @ $67.97 $ 544 0 Project Director Richard Starzak 0 @ $80.82 $ 0 .2 8 $64.24 $ 514 2 Project Director Steve Miksell @ 0 Senior Consultant II Jessica Feldman 8 @ $36.06 $ 288 Senior Consultant I David Greenwood 0 @ $35.13 $ 0 Admin EneetraTerry 0 cr $20.00 $ 0 in Admin Casie Buttner 0 @ $24.05 $ 0 y 0 @ $ 0 r 0 @ $ 0 0 @ $ 0 E m Subtotal Direct Labor Costs $ 1,346 cvv CL Anticipated Salary Increases* $ 0 Total Direct Labor Costs $ 1,346 at FRINGE BENEFITS Rate Total a 33.84 % $ 456 M Total Fringe Benefits $ 456 o c INDIRECT COSTS Rate Total > Overhead 150.53 % $ +� % General and Administrative 5.85 $ Total 156.38 % m Total Indirect Costs $ 2,105 aEi d FEE(Profit on Direct Labor+Fringe Benefits+Indirect) Rate 0) 10.00 pia Q Fee(DC+FB+I) $ 391 W ad cn OTHER COSTS °- 1. Reproduction $ 4,155 m 2. Copying $ 3. Plotting $ x 4. Transportation/Travel/Car Rental $ 2,500 W 5. Special Deliveries $ T 6. Supplies $ LL Subtotal Other Costs $ 6,655 Q FEE(Other Costs) Rate 0.00 % Fee(OC) $ 0 x W SUBCONTRACTOR COSTS(attach detailed cost estimate for each subcontractor) c m E t U TOTAL COST � 10,953 t 4 : 1 f Packet:Pg.383 Plans, Specifications & Estimates (PS&E) and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT .2 CIP PROJECT NUMBER SS04-012 E COST PROPOSAL Contract No. Date: 04110/13 E Consultant 1CF OTHER COSTS-Itemized Unit Cost Quanity[Units 1. Reproduction $ 4,155 B&W 8.5"x I1" $ 0.05 8100 EA $ 405 0 B&W 11"X 17" $ 0.10 4500 EA $ 450 Color 8.5"X 11" $ 0.45 4000 EA $ 1,800 Color I I"x 17" $ 0,75 2000 EA $ 1,500 2. Copying $ LO 3. Plotting $ 2,500 4. Transportation/Travel Car Rental Mileage $ 0,565 4298 $ 2,428 Parking $ 6.00 12 EA $ 72 E 5, Special Deliveries cv CL 6. Supplies $ Subtotal Other Costs $ 6,655 A *All mileage will be billed at the IRS approved rate. 0 F W x W U- W (D E Packet Pg.384 O 0 a E N N Q C d E C .y N Q C _O CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT O (n CIP PROJECT NUMBER SSO4-012 a) COST PROPOSAL ICF International w SUBCONSULTANT Manhours Date: 04/10/13 L0 Nnt:CRY of am a4srut d.. Prot: w ElomeRi'Environmental Latwr Mous Classi8ca5cn was 1 2 3 4 5 8 T 8 8 10 Total SuMOt.l Projxi Project Pr—t Sercor S.Nor r CONSULTANT STAFF Cod. 0"+ector D-1., 04ecl0r Con4unenl0 Co—ft tl Admn Adrdn CDC Hours CONSULTANT RATE 3218.99 5258.01 $205608 $115.12 $112.15 $83.84 $7078 cd Te.fc1 � P/o)eet9M.gamnt1COOrdtmul.w d V 1.3 Project Management Man 100.15.0.4 ..._._. .--- _".._.......""..... 12 Cowdnatlort+Admnittretron 100.15:10 CL 12.1 Cooran.4oa and Masenga 100.15.10 _..� ._...... 1.2.11 Mj.1 Dovdopmant Toam M-Orgs 100.15.10 d 112.1.2 Public Outreach bfee' 10015.10 12.1..3 Railroad Ccordna6on Moog 100.15.10 _ --- --- 12.2 Admwistrat. 100.15:10 �L 12.2.1 tincro.chmem Pambl 100,15 10 ........... .__. _._... m 1.3 9Medule 100.1505 —_ 1.4 Progte4SRe on 100.15,10 r __.. _ O 11 O.Aly Ae Ir WQumity Corrtrol i"QC)Plan 100.15.05 =18 PWtb Duaeath Program 100.15.05 - - � 1.7 VW+e Artayeis Roview t00t5.05 .�...... - "" .� Task EnvtronmmMl Document Ve!WAdon and Suppl-1w Envtwmww Documom Suppatt 38.855 310,951 i.+ 2./ Data C.Ua t n 2330505 __._ ----- ............. ...- ......— (_ 0-1op aridge AxhHOCbud Enhancement 21.1 mwna8vea that meet SHPO MCA 235.05.05 RegeromeMS 212 Oevdop 8fldge Lighting Altam"-1110 meet 215.0505 SHPO MCA Rewtremmts __. ......._ 3- 2.2 Workshop 235.0520 8 8 8 _„ 24 _.54208 22.1 Daveiop Sfidge ArdtitauWrd EnhxnemeM mm 235.05.05 —- Q 041,$�olnaWe W 222 Davetop Bridge UghCg Pretened tdternabve 235.05.05 ' 23 3uppl Mj Emivonmantal Document 235.05.20 __.. W ...__ ____....., �..__....... -----.- - - a MM 3na/ o.d orvVtll In orts 3.t Sr' l as89aoon 235.10 __ - � 3.2 Swva>4n9 165.1080 -' � 3.2.1 D—Surveys 1851069 V 3,3 Moter,Ntffi mdedonre tech—tf HWXdout 185.20 Waste fnv"tp1on RepwU Regd.emeM x 3.3.1 _He¢artlora Woa1e irvves89allon 235.10 --' - w 332 Preliminary FOUnda6on ftepan 24085 """ -- LL Q rt+ x tU c m E it w Q l , t Packet Pg. 385 r 0 w a E U) U) a d E U) U) Q _ O CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for 0 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT N CIP PROJECT NUMBER SSO4-012 d COST PROPOSAL ICF International w SUBCONSULTANT Manhours ,d Date: 04110113 CIImC city oT San Bernard" NO: Nt Eament:Envlrmmantal rte.. -- Labor Hams Clsssitkadm 4VBS i 2 3 A 5 8 7 B 8 10 Tam Suototw Prajed Ptopet Ptoj¢.t Senior 98Nw w CONSULTANTSTAFF Cade Oir to Dit ww Cirector Cnnau#mtN C—ftal A.. Ad n we How. C CONSULTANTRATE 321899 3258.01 $205.08 5115412 311215 303.64 518.78 3,4 Gmtechrr�ExpioreBm Pim 185:20 4) 3.41 Right-of-Entry Perrruts 205.05 3142 Geotechrtcai Explwa5m 18520 Q TiW4 Pyotec6-0 Sam Fe Smekaatxk(OMNaB/o d _ N _. 5,1 Fact Sheets 185.15.15 5.2 pretirronary Plans-Geometric Approval UaMnBe 185.15,10 �L S./ RoaAVay Plms 18515.05 5.8 86dge Type Setect-Rspon(9TSR)and Design 2075 L 51 Ptojed Cost(M ESBmde) 240,90 3.8 unity lmpwementa•ta Utkty NO... 200.25 5.8.1 Draft PUC AppFCaSm 205.4523 .- _— — W 5,9 Ratroad Plans 185.15.% 5.8.1 Prearrdnay Track A7ignmeat Plans 18515.99 ,pa 5.g2 Pretir%nary ShooBy Dear-, 18515.99 5.9.3 Prefirrinary lniemwdai Track Repwemmts 185.15.99 5,9.4 Pretianowy Rai Samce Stagn9 5.9b o'.ft C—U-Nm opsaaBm and Mantenmca 785.15.98 5.9.8 Prebmin MEP Oaa n 5,57 P Arrvnwy Shucturos and 8udd?n9 Design 18515.90 Q 5.10 Rijn-M•tNey 185.25 �._....... - LU __.-...._ `---' __ —..�_ .._ -._ _.._. TaW E Boa'PSdP SubmMa - (� 8.1 Roadvay Plana 23005 _ _ -__ Q. .`- 8.2.1 8014 Drainage R.POrt 18520.10 Saga Con4httc8an,Tram.Handir;z Oatwn +' 6.3 Pkns,Tr.,pw%tjgn Management Pim(TMP), 23020 Cerob.d-Sol Mmaprr—t Ptm,and V 83,1 0074hafACMmagemant Pim(Attenomn 18520.35 X Nradea to7ask 5.31 W 6.32 60%C0nwnuem SoBManagement Plan 235.20 LL Q .Q K W _ d E V pr Via• a 7 j • I!1F�7 Packet Pg. 386 { 5.L.c c 0 «r a E N N Q C d E .N N Q C O_ CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT w N CIP PROJECT NUMBER SSO4-012 N COST PROPOSAL ICF International SUBCONSULTANT Manhours Lo CIFW-t City of San S—kno Pate . 04110113 Ei—t:EneirwmeMN v - Labor HwClamfica6an VYBS 1 2 3 4 5 6 7 8 9 10 T4Ea1 8ottotal projaci Projaw Project 3aNw S.N. 40C Haws CONSULTANTSTAFF Code D9ectw D-sactor Direww Con.1t.111 Conwdam1]: AdrNn CONSULTANT RATE 5118.99 5258.01 5205.08 5115.12 SMAS $83.84 $7678 d _ E 6.33 6051 H—dous Mstedat 0.00 0ency Plan 235.15 (� 8A _� Pwament O$Ine080n Plans _....._. fMA5.15 6.5 Sigung Plans Q TiafBC$ipais,Signing and$seM UghBrrg 6.7 Plenon9 and kngabon Plana 4) Patorm Record Data Seach 882 Acquire TrSa Reports - .y 6.63 Pad—Lw d Not Reowogr and 1:0 Now 22805.05 _ 6.8A Land NN Map"Eat ore CwteBawt'Record �g,05.t0 O 0.8.5 PMfwm Monument Perpowadon Surveys 300.0505 L _ tU 8.8.0 Prepare Righbot-Way Maps SAT NegoBate Rightof-Way SeM.—tend 22020 r� Prepare Acquiaitlon Dowmanm-Fee Owner G 8.8 8 Prepwa Reewueon of N—ly and Plats 220.20.15 d g.5g Prepare L),L" 's Deed end Plats 22025.05 E 8.8.10 Prepare entity Legal Dwtipdons and Plat 220.15 d 8.8.11 PUG AppIW6on 205t525 � L 8.8.12 _Parcel R. 345.50 ._......_. _. 68.13 Final Mo.—M. _ 300A5.05 -----_ Q S.S.14 Mmumantaaon Map'Aftw CondSon'Record 30005.10 - W 6.9 Oeoted+nkm Reports,Materials Report and 230.05.70 a+V Man Remis 8.91 6eoiach kal Daslgn Report(GOR) 23005.10.15 -- --- d wi 8.92 Mataia Report 230.05.7025 _ 093 pat Foondatw Reports to Bridge Structure wtd 24060 an d 8,10 &idea Deafly and Plats 240.85 ++ 8.12 Permit licatlons 205.10.95 CD d 6.14 Storm Water PaBu"nPreveneon Piar(SWPPP) 230.0565 .._._.....-_ _-..-- W 015 Rruoad Ph 230.05.99 LL Q r..r K W d E s U tC w r Packeteg 38? S.L.c r- 0 CI E N N a r C d E C i� .N N a 0 CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for Q MOUNT VERNON AVENUE OVERHEAD REPLACEMENT N CIF PROJECT NUMBER SSO4-012 COST PROPOSAL ICF International SUBCONSULTANT Manhours d 04/10/13 Pat LO CEO:city Mat eenlarano e: Element:EnvltatrnMlW Pr V Labor N011ra bv Gaaslficeaan WOS 1 2 3 4 5 B 7 S $ 10 Total SvMOtal Project Project Project Sailor Bangor t+ CONSULTANT STAFF Code 6iector PuMOr Dirocta CansoBant 11 CamuXantl Adawr Adrrin OQC Noes CONSULTANT RATE $218.89 $254.01 S205A4 SIM12 5112:15 S6344 $78.78 4) E Usk? ...,_ 100%P36E SVPmdfai V 7.1 Roadway Piano _ 255,10.65 (tf 7.2 Oddge and Retelydag WW Pfana-Independent 250.50 Q' St'.h-1 Review T.3 Rod,—Pierre 255.10.99 7.4 U5lity and Rlgkbo6Wry Update 7.5 FBw1 PS4E 0oeamsrac 255.00 >� Teak E Co+!abuetloil Bhkdm �L Taek 9 canaddcdo.BUPPy1et,,,,P—h"iMP-d Tssk 10 P act Cioawot - --.w 10.1 Develop FMY Reword 01awXn9 Plane 283.15 _ --_- Q 10,2 Deliver Project FXas 295.20 --- tO.3 Rwaded Man—tact. 300.05..10 .- L' 10.4 PostAadts - 2 -00 Teak It condo ehta4(oT m. I — ;i� --- '� grind TOfa B E 8 f 8,435 24 10,953 G aw d E d d L 7� a w 06 Cn a v ro r U N x w U- Q w :E x w Y d E V ♦.r .I.r r � Packet Pg.388 - Plans, Specifications & Estimates (PS&E) and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SS04-012 .0 COSTPROPOSAL � Contract No. ---��� w � Consultant � DIRECT LABOR Initial Hourly Classification Name Duo&o Hours Rate Total (n �.�vin0 ______ 244 �� $ C2�8O ' N.Patel [0 �� $ C�24O C.Bao 2J4 �� $ l Senior� &1GoUi 254 &@ $ 15,593 � Senior— M.Ponce 0 �� 3�6 $ 0 ^� Design Design Engineer J.Chang O@ $35.72 $ O Track E i P.Mahoney O- _�� �_ $ V Rxi|mudCuord. J.Gonzalez O- $ O 0 @ $ O ------- -----0@ $ O Subtotal Direct Labor Costs $ 56,561 CL Anticipated Salary Increases* $ 0 4) � Total Direct Labor Costs $ 56,561 Rate Tom) FRINGE BENEFITS 34.50 % $ 19514 ro T"m'Fringe Benefits $ 19514 Ka� Tn�| a) INDIRECT > 8500 Y6 $ ~~ Overhead � $ 6nmo,�and Administrative 20 .50__�.50 Y6 1V�50 Y4 Total —��— Total Indirect Cvom % 59,672 E FEE(Profit ou Direct Labor+Fringe Benefits+Indirect) Rate cn |0.UO % ------- Fp,0mC+F0+m $ 13,575 LU OTHER COSTS _ $ 250 |. Kopmdvxtk,o $ 250 z. Copying $ m 1 Plotting x $ 400 m 4. Iiunmpomuiou/7\a,6 $ 100 � 5. Special Deliveries � $ U- 6. Computer Costs = � Subtotal Other Costs $ X < FEE(Other Costs) Rate 0.00 Y4 -------o«3Q 8 8 x m SUBCONTRACTOR COSTS(attach detailed cost estimate for each subcontractor) $ l5 TOTAL COST Packet.��^ ' Plans, Specifications & Estimates (PS&E) and Right-of-Way Acquisition for = MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 E COST PROPOSAL a Contract No. Date: 04/10/13 = d Consultant 31,Patterson&,Inc. E aM .y OTHER COSTS-Itemized Unit Cost Quanity/Units 1. Reproduction $ 250 0 B&W 8.5"x I1" $ 0.05 4000 EA $ 200 ., B&W 11"X 17" $ 0.10 500 EA $ 50 0 2. Copying $ 250 B&W 8.5"x I I" $ 0.05 4000 EA $ 200 B&W 1 I"X 17" $ 0.10 500 EA $ 50 L' LO It 3. Plotting $ it 4. Transportation/Travel $ 400 c Mileage $ 0.565 602 MI $ 340 Parking $ 6.00 10 EA $ 60 5. Special Deliveries $ 20.00 5 EA $ 100 �a CL 6. Computer Costs Subtotal Other Costs $ 1,000 tM *All mileage will be billed at the IRS approved rate. m c 0 _ L d CA.. C Y _ d L ¢ LL1 06 U) a 0 _ U K LU T LL .r s x w _ a� E c� { Packet Pg.390 C 0 c. E N N Q C N E C .y N Q C O CITY OF SAN BERNARDINO +' Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for O MOUNT VERNON AVENUE OVERHEAD REPLACEMENT O N CIP PROJECT NUMBER SS04-012 N COST PROPOSAL. J L Patterson&Associates,Inc. w SUBCONSULTANT Manhours Dsta: OdtlP113 {r) C11mi:City of San 8lmafdln0 Pr b' Element:ertd Rm1110md lade nl Check-dRal1—d Cowdinadon (,spar Haas Ctoasiaca5on II 5 8 T 8 9 t0 Tobi Suirtotal WSS 1 5ero«2 SoNw 3 Sensor ♦+ Project Structural Design Doagn Desgn Design Track Rmk @ad CONSULTANT STAFF Coda Mena r En aneer En4mw En !er En or En'neor En inoer CM& OW How. CONSULTANT RATE 4137.28 $190.68 2183.72 410207 $88.87 $94.30 5147.04 3147.84 E ,.a..ro,. ... $46,170 rash( FrM�r ++garnanNCoord(naaonr V AdiMNcaaffon ..... ........... ...... lQ CL 1,7 Project Management%an 100.1505 1.2 Coadnad«dAdmWetradon 100.,510 90 Stt 707 12.1 C@wdnmdm Meetings 100.15.10 90 1.21.1 Protect Dev.lopment To—Maednga 100-15.10 12.1.2 PwrBOOWeach Meedn�--_.._ 152 520837 -a t 2,1.3 RalkoadCowdradon Mead 100.1510 .� 112 Adrninieeadan 100.15.10 ._ L m L22.7 Encroachment Parma 100.13.10 �/ 1.3 SohedWe 100.(5.05 . ._..®. _ to _......__ Progeoe Rattat ... O 100.15.10 --�- y,5 OuWny Aawrarka/6aeSH Control t4A70C}PNn 100.1505 t8 13 32196 1.8 PiElic OW.ech Program 1001505 1.T Vtlue Anaryei4 Revte+v Ta4k2 FilvUOnmanralDOcument Vw(flcaCOn wd S,,Ppjm faj r vtronmentd Documwt Support .e.a 2.1_".... _.Dmta Collection 2310505 Dov.iop Wdga ArohftWural Enhanceme14 E 2.1.1 AOemativea that moot SHPO MOA 235.03.05 Raquaemenis_ -- _ 2.12 0-1.p 8ddge u9hdn9 AR""'vas that meet 235.05.05 SHPO MOA ReWlrement. 235.05.20 2.2 Workshop - 22.t Davalap eridgo Architectural Enhancemem 23505A5 LL! ._.. .�.... 222 Develop 8ddga lJghtlrg Prehned Nt«nadre 23505.05 ___. _ .__.-__ _.__ 23 guppfema+tm Environmental Document 23SP5.20 N a 3.1 Bib imMdpedan 235.76 32 Suvey9q 185.10.06 ....... ....._...- 3.2.1 Deeyneurvaya 185.Met) --- C) 1.9 Matorlals(FWndadontGoale W-11H—dons 18520 x Wads Inve"gadon Rapes R@*MMGna _............_._ ---_— Lj n _......... 235.14_ ....... � __° 3.3.1 -_.., 3.3.2 R FaeWNal Repot 24035 _. LL Q x w E V N r �'•'�� r T� r:l Packet Pg. 391 ii S.L.c s= 0 Y E N N Q C d E C .N N Q C O_ CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for O MOUNT VERNON AVENUE OVERHEAD REPLACEMENT O N GIP PROJECT NUMBER SSO4-012 O COST PROPOSAL J L Patterson&Associates,Inc. w SUBCONSULTANT Manhours d Data: 0; 8!1 Cllent'City of san Batrurano 0173 Element:8rid Reilfoad ltldir meant Check and RSllroed CoardinA- Pr v Labor NOUre Classe6caaan WBS 1 2 3 d:0...w:50-p 6 7 8 9 10 Total Subtotal se� Samar S.M. +' Proect Strrxlord Dmiv Design Track Re-d CONSULTANTSTAFF Ootla MaAa at En ear E `Meer -eer E 'Meet Coerd ODC Hems CONSULTANT RATE 5137.28 $19008 3188.72 5162.07 E88.87 84.30 5147.84 314784 E 3.4 Gwtorea o__d_on Pier 185.20 fy 3.4.1 Rightof-EntryP rrreM 205.05 ------...........--- ... 3.42 Gw:echraicai Exptoradon 18520 Q d Taakb PrafxUon of Sartro F+Srnokaltack(Oa'etabia Taakd ' 90%PSBE SUbmMta/ - 6.1 Fact Sheets 785.15.15 ,°_ _ -a 52 Predmnary Plana-Geamadie Approver keain9s 185t5.70L __5.3 T,W.Stu4Y 54 Raedvrsy S,S &avays(ABvolim ied ectod to Tnalc 3,21 18510.60 _..._ ..�___ -...�--------------_.......-- - 0 5.6 Bddga Type selec8on Report(STSR)and Daslp 240.75 _ _ r- L 5.7 Project coal(30%ESdmata) 240.90 d S,8 tPoNV irtrprovementa-ljy!Ldy NMI. 100.23.... - 5.8.1 Dreg puc 'Acad. 205.15,25 w SA Ralraad Piano 185.15.99 _......... '° 6.11,1 ProbNn Track Ail meMPlarm 18515.99 6A.2 F r"-nary shoofly N gn--_ 185.15.99 .-. 5.9.3 Pre&minary lntamadal Track R.q.4 nfa 165.15.99 _ 5.8A Prokmin Roll$".. ', Flans _.� 165.75:49 .._.. __......_....._..... S.9A Oran Conaevcban operadon and Mainten- 18615.99 A9LeemeM ._._.._ _. ............._ L 5.98 ProliMn MEP Dea1«a . 185.15.99 5.91 pMIM4.wv structures and SoRa gO"g. 165.15.90 ...... Q 5.10 Ri oaf-iMa 186 25 LU °1'aak 8 60%PS S bSUbmMm1 -- 8.1 Roadway Pions 23005 .... ._.. __ .._...._ d 8 2 ..._.. Oralnage Plwa 230.30 62.1 8016 Otd-q.Repot _L6120 10_ .._._._ .._..__._. ........._ .6 Slag.Consbucoon,Troll.H drmg.Cataur .._ +�+ 6 3 PI s.Transported-M-gre-t Plmt(TM%. 23020 C_rMI.gw Sal Ma"-aMt Punt,and 8.3.1 60%Traffic Managarnant PIM(AtfendonR 16520.35 d Airectad to Task 5.3 -"'-'- x (112 60%C-t-tan Sal Management Plar, 23520 W IL Q K W E V r.r tY Packet Pg.392 ;; 0 A^+ E N N a w E >_ 7, .y fn a 0 CITY OF SAN BERNARDINO "a Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for :3 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT O to CIP PROJECT NUMBER SSO4-012 4) COST PROPOSAL J L Patterson&Associates,Inc. SUBCONSULTANTManhours Da CI1a1C City of San Bamardno Date: 04n0/73 Elemm+F.Bntl RNlrond lntla iGtw<k and RaBroad Coordination Pr v Lehor Mars Ciasai8ca8on Was 1 2 3 4 5 8 7 6 8 10 Total Bubtol4i Senior Sarya S.N. +� Project St'.j Qaaign Dadgn Design Design Track R wad C Load, ODC Nn CONSULTANTSTAFF Cad. Mrra er E veer En Hm En Hr ar En"na E nem CONSULTANTRATE 1337.28 $190.06 1166,72 116107 188.87 $9430 314714 1147.84 6.11 60%Muted o..Material C-fingeriq Ptan 235.15 6.4 P.—M D.1-0on Ptana 730.1545 .__"" _® __ CL 6.3 In9 Plane _ 230.15,05 61 T,dk Sow.,Signin and Street ql&,q 23015.15 8.7 P.m,mnd 1m40on Ptan• 230,f0 d 6.a Rot-o Way Engineering Services 220.0 8.8.1 Patio.Record Oat•Search 714.0505 ...... .__._.. _....�. ..._........_._._ - 8,82 AcW+a Ti6e Reports 225.5 _ 1.. 816.3 Pedam Land Net Recovery and 22005,05 m Fleld%& 8.6,4 Land Net Map'Before CandbW Recod 2240510 _ 8.8.5 Perform Monument Papetoadon Smuts r2202-0 6.88 Prtpme_RIghFN-WaY Maya _ 8.87 Nagotiate Right-of Way S.t6ament and P,.pme AcµrWti.Documents-Fee 0—,6.8.8 Nopere Ras mere of Nece.sdy and Plats oad and%eta 61,10 Prapme Ubtiry Le9N Deaaipaons and Plat 22015 6.8.11 PUC Apylca8on 2051523 _.. ......�. _..._._.._... _......_....... i ." 6.8.12 �._.^. P-1 Flea 246.50 >� 6.8.13 Final Mereurww "ion 300.05.05 .------- a 6A14 Mortu—matron Map'Aher CandNat"Record 300SA0 W � N 8g__.x. .......... _.__. erat( 8.9 Gadachri"Raporm,Material.Report and 230.05.70 W 80.1 Geptachrkal Drifts Report(GUM) 23D.05.7D"t5 - -- –°-- — Cl) 6.92 Materials Report 2300570.25 6.91 DtNt Four d b Reports tor fridge StruWx•erne 24080 .. .� _ .__ d 8.10 Briuga DeNpn and Plana If RN Waa Deal dPlana _ 240.66 '�--- 8,1T - Pa:"t A,pplkatlorr ..__.–..---- 225,1093. _ X 6.14 Storm Wafer PdFetim Prevsnaon Plan(SWPPP) 234.03.65 ----- W 8.13 Retread Pieria 23065 HH u- a w x w c m E U t✓ a± n il�4j �r f Packet Pg. 393 i� „�� .arrrlrrrrlrrl S.L.c c 0 w a N N Q r+ C d C N N Q C Cf CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for 0 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT W CIP PROJECT NUMBER S804-012 a) COST PROPOSAL_ J L.Patterson&Associates,Inc. SUBCONSULTANT Manhours b Oar. 0411W13 L0 cnml:cuy orsan Semarmno CI' Element:Odd Rallroad lndo ndent Cho°k and Railroad Coo,dlnmon P, Labor Mows by Ga>•sifieation WBS 1 2 3 4 5 0 7 8 9 10 r.9 Senior Senor SeN°r Sublolel +' Project Sb-laral Design Oedgn Oosign Nugn Trxk Rolrood C CONSULTANT STAFF code Mon.., En'naer Eon... En'neer En'naer En'­, En naer Caud. OOC HovS Q� CONSULTANTRATE 3137628 3190.08 $166.72 $162.07 38887 $94.30 3147.84 $147.64 7.1 M R4sdwoY Plana --255.10.05 72 &tdgo and Reiaininp Wall Plsns-Indap-dnf 250.50 76 60 254 254 ,...-_. -- - _ Y 664 $109.151 �' I --• _ ........_.7.4 URitYOnd Ri hl•obW UPEa1e al-&T.Oowm°MS Consfnrctron BfddM9 PhaTask/ [ . ,... � _ -- Y ca Task t0 t QLMM...._........f0.( Develop Final ReCa�d Oraw119 Puns - _ — 0 10.2 ONive,Ro;PUFiles .-_.____29520 _.__......_.- 10.5 Recorded MOr,umentaeon 104 Paal Audt9_._-. _- - ...--. _.__— •-.--.- -,____ Task}} ConOngancY{ONefe01�Tas4�_..-.__..__.........._ Cmd Total 2M 1-0 Y 284 922 1 0722 5. Y L Q W_xx ,W v^^J LL Q� V v Q x UJ a LL Q :n x w c 1v E s C: U Q i' 4 I. r Packet Pg. 394 ii �' Plans,Specifications & Estimates(PS&E) and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 0 COST PROPOSAL Contract No. Date: 04/10/13 N Consultant Morris Engineering Inc. w a DIRECT LABOR a0i Initial c Hourly .N Classification Name Range Hours Rate Total w Principal R.Dean Morris 96 @ $110.00 $ 10,580 Q Jeremy D.Shively 123 a7 $86.00 $ 10,610 2 Senior Engineer Y CADD D.Morris 0 @ $40.00 $ 0. 0 Clerical Tracy A.Morris 0 @ $35.00 $ 0 N m 0 0 @ $ 0 0 0 @ $ 0 0 0 @ $ 0 v 0 0 @ $ 0 0@ $ 0 0 @ $ 0 E d Subtotal Direct Labor Costs $ 21,189 0 Anticipated Salary Increases* $ 0 C Total Direct Labor Costs $ 21,189 m FRINGE BENEFITS Rate Total 8,00 % $ 1,695 M Total Fringe Benefits $ 1,695 a c INDIRECT COSTS Rate Total y Overhead 10.00 % $ General and Administrative 15.00 % $ Total 25.00 % m Total Indirect Costs $ 5,297 E d FEE(Profit on Direct Labor+Fringe Benefits+Indirect) Rate 10,00 % d Fee(DC+FB+I) $ 2,818 w 06 rn OTHER COSTS a L Reproduction $ 500 2. Copying $ 500 v 3. Plotting $ S00 x 4. Transportation/Travel $ 500 W 5. Special Deliveries $ 500 ?' 6. Computer Costs $ U. Subtotal Other Costs $ 2,500 Q FEE(Other Costs) Rate 0.00 % E Fee(OC) $ 0 x W SUBCONTRACTOR COSTS(attach detailed cost estimate for each subcontractor) m E U ti.I OTAL COST ` $ 33,500 F;.; i. FPacket Pg.395'' Plans, Specifications & Estimates (PS&E) and Right-of-Way Acquisition for C MOUNT VERNON AVENUE OVERHEAD REPLACEMENT .0 'W CL CIP PROJECT NUMBER SS04-012 E COST PROPOSAL Contract No. Date: 04/10/13 E Consultant Morris Engin ering Inc. OTHER COSTS-Itemized Unit Cost Quanity/Units 1. Reproduction 500 C B&W 8.5"x 11" $ 0.05 5000 EA $ 250 .2 B&W I I"X 17" $ 0.10 2500 EA $ 250 0 2. Copying $ 500 B&W 8.5"x 11" $ 0.05 5000 EA $ 250 B&W 11"X 17" $ 0,10 2500 EA 250 to 3. Plotting 500 71� B&W Plotting $ 0.15 2000 SF $ 300 Color Plotting $ 1.25 160 SF $ 200 E 4. Transportation/Travel $ 500 Mileage $ 0.565 800 MI $ 452 CL Parking $ 6.00 8 EA $ 48 5. Special Deliveries $ 25.00 20 EA $ 500 6. Computer Costs $ Subtotal Other Costs $ 2,500 ca r- *All mileage will be billed at the IRS approved rate. 0 E W 06 U) CL L) (D x W U- x W E a. ti Packet Pg.396 S.Lc c 0 w a E N N Q r C N E C N N Q C O r CITY OF SAN BERNARDINO O Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for N MOUNT VERNON AVENUE OVERHEAD REPLACEMENT N CIP PROJECT NUMBER SSO4-012 COSTPROPOSAL Morris Engineering,Inc. SUBCONSULTANT Roan#lours Cbxnt Cfry of San Renvrdlno 6Patvel Ok10li3 Eiemenl:and eDamotrtlan Labor lWwab CkzxiSmtbn �s WdS f 2 3 A 5 6 7 8 5 10 Tv1al 5ubldal 3a 4f CONSVLTANT STAPF Coda Pnrr I Er�nesr CARD Cbrigi _... ODC Haw4 E CONSULTANTftATE 3/6093 !12552 SW52 #51,21 - 7ASF.(SU@TAPICS ty P Ject MxnagemenUCOaro'fnatlorV $5.111 V 7asXt Ad /MV.11- I.t Profxct Msmgemmt Pia. 10.1645 Q. 12 COerdA.6.WAdn6roMraib. lco S,iA 1.2.1 Cootdnatio—,!Me"S 10.15.10 SM VX 12.1.1 POjed W'f Pmant T"M Meet"s 10.19.10 8 e 12 Publk DUh 0Masdnga loo.15.10 1.21.5 R.*.d Coordination Meetings S0.1S.io 21 21 S?.:5 12.2 Adm4ltattafion 10.18.10 12.21 EnuoaGYnant Permis 10.15.10 •L 1.3 Sdtwd- 10.15.0:: ` fA Nograss Ra rt 10.15.10 �W I.5 Oua11y A»umn 00-u y Control(ON4C)Ptan 10.1505 O 1.0 PuMk Outreach Program 30.15.05 L f.7 VaWa Anahss RaNaw 100.1505 Q� Task2 Envfr.mnartaf DOLOTWrt W n an ,W.or d SuAPiama.tat Envif"Me tat DOeume.t SuAPOA e� G 27 Oat.CoitacDOn 2:6-05.05 D—v p okga Ardh`iMua l Enhancenwnt 2.1.1 Xfol MmethM meet SHPOMOA 2350505 RequYe—% E N.t 8,1d9 L0hlWAttmbaht—t 2.7.2 SHPO MOA Reur— s 235.05.0 22 vv., p 235'0520 L 22.1 Ptefeaedikg ArctdteCUral Enhancement Prxlerted A%mnatke 222 Devebp Bridge LshNng Pieft red AeernaWe 2M,05 OS SuppR W 20 (o.wm Taak) 735,0520 06 Taak7 sit.fnvasllgAtloNUti/iUes MaPAlny+Reportz (n 3.1 Sllsinves,39atrgn D5,10 � a. 3.2 a.—Y.9 1&5.10.00 22.1 Design S.—Y. 166.1950 W a 3A ISJFd C Hedua its Ww.1n09.b.R.pA.RlWk<mMS 3 NaZaldOUS VWWinveatbaalgn 235.70 3,72 PiaGrnlnary Fwrdatpn Rtp d X W IL Q Q x Lu E V Al, 1 y V IF � ;r{ Packet Pg. 397 0 r a E N N Q C d E C N N Q C O CITY OF SAN BERNARDINO N Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for N MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-412 COST PROPOSAL Morris Engineering,Inc. d SUBCONSULTANT Manhoura d Oile: 04'f 0113 COaM:City of San Bemetd(no Pro: Elmmml:0ri Dtrrlddton Latar HOVlab O6aai8ca(b y W84 1 2 3 4 5 6 ) 6 9 t0 Tobl SubIOtN 9aMOe ODC Houa d CONSULTANTSTAFF Coda Pri:A l E r%r CADD C$.-t E CONSULTANTRATE f8093 312582 $63.52 $6121 3A G-Ustinkal Expli nlbn Pony 185.20 3.41 RgkfoPEnty PmmRS 20505 3.42 CBOtedrnkai ErP1.10- 18520 CL Taake Prowff-at Sane Fa Smnk.NO(DO1alabta Taep Task 30%P88E 86bmffht $10,744 5.1 Fats SNeta 13515.15 5 2 Pnbnkury Plana•G-4-Approval Ota-96 185.15.10 . L 53 Teofre St 1&320.05 udy m 54 Roadway Plans 165.1505 55 Surreys(Atlantan 4 dkeded to Task 32) 185.100 5.6 Bridge Type Selection Repod(OTSR)and Design 240.75 38 33 1`.00 $10.766 51 Pro)ad coal(30%Esiknata) 24.90 d' 5.7,1 AsbestosaMLead Aba4maM U61.1a 249 ` 57.2 H-dbos°A4WRemora1 E.11-te 240.9 / 5.8 avy ImP-.-,ts-1 a Utoy Nona 200.25 Y 58.f 0ra6 PUCAPpkanon 205.1525 59 Raboad Plans 185.1590 d�a 59.1 Ptatkninary Tmd AKFMM Plane 185.1595 5.9.2 Prdkn6nary sboo3y)0asign tests" E 59.3 P,.Ion aly int-olai Track Ro(Nks-nls 105.1599 5.94 PWknNary Rag Service Stagkg Plana 165.1599 part Ciotlsbudan Olonatbn AM MaiMananoa L 59.5 .1 AgreermM 985599 6,I)b P"Wary MEP Deeign 185.1SOB Q 591 Prelkn-y Sirdurea and BUdd4g CA sign 185,15.99 W 5.10 Rtgid-oi-Nby 166.25 _ 06 ch TWO 60%ME 8nbm/Nat 10,#23 I.L�wa - 6.1 R.W-Y Psi- 2'A.05 6.2 On ns'.Plans 230.30 6.2.1 60%Ommga Raw 1852010 .e�+ 0.9.Canikudan,TrerkP Handkl+g,Oetsia 6.3 Po sge ns,T-Witi6on Nmo "nt John(TMP). 23020 Coostn,-n sod Maneg-ni Pion.AM V liakardoua MaWW CoNLganoy Plan X W LL Q K W y.s E V l. t .11 Packet Pg. 398 l tr ji 5.Lc 0 0 a N N Q C U! C N N a 0 CITY OF SAN BERNARDINO 0 Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for N N MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CL' CIP PROJECT NUMBER SSO4-012 COST PROPOSAL Morris Engineering,Inc. SUBCONSULTANT Manhours LO Data: 0-13 chant:city of san earrerdno pro; v Element:eri eDmtatitlon - Lahor{fOUla CWm`6atlbo �.a w9s 1 2 3 4 5 6 7 8 9 10 Tow SYL40tei 1_ SeMot CONSULTANT STAFF Code PdnG i E Mar CARD CWtaai ODC Nova_ CONSULTANTRATE 5160 g0 $12582_,,, TA$01SUSTA6NS () 63.1 80%T,atlk M,wga—t Plan(Attention is le52035 f6 d'xeded to Taak 5.3) 632 60%COnatnrotWn so MaMgammt Plan 23520 CL 633 60%Naza,doM Mate,bl CorA&ogar yPbn 235.15 Q) 64 P--rt Datdnsalbn Mann 230.1505 6.5 SignNg Pb- 2x.1505 66 Traflb Stela.Signing and 9t,tat Lghtvg 230.1515 67 Planting aM 4ryafi.Plana 230.10 68 R0111 Y4y Errgk+aeYng 1.14— 220x70 68.f ft o-Record Data Search 230.0595 •aL.�� 682 ANdId TAW RCN* 225E W 6.6.3 Pad—Land Nel Recovery and M0505 RNdT 6.B.d Lar4 Not Map^Se(ore Cond4bn Rewrd 2U.05.40 � Survey 6,85 Perform Marsu—M PHpetwhon Ul", no0505 L 6.86 Pre Rene Right-of-Way Ma ps 220.15 ww� 6.8,7 NagotiaG RightmM1YJdy Saftbmantand 2M 20 Pmp-ANq,2ian Dowmeni,-Fea Cn'!Mr .I..a 68.8 P,epam Rasakft,r of N—ity end Plata 220.2215 6.89 P.p—I)ie *r,Dead and Plate 220.25.05 'a'a 6.8.10 Prepare Waty Legal Dear W—.14 PIS 2M.(5 � 6.6.11 PUC Appia— 205.1525 0812 P-1 Ries 2a5E0 6.8.13 F1.1 iAOrvwrtenlniwn 310-0505 MonomaniatW.Map'A6er C-d6pri Record x00510 6.8.14 of Survey L 69 Geotachntaal Rapoda,Mat-.il RePOrtiM 2300570 Fv—t.a RoPOft+ 691 Gaotachnical Dazgn Report(GOR) 23D.05.70.is 692 IA...we R."n 2M 05 7025 'W�y 693 Drag F—Pti n Re ports for Sridga Slruaraa and 24080 06 Rlwl"ng Waaa 57W 71 510620 (n 6_10 SrkF3o 0"06 and Plant 24065 2f :✓J 6.1 f Relain.In9 kW 1 Design+nd Plana 240.65 8.12 Parm4 APid�catbm 265.,085 6.13 2'a ul y No6te 2w 25 Q) 6.14 51am N2".ar POA4ion Prevention Plan(SWPPP) 230 0565 'e"+ 6.15 Raaroad Fans 230.05.99 S1, TaakI WX P58E Su6rnittS7,04 71 Roadway PWn, 255.1005 x W LL a .Q X W G d E t j U 1 s• I Packet Pg. 399 )1 0 >a. E M N N Q r C E _ a1 N N Q _ O r CITY OF SAN BERNARDINO O Plana,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for N MOUNT VERNON AVENUE OVERHEAD REPLACEMENT � CID PROJECT NUMBER SSO4-012 COST PROPOSAL Morris Engineering,Inc. SUBCONSULTANT Manhours Client City a sm aem ano Data: 04N0113 Rai: Elo ":ad Dannolklo" tabor Hours Cbwicsfio7 C WETS 1 2 3 4 5 S 7 B 9 10 T*4I S.P-1 CONSULTANT STAFF Code ESO"bn 'ADD Cbnai ODC Nona E CONSULTANTRATE 100.03 $125.82 SSS52 X1.21 — G 72 81160 and Retalrvng Wall Pbm•Independent 256.50 & 40 5750 49 $7.094 (� Strudunl Review 7.3 R.11—d Plans 255.1090 tZ 7.4 U05ty and Rghl-May Update 20.25 aa.1sy� 1.5 FNUI PS&E Doasmnta 2550 66 Task Cona0a,d.OkklhIg Phase(OPOO-1 Task/ Task Canafra48ort Support Ph..lop0onaf Tasv Task 10 Propct Clos4out L 70.1 Devabp fiml Record Drawing Plana 295.15 sy1, 102 DaWer Projacl Has 295.20 LY 10.3 R—nld d MOnurmnlaaon 300.05,10 = 10.4 Post Aud4s moo 0 Taak if C.V.#acy(Oabtshls T-V = t_ Grand Total 9k t23 sz a99 uo s33so9 ; ea+ C d E d d i� Q w 06 a a� w v a� x w w Q :.r :a x w m E U r Q � flt#r I Packet Pg.400 1. ;� If Plans,Specifications& Estimates(PS&E)and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT C1P PROJECT NUMBER SSO4-012 0 COST PROPOSAL a Contract No. Date: 04/10/13 E Consultant N€nyo&Moore to N DIRECT LABOR a C Initial Hourly E Classification Name Range Hours Rate Total s� Principal Engineer/Geologist/ David Richter/Nancy N Environmental Scientist Anglin 20 @ $72.00 $ 1,440 Q c Senior Engineer/Geologist/ John Jay Roberts/ O Environmental Scientist Eugene Berkland 66 @ $54.00 $ 3,564 Senior Project Engineer/Geologist O /Environmental Scientist Prasad Thimmappa 186 A $43,00 $ 7,998 y Project Engineer/Geologist/ Beth Padgett/Javier Environmental Scientist Perez 172 @ $40.00 $ 6,880 ,d Senior Staff Engineer/Geologist/ Micheal Cushner Environmental Scientist Jesus Villanueva 140 @ $34.00 $ 4,760 d Staff Engineer/Geologist/Scientist Jonathan Johnson 36 @ $28.00 $ 1,008 = Gyula Kerkai! d Technical Illustrator/CAD Operator Michelle Trevett 48 @ $32.00 $ 1,536 y Data Processing,Technical Editing,or Linda Carson/Sharon v tv Reproduction Chang 62 @ $26.00 $ 1,612 p, 0 @ $ 0 Anticipated Salary Increases* $ 0 Total Direct Labor Costs $ 28,798 -O Z FRINGE BENEFITS Rate Total m 26.00 % $ 7,487 p Total Fringe Benefits $ 7,487 Total 12100 % j Total Indirect Costs $ 35,134 FEE(Profit on Direct Labor+Fringe Benefits+Indirect) Rate c 10.00 % d Fee(DC+FB+I) $ 7,142 m OTHER COSTS 1. Reproduction $ 1,400 Q 2. Copying $ 200 LU 3. Plotting $ N 4. Transportation I Travel $ 400 tl S. Special Deliveries $ 200 d 6. Computer Costs $ v 7. BNSF Permit Fees $ 7,000 X 8. BNSF Flagman Fees (est.40 hours @$100/hour) $ 4,000 LV 9. Geophysical $ 2,500 �+ 10.Driller $ 15,000 11.Laboratory $ 11,000 12.Waste Removal $ 800 Q Subtotal Other Costs $ 42,500 FEE(Other Costs) Rate % K Fee(OC) $ 0 W w SUBCONTRACTOR COSTS(attach detailed cost estimate for each subcontractor; O $ d E U $ .M+ TOTAL SST $ 121,061 Ilk t. r Packet Pg.401 ;{ ii slow Plans, Specifications & Estimates (PS&E) and Right-of--Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 E COST PROPOSAL N a Contract No. Date: 04/10/13 4) Consultant Ninyo&Moore _ a� .y OTHER COSTS-Itemized Unit Cost Quanity/Units a 1. Reproduction $ 1,400 0 B&W 8.5"x 11" $ 0.05 1000 EA $ 50 2 B&W I I"X 1T" $ 0.10 1500 EA $ 150 0 Color 8.5'"X 11"' $ 0.45 1500 EA $ 675 Color 11"x 17" $ 0.75 700 EA $ 525 2. Copying $ 200 v B&W 8.5"x 11" $ 0.05 1000 EA $ 50 B&W i V X 17" $ 0.10 1500 EA $ 150 3. Plotting $ 4. Transportation/Travel $ 400 Mileage $ 0.565 602 MI $ 340 t° CL Parking $ 6.00 10 EA $ 60 � 5. Special Deliveries $ 20.00 10 EA $ 200 6. Computer Costs $ 7. BNSF Permit Fees $ 7,000.00 1 EA $ 7,000 m 8. BNSF Flagman Fees S 100.00 40 HR $ 4,000 0 0 9. Geophysical $ 2,500.00 1 DY $ 2,500 10. Driller(Rig Rental) $ 5,000.00 3 DY $ 15,000 > 11. Laboratory(Soil Lab Test) $ 78.57 140 EA $ 11,000 12.Waste Removal $ 800.00 1 EV $ 800 Subtotal Other Costs $ 42,500 a� a� L *All mileage will be billed at the IRS approved rate. Q W 06 to n. d (D x W u_ a 0 x W c W E w a Packet Pg.402 5.L.c c 0 a E N N Q C O C .N N Q C O CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for p MOUNT VERNON AVENUE OVERHEAD REPLACEMENT N CIP PROJECT NUMBER SSO4-012 d COST PROPOSAL Ninyo&Moore SUBCONSULTANT Manhours d Date: 09710/13 Client:City of San Delnardng Element:tlazanloua Warta Tead La1wr Ho1rs b,Cl.si5cabon w8s 1 2 3 4 5 8 7 8 9 10 Tmal wecW sat au S�btofal �' aaxw -Ciro=w+ s.,.aa.t.n �+aw+s,.•.* .� r.��r# C r�.x`y...ax a erv»er o.Qw+ e�+ena.+ww+r u.�iaa CONSULTANTSTAFF Code CONSULTANT RATE 5198441 $147.31 $117.30 $109.12 $92.75 87018 $87,30 870.93 TW*1 PmfootK-0-1/couna"tton7 $30134 _M AdinfIWOtfon n �. 2- 2 32 33.557 C. .-- 7.1 Pr Man ementflan .. 16015.05 2 ___? b 6 8 4)1.2 CoefdnAWAdmitaabon -LOO 1510 1.2.1 Coordination and Meedn 100,15.10 - 12.1,1 Project Developmanl Team Meoungs 100.15.10 12.1.2 Puh6COWaadl Maetinys 160.15.54,. 4 10 1S 38 34212 .._........._�_ "'"- JB 34212 12.1.3 Rsi9oad COaption MeeB 10015 70 _.___ 1 18 1S ,,,_ ------- ,L 1.22 AdrrirYatraBon _ 100.15,14 1.22.1 F—oachmeM pmmffi 100.15.70 .,,.._^ 2 20 30 ....53915, m 7 3 Srhedda 10015,05 4 20 _ 24 $2.931 74. ._._.._ Progreaa Report _.... 100,15.10 _ d 12 f0 20_____,,,,,__ 48 N288 O 75 City A-irsncelQuaW CofNOI(QA/QC)Plan 100.15.05 2 4 12 20 ....�30 2 4 74 $7,813 C 10.15.09 7.8 PabGp Pr ._......._.._.. L 7.7 VaNs AngLlij Ravlety 1¢0.15.05 7ask2 EuWmAnlanrai O­~t UWfllca09n and .V Supplemwtaf E-fronmontrf Document Support 2.1 Date Cdlectiort ..._..... 23505.05 Develop fridge AmhRoc-Nid Enhancement C 2,11 NninabvoathotmeetSHPOMOA 235,05.05 C1 Raguu—ts E 21.2 D-1"Bridge Ughbng AlWn. .i;that-0 235.05.05 d SHPOMCARequbem W 22 Worth 235.05.26 _.. L 2.2.1 u-mp W.ga NChitactural Enhancement 23405.05 222 Develop eridge Lighbng Preferred ARernaWa 235.05.05 w 2.3 SupplerrlenlM EnNronmemN Oocun»nt 235.65.20 13� e7 TsW9 SlM tmutan t¢1 loMMl(Raa/MSpping?loparte ....._....... ........._,__ 328.284 (n 3.1 a SR.!-.s.aeon 235.10 32.7 Dal Sury _,__�. 785.1080 .W 3.3 Mate nadAonfOeotKfirucWHazardous 165.20 3 Wavle 1=0.Raponti Req,,.—rila 3.3.7 Hazatdous WSSta lnvasCgatio�.-,,, ,,,.., 235.1D 8. ._._... 28 84 5 58 36 12,_ 14 ..........,, 288 528_284 3.32 Prbrni ry Foundabon Report 24065 x 3.4 Geotochnical Exolmaoon Plan _.... 18520 ._.._ - .......'. w 3.b.i Ri t-ot-En PerfNla 20505 ..._,. _ -- 3.42 GwteNx9W Ex uaeon 18520 ___, U- Q a.+ x w C m E ,. Packet Pg.403 0 w >z E N N Q w C N E C .y N Q C O CITY OF SAN BERNARDINO +' Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for 0 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT O (h CIP PROJECT NUMBER SSO4-012 4) COST PROPOSAL Ninyo&Moore w SUBCONSULTANT Manhours It 01-1:City of San Bernardino Date: 04/10/17 Lo Iq El..of:Hazardous Waste Testing Pr Labor Haas try Classificaaan WBS 5 2 3 4 5 6 7 8 9 19 torsi ce.cw Subt0li '�' r�a.ar.�..o mn av C o wa a s a w.. aaro e CONSULTANT STAFF Coda a�wai a�waa s«.aa a:.ma o,errc.satt+ ro""` e,o-w..e� ODC H,-,, CON8ULTANTRATE 3198,41 314731 $117.30 $109.12 39235 $78138 $87.30 $70.93 `531ig _ U 7Y�t 4 er factfoo of Sanf9 fro Sor kssteek(DMefable _._. -- - $10,831 CL -- 5.1 Fact Sheaia 1a5.i5.iS 2 8 8 8 34 33.372 �I 5.2 Pre9minary Plans•Geomebic ADaovi IXaaings 16513.10 d 5,4 Roadw y Plans 985.15 05 _ �L 5.5 3tsveya(Att-ti-is direceed to Task 3.2) i3S.t0.84 m 5.3 Bridge Type Sdecson Report(BTSR)and Design 240.75 NOW 5.7 Protect Coat(30%Est-a,)_ 240.80 4 8 t3 20 8 8 84 37,289 Q 5.8 l/rety I.P.-to-I'uv ty Note 20025 _, L _.. 5.85 Draft PtiC APDtraSan 245.15.23 � 5.9 Reikoad Hans Y85.1 S.99 S9.1 Prafiminery Track Af9nmeMPtena teS.15.09 5.92 Preliminary Shoo6y Oei9n 185.15.99 _ 5.93 Pre3ndnary intermodal Track Requrements 185.15.99 5.9.4 Preliminary Rail Service Staging Nana_ MIS." �SAS Draft c-u-ion opermon and Mafntan . 1851599 A9roemeM ..M-_ 5.8,8 Prekmin MEPO ' 5.9.7 Prekminery Stmawras and BuW9 Design 05.1$'" >r 5.10 Rlghtwt•Wry 185.25 ..........-..-- Q Task 3 80%ME SaSUbma 39.182 - - W 8.1 17aadxayplans 27005 02 Oralnaga plane 23030 82.1 60%Drainage Report 1$5.20.10 Q. Shoe Comtn,caon,Traffic Hang""Detour 8.3 plM+s,TransDortaaon Mana9aneM Plan(W), 230.20 Oo Weton Soll ManagemeM Plan,and r 8.3.1 6S0 U%ImTlMB.Lat..M an nggO m t R.P(LAl4t_ntl_nOr .......•• 1$5.3035 V 8.3.2 80%Cansouction SoA Mana9amenl Plan 235.20 2 4 8 8 32 4 4 00 33,180 x 8.3.3 60'A Hazardous MaUda)Conungenry Plan 235.15 2 2 4 4 t2 2 2 m 28 $3023 l.l.l �9s 7 U- Q .Q K I.IJ C 1y E V w Q t' a c Packet Pg.404 i� o Y E 0 N N Q Y C QE E C .N N Q O CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for 0 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT N CIP PROJECT NUMBER SSO4.012 N COST PROPOSAL Ninyo&Moore SU13CONSULTANT Manhours � Date: 04/70113 Clint:city o1 San Bernardino pr M.nt Hazardous Waste T.stl Labor Maas bw Gas&fltedon was 1 2 3 4 5 6 7 8 9 70 Taal Y s+�rnw.b woenera•..n as oar. Nro s.b".0 a a�aw cw:.a. �an"�ra d - msa...«a cerwv.a ODC Hoes G CONSULTANTSTAFF C de °`YiOX Pew G i CONSULTANTRATE $198.41 $14731 $117.SD $103.12 $92.75 37638 36730 $70.93 BA .Pwemeeit Deline.6n Plarro ,_____— 2301505-...� .-. 8.5 Signing Plarn 2301005 Q. 8.8 TraKa Signois,Sign and Street U n8 230.15,15 - 6.7 Pinang and I'd Pta n - 6.6 RV"f--Way Eno.adng Smvie.s ....22000 ...... .__ ....__ _._. 8.8.1 Perfwm Raeord G.%Seaoh 2200505 - 8.8.2 AcQUin Ti6s Repab _ 8.8.3 PedwmLand Net Re .ie nd 22405.05 L '. FL9tQ,tiaa 884 Land Net Map°Bata.C.dt.n"Recall 22005.10 m 8.65 pedwm Mw—t Pwpetue6n Sun.ys 3DD.05.05 O __,__6.88 Prapael&pnt-M-Way Maps 220.15 _._.__ - L 887 NegoW RighW-Way Sa78ement and �� `> Prepare A-quid5n Documents-F.Amer Y 8.6.6 Pmparn R"aa6on of N4oessitp and Puts 220.20.15 Y 8.8.8 Prepare grector's Deed aa7 Pieta 220?5.05 __, __ _...... _ d 8.8.70 Prepare Utility Le9al0escnp6ona and PIffi 220.15 5.8.11 Pi1C AppOwton 204.75.25 d _8.8.12 Parcel FNas 244.50 ............._.... _.._.._,_.... _........ _..— —_....__"__ ` a 81 Final MOnumereh.on 30005.05 8.814 ManmeraeBon Map-After Caidtiar"R—d 300.04.10 _ Q 6.9 Oeaechnicat Rap".Matwials Report and 230.05.70 —_ W_Y W 6.9.7 Oeotechnk.1 Design R.p.t(GDR) 230.05.70.15 .........___ .—.__..—. — — ----- —' 6.92 MMmhta Report Oran Fau^detson R Pan fa 3005 025 SBn9 � nd 6.9.1 _._.__ -._...._____..... ........_ __...._._ _....._..__ a 246.80 RaMrirrs WMD-w______ . _ �........_..mm, ........... 8.70 DeN nd Puns 240.85 � 6 11 RN.m=-='gn and F—S 24085 8.12 Parrrwt 204.1095 ..—._ ...- 8.73 2n°DB' Notice �.._-- 200.25 () 6.14 Storm Watw PCileaon P—enfi-Plan(SWPPP) 230,05.65 _. K 8,15 _ R.Aroad Plain ......._. „�,—._.--X300598 W TaskT 100%PS6E Su8mttmf ._,... LL Q Y K W d E t V !� Q a � 4 -r Packet Pg. 405 { o w CL E N N a c d E c a� N N Q c O CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for C MOUNT VERNON AVENUE OVERHEAD REPLACEMENT U) CIP PROJECT NUMBER SSO4-012 4) COST PROPOSAL Ninyo&Moore , SUBCONSULTANT Mauhours d CIIMt:CRyofsaemuano wte. 04110M an EIa r.H—deus W"t9 TUtl Labwl,!owe IYCII MeiStation W8S 4 2 3 d 5 8 7 8 9 70 Total +-+ - ..en r«.s?m«+ wwn gym.«+ oav,,.«+v Subtotal C CON9ULTANTSTAFF Co. Hoaa E CONSULTANTRATE 3199.41 $147.31 $117.30 $709.12 592.75 $76.36 $87.30 1 $70,93 7.1 ft deay Pima 255.1005 — 72 &idge and RetNang WWI Plena-Independent 250.50 CL $ku _ _.._.._ G� 7.3 Ralroad Ptens 255.10.09 7.4 A and Right-o6Wx U dala 20025 Task 8 COnetn(CIf-Bfdd/g Phase fO ff-W Tas -_ Task9 C.. .0-Sueqwt Pha»O donali ----- •� TYSk t8 Pta Closaout _-............. ...� 10.7 Oevel F1n4Record Dr Plans 295.75 ..-.-.......__ 10.2 ._ ____ Odry r Project Files 295.20.—,, — — 0 _ 10.3 Racordetl MOnumentation :A005.10 10.4 Post Audt9_ 295.00 - _ __........... 7. Task 11 Candn9ency(ONStabtOT _ — °-- ` ten d Gd TOW 20 s6 168 1 2 T 36 48 62 S,qO 730 -- 723,97 CYC G C Q E L a w U) a as w v x w w Q :Q x w r C 47 E «« V Packet Pg.406 i j Plans,Specifications& Estimates (PS&E) and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 0 w COST PROPOSAL Contract No. Date: 04!10/13 Consultant Overland,Pacific&Cutter �C Y C DIRECT LABOR E Initial c as Hourly y Classification Name Range Hours Rate Total Q Project Manager Janet Parks 164 @ $41.00 $ 6,724 c 0 Senior Consultant Ramic Dawit 432 @ $32.00 $ 13,824 Consultant Albert Harmon 109 @ $22.00 $ 2,398 0 Senior Utility Coordinator Pete Castelan 100 @ $40.86 $ 4,086 tY Utility Coordinator Esayas Hagos 420 @ $36.05 $ 15,141 0 @ $ 0 LO 0 @ $ 0 0 @ $ 0 Y 0 @ $ 0 aci 0 @ $ 0 aE> Subtotal Direct Labor Costs $ 42,173 f° CL Anticipated Salary Increases* $ 0 Total Direct Labor Costs $ 42,173 a� FRINGE BENEFITS Rate Total 47.90 % $ 20,201 m c Total Fringe Benefits $ 20,201 0 c L INDIRECT COSTS Rate Total a) Overhead 117.60 % $ General and Administrative % $ Total 117.60 % Total Indirect Costs $ 49,595 y m FEE(Profit on Direct Labor+Fringe Benefits+Indirect) Rate m 10.00 % Q Fee(DC+FB+I) $ 11,197 to otl to OTHER COSTS tl 1. Appraisals $ 45,000 2. Appraisal Reviews $ 24,500 3. 'Title Reports $ 7,150 d x 4. Transportation/Travel $ W 5. Special Deliveries 6. Computer Costs $ LL Subtotal Other Costs $ 76,650 Q FEE(Other Costs) Rate 0.00 % Fee(OC) $ 0 w SUBCONTRACTOR COSTS(attach detailed cost estimate for each subcontractor) $ E $ w 'r TOTAL COST };; $ 199,816 ,; Packet Pg.`407 Plans, Specifications & Estimates (PS&E) and Right-of-Way Acquisition for c MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 N COST PROPOSAL a w Contract No. Date: 04/10/13 E C Consultant Overland,Pacific&Cutler N N OTHER COSTS-Itemized Unit Cost Quanity/Units Q 1. Appraisals S 3,461.54 13 PN $ 45,000 2. Appraisal Reviews $ 1,884.62 13 PN $ 24,500 0 3. Title Reports $ 550.00 13 PN $ 7,150 N (D 4. Transportation/Travel $ 5. Special Deliveries $ Ul) 6. Computer Costs $ `t Subtotal Other Costs $ 76,650 c m E m ca CL m a� AML W Q F L Q� .fc.. G i.+ d E d d L Q W 06 Cn n. d v d x w 0 u_ Q x W c m E U 2 1;. . Ilk � t FPacket Pg.408 i� i' 5.L.c 0 w CL E N N Q r C N E C t3) N N Q C O CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for O MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER S604-012 COST PROPOSAL_ Overland Pacific&Cutler,Inc. •, SUBCONSULTANT Manhours .i L0 Clltal:Cl of Ban 80-ldma Dam: 04110,15 ItT Elem4nt:0.lgheot-Yta Prol. ..... Labor HOw9 bv Dlae516cagan Was 1 7 3 4 5 0 7 a s iD To1d 5vb1oIN r Proieel Sader SaN«Ub6ty U05ry C CONSULTANT STAFF Code Mm Or C«nu11wR Como nt Coo+dinat0+ Co«RrlOtor OW Hours ry CONSULTANT RATE 3119.74 $93.40 584.25 3119.33 3105.20 E lv V Tesk1 Pra/oct Managanarf/Co mVft00w CL _dgr�Mae�n .-__-- - --- ---___.__.. 1.1-_.-__._._.___Pw;ect Nonage-ment Plan.--_________._. 100.t5�05.___-- _.__......... .__.._-_-__.-_..-__.-_,.._.-_.._•_ --._...__.._..__._.__......."._...-..._.__.___.____.._._-..-.._____.... 1.2 _, CaordinatlaNAdminlsbodon 100./S_1 0 1.2.1 1.2,1,1 Prefect DwelopmaM Team Mae0gs 100J5 10 _-.-_-_-_._.. Pu b-ft ouv_aa ch-M.ee_t,-_ -----_�,•_•,_1_ 15.10 M en 5 „_.. - --I .1.3 RoFinad Coordnogw 00150 . meon -.- .. -- _v 2,2.1 aM-Per 0 1.3 Scndul 100.150 L C 1.4 Proweaa Rejgrt 100,15.10 _ .,,„. --- -- _ 1.5 UuNily AssuranaelOuaiy Coraol(OA7OC)Plan 100.15.05 L' - d 1.0 _ Public CuVOech Progem_._..___-..._._..-_. 100.15_05.. 1.7 Valuo Anorysla RONOw 100.13.05 _ - _ c 7'ask2 Fnvfronmenm7 DOaumoni Verlpeotfon and G Supplomaned Envfronmental Dommont SLOPOtt r 261 D1z0 Cwttttlon 735.03.05 ___..-._.__. _..-..._._._.._.__..._,..._- _.-- Develop th.Alchitocbad EnhdneemeN 2.1-1 Allernagvoa Nal meat SHPO IAOA 23505.05 $DG la - es shat m 212 5e 235.05.05 HPO MOA R.win-mta _ ---- ------ -- �' 22 WakshcP_._......._. 2 .05.x_ �_ ______ ....-_-- w�. __ _.._._____ ..____.„.._._-.__... .....__. � 2.2.1 0-1.p&idgo ae'hiteeNrd Enhmlttrnent 235.03.05 -- ---- Q d W 2.22 Dwiop&Idgo Llghdng Pethd Altnada 250.05 23 Supplemmtal Envdo—let 0--t 235.03.20 -- -- —•-- --- $0.720 Teak Spo lnvoaH +loM1-1loa/M __..-_.._._... 235.10 At 9�e . _-_ �........ -._ d g, -- 5«vovin 185.1080 _.-.- ____�.2t.-_.___.._._._-.__Design SunaYs .-...____..-_18310_00-_.._.-_-_.__..._- ...•......_.»......_......_.___.._____—___ -_._-____.-_...__._-_ ........._.. 3 3.3 MderldLFOUndaeoniGpotttM;cag Hazardous V wmto Invosgga6on Repona Requiroments 18520 •„•„-•.,,,_, - .-._..__-._ x _.____-....__..___.___........... ............-._..._.� _ I.I.I _ 3,32 prdimnW Feundegm Re al 240.05 _ S.d _ Geoteciazed£x-orogon Plan _—, 185_,•20,_•--_,- -�.__ � ----•-.-__--.._ __...__...... J T2 72 x,729_ a w x w c m E o w L, T Packet Pg.409 ii {` c 0 w Q. E N N Q w C d E G N N Q O CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for 0 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT N 0 CIP PROJECT NUMBER SSO4-012 COST PROPOSAL Overland Pacific&Cutler,Inc. SUBCONSULTANT Manhours W enk mt San BNnardirt0 Dab: O4t10r13 le Cll Elamant:RI ht4t-Wa Pr LOOM HOUra CiicsRcaaon YJDS 1 2 3 4 5 3 7 6 8 f0 Tofal Sub!atal Prajew Senor S.M.UOf4y UaMly CONSULTANT STAFF Coda M ". C—"'.d Conauaant Coordinator Caw6natw CDC Horns E CONSULTANT RATE 5119.74 593.48 584.25 $119.33 $10528 E U t>s D a z d TOM 4 Pra(ocbwr at Sant Po Smokestxk(Dabtable _s 4ae d _ —.. Tatk b 30%FS6E SUbmkW t M S.1 Fad Shoots 185.15A5 — $ S.2 PreBminry Pions-Geomeidc ApprovN Orewings 185.1510 •L 4.3 IOe Sa -1S5 20,05 — 6A Raadxay Plana �5-1665 .^ ., —.......... !_ 5.5 SW ADe t la!r,WWOTeek32) 185.10.60 — 0 5.6 fridge Type Salacben Report(BTSR)and Dmgn 246.75 ._.............................—_ .............._ - --_ —" L 5.7 Raect Cost(30%E10—W) 240.90 40 49 46780 0) 6.8 U661y IrYgMWementa-1^Ufaity t4o6Ge__...._..—, 200.25 _......_ _._........._.... -- .......--- ++ _ 54.1 Oran PUC 'aftn 295.15.25 -- SA Railroad Plans 185.15.89 5.8.1 Preaminary Track Akgnmam Plena 185.15.98 ------------- 5.9.2 ProanMn Sh Desi 185.15.99 'eie !✓ 56,3 Pro:iminary lntevmadal Track Rowirmmanb 1853599 5.94 Prelitren Rtll Service St 'n Fans 18513. E 51.5 "COrabucaan OpaadOn mld Ma:nbnanca la5.15A9 Agreement .-...._... .— 5.9.8 PreGmin MEP Ded 185.1509 L. 5.9.7 Prerjminary Sbucbnes and SWi6n9 DeO r 185.15.99 5.10 t-ot- 185.25 _ 40 160 _ 209 521,019 $71180 W Task 6 ..:60%P666 SObmMa1 OS �.._........._..-.. V 8.2.1 8096 Drainage Raped 135.2010 _ 1Z Dtaga Cggbuctlsn,Ttmac HandMn4 Oatow 'a 8.3 Fans.Trrnpmrtob.Manage t Plmf(TMP), Comb do See Msnagamtnt Fan,and 230 20 8.3.1 60%Trdac Management Fan(Ahanaon to 16520.35 d acted to Task 5.3 .......................- 0,3.2 60%Cardtrucdm Soil MmWment Fan 23520 j __....._ _. W 6.3.3 60%Haamdous Materioi Cen6ngenoy Fan 235.15 .� 6A Pavement D-fl—O Fans 230.1505 - u- Q X W E V rFr Q � � � I Packet Pg.410 j� i; S.L.c 0 r a N N a r C N C 1M .y N a G O r CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for O MOUNT VERNON AVENUE OVERHEAD REPLACEMENT N CIP PROJECT NUMBER SSO4-012 N COST PROPOSAL Overland Pacific&Cutter,Inc. SUBCONSULTANT Manhours LO C110nt:City of Sen 8amardllro Daro: 04170liJ E •RI Mot-Yq Pr Laaw Noun bv CiaeMwstlon WBS 1 2 3 4 5 8 7 8 9 10 Tpty Project salvor sat%ar Uuiry Crotty S000tel C CONSULTANT STAFF Code Man Consultant ConwBant Coa6nator Dawdtnater ODC Noss d CONSULTANTRATE $11914 $93.48 $64.25 $119.33 $105.28 Q� V 85 SWNna Plana _� 230.15.85 _ � 8.6 Tr9Mc 5'ng ata.8l,.jjnnj)atd Street ti tin 23015115 8.7 PMT andi a8 P{ena 23010 6.8 RighW Way En9Maaing Smricea 220.00 92 140 172 $78,558 8.8.1 Pedorm Record Data Search 22005.05 __ 882 Acqure fiitle Raparta 8.8.3 Par:wm lend Net Recwary and 220.05.45 'L 8.84 L"Not Map-Sefwe Con AOW Record m =05110 4 SuNly 81.5 P.O.-Mwwme 4 P.Petuadon Savory$ 300'050S O 584 Prepare Righ4of-Wey Mapo 220.15 L- Iv 887 Neg.W Rightaf•Way SoMemeotand 7 ProPare ACgaisiBOt Dowman!c-Fa Owner 220.20 100 360 109 569 $52.822 Cr Egg Prepare Rashaisn M Nacasairy and Plata 220.20.18 G — r 88.9 Prepare Directors Deed and Pieta 6.8.10 Prepare Utility Legg Desolp8ons and Ptal 228.15 ., ........... .. �.... _. Bb.t1 .....P11C APpi!caeon 205.15.25 d ►. 8.8.13 Flrty Monumemaean 300.05.05 6.814 Mmum.W.Map°After Conddon'Record 300.0510 Q of9mev e B Geotech icy Reports,lAate W.Report and 2300570 w __ FRandad.,_Rppq(ta 8.11 GeotedMeai Devon Repot(GDR) 230.05.70.15 8.82 Myody9 Report 23005.70.25 -- ----.--.". - N 8.91 - Draft Foundation RapOrb for&id9e S4uGLrn and 240.80 8.10 sDni and Plaels 240.tl5 8.71 __ Re..nNnq WaM[)a`m and Plarre 240.85 - 8.12 _Panat Aaaticetlons $1}5.10.95 _._ r 6.13 2i°UN" Notice 20025 V 6.14 Storm W.I.PaauSon N—don Plan(SWPPP) 230.05.65 _-- x 8.15 Ralroad Plaes w TataA 7 t00X P5dE 5ufunNM - LL a r x w c d r f.Ir i rtj Packet Pg.411 r.rrrrrr.nr S.L.c 0 a. E N Q r-r C d E C .N U) Q G O CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for N MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 COST PROPOSAL_ Overland Pacific&Cutler,Inc. SUBCONSULTANT Manhours L0 Daft: Q41t0113 Cllertt:Cl t13an OOmardln0 Pr Element:Right-tl-Wa �-" La or rlwa W Clsssi61a9an was 1 2 3 4 5 8 7 B 3 10 Total 3vUalal w Project SeNw Scnloruwity UUFry CON SV LTA NT STAFF Codo Mann et Coa ".t Con t. nt Ceadinal.r Coudlnelar ODC Hours CONSULTANT RATE $119.74 $9346 $84.25 $119.33 1 510526 41 U tASK�3'f.3UFJYi44ka':';�:::i^:�1•';;:;�:1•••:: Bridge and Rot.Wng Wall Pam-Indepde snal 250.50 Q 7.2 uctu_I R vi _7.3 Railroad Plans Utility and Right-d-Way Update 20015 24 -_..__.26 120 ,. y_ - _-_ _ 172 $16.849 7.3 Final PS6E Oowm.nb 255.00 - asM a Construc8on 61ar1n9 Phaso,JOpuorral task) .�. _^-._— ._�._......_.__..__ _---••---------- ---_ ---- - Ta.k 9 Coasiyif7 9uppaPAase rOp0onol To-- - -- TaW fO Pro/oci dosaout_-___.-___.......__._.._-. __—_._............. ...._— 70.1 . --,_T 2Ze final R.cwd Oraw:ng Plms 295.15 „-- .-- _ -- --- C 30.2 Oeliv4r Ploloat Fib. 293.20 __----_ ____........_.___.__..__---..._- _...._- —_ .__._...................___- -......._ _ 103 Rboaded l4onurneMa80n 700.03.10 ,,.„,.._.___—_ ._�....._._........-._ -_ --- -. - ....... - _...'. 1„ 10A Prot AWW 2A4.00 __- Tm814 -__-...__��e DOM1aDfa 7as .....-..-- ____. .....__._,._ __ _ .__ ....._...._•_ _ a.r claw of 1 4M 78 7 1 f C dr E d L Q w W cn a. (v v d x W 7 LL Q �a L x w c a� E U C" Q t 1,11 t 'I. 4'. :I Packet Pg.412 li ii Plans,Specifications& Estimates(PS&E)and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 0 COST PROPOSAL C Contract No. Date: 04/10/13 N Consultant PSOMAS N Q DIRECT LABOR d Initial E Hourly Oi Classification Name Range Hours Rate Total in rn Surveyor PM Cliff Simental 72 0 $75.73 $ 5,453 Q Surveyor Office Sean Smith 296 a $44.29 $ 13,110 Surveyor Cadd 298 @ $30.00 S 8,940 PLS Party Chief 192 @ $44.69 $ 8,580 p Chainman 192 @ $37.86 $ 7,269 N d Photogrammetrist Ron Moojen 30 r@i $43.03 $ 1,291 w Cadd Collector Marco Rosas 105 @ $24.10 $ 2,531 Project Admin Liz Blair 6 @ $17.12 $ 103 Nt 0 @ $ 0 0 @ $ 0 Subtotal Direct Labor Costs $ 47,276 E Anticipated Salary Increases* $ 0 Total Direct Labor Costs S 47,276 a m FRINGE BENEFITS Rate Total 45.50 % $ 21,511 Total Fringe Benefits S 21,511 m INDIRECT COSTS Rate Total Overhead % $ _ General and Administrative 141.30 % $ m Total 141.30 % Total Indirect Costs S 66,801 5; FEE(Profit on Direct Labor-+-Fringe Benefits+Indirect) Rate d 10.00 % E Fee(DC+FB+I) $ 13,559 d OTI4LR COSTS Q 1. Reproduction and Delivery Budget $ 500 Uj 2. Aerial Flight $ 2,800 N 3. RR Encroachment Permit Budget(Actual Costs to be transferred onto the tZ Prime Consultant) $ 250 y 4. RR Flagman Budget(Actual Costs to be transferred onto the Prime Consultant) $ 5,000 K 5. Potholing $ 14,400 W 21 6. Title Report Budget(Actual Costs to be transferred onto the Prime Consultant) $ 15,000 ti 7. San Bernardino County Surveyors Checking Fee $ 2,000 Subtotal Other Costs $ 39,950 Q FEE(Other Costs) Rate 0.00 % Fee(OC) $ 0 x W SUBCONTRACTOR COSTS(attach detailed cost estimate for each subcontractor) $ d S E $ v $ 4 TOTAL COST $ 189,097 ]l�,r Packet Pg.413 _;r Plans, Specifications & Estimates (PS&E) and Right-of-Way Acquisition for .2 a MOUNT VERNON AVENUE OVERHEAD REPLACEMENT E CIP PROJECT NUMBER SS04-012 COST PROPOSAL Contract No. Date: 04/10/13 Consultant PSOMAS OTHER COSTS-Itemized Unit Cost Quanity/Units .2 1. Reproduction and Delivery Budget $ 500 B&W 8.5"x 11" $ 0.05 5000 EA $ 250 0 B&W 11"X 17" $ 0.10 2500 EA $ 250 4) 2. Aerial Flight $ 2,800.00 1 DY 2,800 3. RR Encroachment Permit Budget $ 250.00 1 EA $ 250 4. RR Flagman Budget $ 100.00 50 HR $ 5,000 7T- 5. Potholing $ 14,400 Potholing $ 1,000.00 13 EA $ 13,000 E Ground Penetrating Radar $ 1,400.00 1 DY $ 1,400 6. Title Report Budget(Utilities) $ 1,000.00 15 EA $ 15,000 CL 7. San Bernardino County Surveyor's Checking Fee 2,000 2,000.00 1 EA 2,000 Subtotal Other Costs $ 39,950 0 id (D E W a. x W U- .2 x W E U jhi ft Packet Pg.414 5.L.c 0 w a E Q c m E c rs N Q C O CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for 0 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 COST PROPOSAL PSOMAS SUBCONSULTANT Manhours Drte: 04!10!11 C=1.Crly of san 3d rnm®no pr er dement:SurvC LOIwr HOU16 bv CIa3Hfitaion 44A8 1 4 3 4 5 0 7 8 9 10 TOtm SubloWl '�" Surveyor Su yor Survoyor PLS Parry Codd Project c CONSUL7AN79TA FF Code PM Olfico Cadd Chb! Choinman Photo ammobist C YW01 Adrrcn ODC Hous Q3 CONSULTANTRATE $238.91 $13973 594.84 3140.69 3119.44 $135.75 76.03 354,01 M._ 'cl'AS'KSFSt18Y%t$1C$ sue_ U Tam pfa/ed MwagwvatfCaordbiWM AdminfaballOn --_ _ ----- -- •-^----'- •— '^— —J M 1.1 Project MOnagemsnl Nan 100.13-05 .....,_„- �r.. _-- ._- ..._.._--.- ._..�...-._.....�._ (Z f.2 (;OardinO50nlAdntir119ba5an 10015.10 __._... ___.......___— ..__...__._....... 1Z7 Cogdtna8on and MOeSn _ 100.15.10_ -- 1.2,1.1 Moj.t Development Taam M-Mg. 100.15.10 111.2 Public OubOxh Meabn 9 100.15.10 _ 1.2.1.9RaltroaO COOrd'naaon MOeUn MASAO >` •- 1.22 Atrdnisb fion /DD.11.10 ._._� _ ...-___ - -- ca 1.2.2 t Encraachmont PormiR }00.13.10 -,,,�„•- _- -......_..-_... ---- - ... 100.15.05 1.3 Sdtedub__ -- 1.4 Progrea Report...___. 100,15.tO __..._ .,,- _ --__ 0 1.5 Qudity AswrancelQuatily CoMat(ON00 Nan 100.15.05 1,8 Pub'aC Oubeaoh Program �— 100.15.05 _7.7 _ Vdua Anaysll RONew 100.15.05 Y'TaM 2- EnNronmarttn7 Uoeumonr VarlReoV- d an ---- - ` 3upplomonte7 Env7ronmon01 Document Support 21 �- Data Colle<don 235.0505 Oavotop Brid9e/VcM1ilectwol EMencemont 2.1.1 Altemativea that meet SHPO MOA 235.05.05 ._.._._-----._--....._____._..._....._.-... .-..--- �-..-.-_____.__...__-__-._..._...__._._..___- .-_.. ..-._.-_ ...__-.._. Qt _.,._...- ..__._._....__.....-__..._ -- 2.1.2 2 8HPOpOARequif Altarna0voa 01st moM 275.03.05 •. 3HP0 k10A Repriramenfa 22 Wxkshop 23"5 2Q 221 Oavolop Bridgo McM1llacNral Enheneemont 435.05.05 ..P.ICfartv4Atl lae5ve_'-----"---._......_......'-'-'-'-----'--• . ....._. '---'--.....__----- -...._ _._...._._ —- -. ....�..._. W 2.22 Owel opBridgetigh6ngProhrradNtamoevo 235.05.05 06 2.3 SyppcamcnralEmionmemal Document 235.05.20 5rromvos0 Iforu7rddrle.7n_111R_ a.__- 370.040, 7.T ��-_.___.Si;o blvOSa9atlOn.--�_.�... 235.10 2 4 4_ �4 A _ --._.18 .._R 457 d i2 Stevoying 185.10.60 4� 3.2.1 -- -OOaign Surveys -.,.- 155.10.00 14 48 60 -140 140 30 105 4 312;000 _12539 378.183 V AlalariafalFaundatleNGaatacMkdl Hazordo4a 18520 x 3.3 Waste Invas80alon Reports Ro4uvamants X Uj 3.3.1 Hugdoua Wasla Invpd 275;10_ __ --• -- --- --- 3.3.2 PraBminay Founda0w Report U- Q .0 K W .i.i S= E U Q f tl Packet Pg. 415 r :e ,i �i 0 :.r CL E U) U) a r _ E _ N N Q _ O r CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for O MOUNT VERNON AVENUE OVERHEAD REPLACEMENT d CIP PROJECT NUMBER SSO4-012 w COST PROPOSAL PSOMAS SUBCONSULTANT Manhours v Do.: 0x10117 eP client:City of Sm a.mardino Pr ; !} Element:sury Lelwr NOUn W Ctas.iM1Ca.an tMeB 1 2 3 4 5 6 7 8 8 10 Ta1a1 Subtotal �' Surveyor Surveyor Surveyor PLS Part' cadd Project = CONSULTANTSTAFF Coda PM ow. Ladd Chief Chonman Photo emme0lat Cot.cta AdIM ODC Nmas CONSULTANTRATE $238.91 $139.73 $94.84 6t40.99 5119.44 $135.75 $7803 1 $54.01 -T4 _Geotechnkid Fxpf.M n Plan 3.4.1 RI7¢n-of-Entry Pormite 205.05 .._...................._ _.._ (0 3.4.2 GeotechOba Expkratlon 16520 Q n M4 Pm(ae!!on of S4nN F.Smekostack(O.latabb ftas 30%MeALWN 1 Q1 5.3 T,.lA,ft Pima-Geanroaic Approval Qawinga 16515 10 _ L 83 Tra6G Sady 1952005 604 R.edk4y Plena _165.15.05 = 5.5 Survey.(Anerftn is d,."o to Te.k 12) 165.10.60 O _ 5,8 8dd9.Type Setec6on Report(STSR)and Deign 240.75 L d 5.7 Project Co.t(30%E.$mas) _ 240.90 IiA UNny lmpmmnnnri-1a UU4y Noce. 28(115 5A.1 _ Ornrt PUC APPICaton 205.15.25 _._ gi 5.8 Rwh ad Plana 1$5.1399 5.9.1 ProUm'nary tnckANp+meMPlam 185.15.99 _.._._., - ..... ...._.... _._.,_....__.__ _ 5.92 Prelirrv»ary Shoaf DD--41 18,.15.95 ----------- 5.9.3 P.PrO.ry lniam.da Track R.W1,..." 185-15.99 5.9.4 Fmhrninmy Roth S&M..St.9mg Plan. 185.15.99 5.9.5 Oren- -op"-and MWM nance 165.15.88 ._ Agr..mad a ..8 R.hniny MEP Nogn 85.1599 . W 5.9.7 Pnlnr.nay SauM-and auildn9 Deatpl 165.15.99 _ 015 5.10 Wght-oM1NhY .. 16525 .._, �.__ _........._. (n 679878 a Tack 6 80%PSdE SuSm/ttai 8.1 Roadway Plena 230x3 _.._ .....-. �. _ _...._._.__ 8.2 _. D 191 Plena 23030 _ __. (D 6.2.1 60 o'".9.R.POd 1$320.10 Su9.Comtrue8on,Tragic-g.Detour r.3 %wre.Tr .p d t-M.n.g-M N-(TMP). 230.20 d 8.3 cgygppyan Spr Monagemmt Pion.and x 80%Trap 0a9-4 Plan(Amm�anm 16 .3. 520.35. _ 81 dk.d M eA to Twk 5.3 tl Q W x w m E s U w � Q ? { Packet Pg.416 ii 1' c 0 w E N N Q Y C .N N Q C O r CITY OF SAN BERNARDINO O Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for O MOUNT VERNON AVENUE OVERHEAD REPLACEMENT N CIP PROJECT NUMBER SSO4-012 d COST PROPOSAL. PSOMAS SUBCONSULTANT Manhours Daft: oatal7 d Clicnl:City of San Se fdine pr Efen 1,Sury v Labw Hoes by C4asvACatlon WSS 1 2 3 4 5 6 7 8 9 t0 TOW Suototal '� SONeyw Survey. Surveyor PLS Party Cadd Project C CONSULTANT STAFF Code PM t3ttwe Cadd Chief Ch it Phate wnnwirist CWsetw Ad— COG Nova CONSULTANT RATE 323891 $139.73 $94.84 $140.99 1 $710.44 $135.75 1 $78.03 $54.01 1 E a«. 6.3.2 00%Construction Sol Mann.—t Plan 23$20 V 6.3.3 80%Hm dws Material CwtnQOMY Plan 235.15 CL 8A Pavemtnt DaOneaOOn Phna 230.1505 _ — _.__.._. d O5 SiP!w9 Plan 2301505 N m� OA T-f-SW ws,Sign(rq and Street uwft 230.15.15 81 Planting and tnig"M Plans 230.10 8.8 Rigittaf-Way Enginaenng Smi— 220.00 _ •L 89.1 Perform Record Data Search 220,05,05 2 8 10 Si,596 m 612 Acgwre Tide Reports 2255 4 4 8 31,515 081 Perrwm Land Net Recovery and 2200305 2 12 14 32,155 Fig 7 O 8.8.4 Lend Net M®p"Bef—Coodt}on"Recwd 220.05.10 2 16 32 Et 8 2 66 37,934 i &fLs F d.-Manurrnnt P.Pew.W S—qs 300.0505 8 36 36 24 24 129 S16599 8.0.8 Prepare Righicf-WaY Maps 220.15 12 52 52 118 S15054 ,pr 2 N4pbote Right-of tend 5.11.7 Prepwe AcquWt.Dowmenfa-Fee 0- 22026 b 50 50 100 313,830 6.8,8 Propme Reaolu0on of Nee 4 and Plsts 220.20.15 2 8 8 _ .. 18 $2,357 C .---------..._...._...-__ ..._____-. __.... G 6.09 PrepareGectw's Deedwd Plafs 220.25.05 2 b 8 f8 52.357 d 81.10 Propore U4liy Legal Deoofip6—and Plot 22015 2 8 8 t8 32.353 L1 8.8.11 PUC ApptiwBOn 20515.25 .._._.__-..._._..._...... -8.8.12 Parcel Foes 245.50 2 2 b 8 20 42,841 8.8.13 Fhwl Morwmentation 365.05 2 2 8 8 20 $2,841 W 00 8.8.14 MwUwrdason Map"After Cwckton"Record 300,05,10 4 32 32 68 38.455 `v �f 3 rtv (n 8.9 Cso;achnka4 RoPaHa.Me;erials Report md� 23005.70 _ n. OWd,firucat Dnatpt Report(ODR} 2306570,15 - '� 8.8.2 23 Mkerials Raped 0.05.70.25 8.9.8 Draft FaundaOm Reports fw Bridge S9uc6ao end 24080 R 618 Btid Deli aM Plans _..............._.......... 240.85 V 8.17 Retatnln WaA Deal antl Rona 24085 .._.... — — ------ 8.12 Pwmt ka8ons -.._— 205.1095 X 8.13 2e0 Littit,Notice 20025 W 8.14 Storm Water Pa&,U.P,..Otn Pin(SWPPP) 230.05,85 LL Q .F+ L K L,V d.+ d E Now s R Y acket Pg.417 r S.L.c C 0 �r a E 0 N N Q r C d E !_ 9 N N Q C Q y=r CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for N MOUNT VERNON AVENUE OVERHEAD REPLACEMENT d CIP PROJECT NUMBER SSO4-012 IY COSTPROPOSAL PSOMAS SUSCONSULTANT Manhours u7 coma c!ry of san 3mm�rdEnn Date: 0enon3 d• Pr Element:Survo `"' Labor Hours tr Classficalon Wgg 7 a 3 4 5 8 7 8 9 SD T-1 sumoto! t' Surveyor 9arvnyor Surveys PL3 Parry Csdd Ploled C CONSULTANT STAFF Code PM Off- Cadd CDlef Clroinmwl Peal w—tlst Coleclor Adrrin OUC Hours Q) CONSULTANT RATE 323397 3139.73 sscog 3140.93 s113.44 1 3$36.75 378.03 $54.D1 .........._._ _......., ....—__ 6.1s Ralroad Plann '—" iu7t7 f00K PS6E SUDmly7al 7.1 _ _oaAmy..P_.ns i . 255.10.0 7.2 Bridge ad Roan.n_.g_.W..a_elas-InePOndent 250 v .... .50 " 1.3 Railroad Peons 255.7099 7.4 US�ly and Right•of_Way Updat°.._ 200 R5 ______...._..__-,.-_—._.______..._............._....,-...........------- 7.$ Final PS&ED-only 25500 _ _.___ ____.— •,.__ _ 7iak 8,,,_•_-_„�_COnstrucOan BlQtlfng Phaso(OoUonol TaW --,,,_ __.._._ _ _,___— � ".— _ _—— _TSSk9 __—_—__—Cone7ruPrlon SUP,porf PAasP_[Cp[�ona/TasML__._.....__..-- - __._ 337 Tba to Proloe[C/osoouf .._ __............. — — — 0 - 70.7 DevotoP Final RMad OtayNy Plans 298.15 ___ _,-- _ —..--"• -- •-- — _ 10.2 DN-Prokct Fass 295 a0 .._...__ _._.._ _._—______......_„-____—__—�-_ — _._..-...... ._— .._._..._. L __,.._...........—.—.._—__ .�...- 70.3 Rttada 1 MOnumenlolon .---?°_ .._.,,?,..!. 70.9 Post AUdts .._.295.00_ _._....._T_-----___._...._..._......._. -_- Task ft Contin oncy(DOfotaD/e Tnsld _.�__...�— ... __.._ ....,_._........_ _— �— _ —._..._........_....-..._. C Grand TOLV 72 296 29& 797 162 30 105 0 539,950 1191 119 7 C� C L Q LIJ W f� il. QS Y V x W t1 Q K W c� G (J `rl +na.. �r Packet Pg.418 :r .f t[ 71 Plans,Specifications & Estimates(PS&E)and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 c COST PROPOSAL E n Contract No. Date: 04/10/13 U) Consultant Roy Ketring Q w c DIRECT LABOR E Initial a� Hourly N N Classification Name Range Hours Rate Total Q Principal Roy Ketring 192 @ $121.00 $ 23,232 p 0 0 @ $ 0 0 0 @ $ 0 V) 0 0 @ $ 0 0 0 @ $ 0 0 0 @ $ 0 v 0 @ $ 0 0 @ $ 0 c 0 @ $ 0 0 ci} $ 0 0 Subtotal Direct Labor Costs $ 23,232 eo Q Anticipated Salary Increases* $ 0 tY Total Direct Labor Costs $ 23,232 a� FRINGE BF,NEFITS Rate Total m 0.00 % $ 0 c Total Fringe Benefits $ 0 c L INDIRECT COSTS Rate "Total j Overhead % $ General and Administrative IN, $ c Total 0.00 % Total Indirect Costs $ 0 w FEE(Profit on Direct Labor+Fringe Benefits+Indirect) Rate 10.00 % Q w Fee(DC+FB+I) $ 2,323 N a OTHER COSTS -p 1. Reproduction $ 2. Copying $ 200 3. Plotting $ w 4. "Transportation/Travel $ 700 �+ 5. Special Deliveries $ 100 6. Computer Costs $ LL Subtotal Other Costs $ 1,000 Q FEE(Other Costs) Rate 0.00 % Fee(OC) $ 0 w SUBCONTRACTOR COSTS(attach detailed cost estimate for each subcontractor) $ E U $ w 26,555 TOTAL COST $ ! l _, Packet Pg.419 Ij ri Plans, Specifications & Estimates (PS&E) and Right-of-Way Acquisition for .2 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT 0- CIP PROJECT NUMBER SS04-012 E COST PROPOSAL Contract No. Date: 04/10/13 E Consultant Roy Ketring. a fA OTHER COSTS Unit Cost Quanity/[Jnits 1. Reproduction $ 0 2. Copying $ 200 0 B&W 8.5"x I I" $ 0.10 1600 EA $ 160 0 B&W I I"X 17" $ 0.20 200 EA 40 3. Plotting $ 4. Transportation/Travel 700 U-) Mileage $ 0.565 1154 MI $ 652 Parking $ 6.00 8 EA $ 48 S. Special Deliveries $ 20.00 5 EA 100 6. Computer Costs $ Subtotal Other Costs $ 1,000 *All mileage will be billed at the IRS approved rate. AMML 0 4) E LU 06 U) 0- (D x W U- x ui E Packet Pg.420 1r iy 4i 0 0 w Q. E N N Q Y C d E C 13'1 .y N Q C O CITY OF SAN BERNARDINO O N Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4.012 COST PROPOSAL Ray Ketring d SUBCONSULTANT Manhours CMafM:Clty oi8m e•mardfno Date: ON10113 19/rtmt:GM temeM Pr latror Hoorn CksahE Ibn Y was 2 3 4 5 6 7 8 9 t0 Total Sat(olof CONSIXTARTSTAFF Code P610..: OOC ibua c CONSULTANTRATE 5133 E 7aak1 A ft�f °nVCeWbwtlwN $11,713 1.1 Project Manag•-A No. 106.1505 CL 1.2 ComCVNtbNAtlminiattason 100,1510 �Q/1 1.2.1 Conrdi..don aM Mea5Yga 100.15.10 Li 1.2.1.1 Projed 0-1.p..0 Team M•.WV. 100.15.10 8 e $1.055 1.2.1 3 P *.outt.0 A,wk,pa 100.15.10 12.1.3 Railroad Ccoakm0on M.eGn9a t0o1S.10 80 50 $10.545 1.2.2 AdmINOMkn 100.15.10 .L 11 2A Enao 011 1Pat.l. t00./S.lo W 7.3 Schad le I0015O5 tr 1.4 Progaeo Rapart 100.1510 C Is Coolly Ammr 10maly CorNNol(ONOC)Plan 100.15.05 L 1.0 Pobao Outreach Prapram 100.1505 `4) 1.7 Vatoo Amly"Ravitw IOD.1506 / T..k2 Envtt-Montal Docommf Wdfeadon a" Y Sopphmmralfnvkonm•nral Doowomf 3oppwt 2.1 Data CoNlob- 2350505 Y D—lop Stid2e Amliladwal EMa Y N 41 ZIA Akern•tivaaSNtmeat SHPOMOA 23545.05 C R•q.ka ft 2.1.2 D—lop Bridge UpMino Aft n b ea Nat meet ZM M d SHPO MOA RaqukemeM. L 22 M11.1tOp 235.0520 Dewkp add"Ardal•dwal Ea.--,A 2.2,1 235 Pmaarmd Aaamlko - 65 Q 2.22 D—lop Bdd0e Li0Mkg Preferred AO.wNe 235.05.65 w�a( 2.3 Soppkm•nkl EmJ a tai Dowm.nt 235 6520 aS3 (Dektabt.Teak) 7aak3 Sit.f:e affoeflonRlWtO.a/lArppmypaporfa fl 3.1 Sae:m•elgaam 23010 32 slaveyno 1%.10 PD � 33.1 Nato,Survaye 185.1000 3 33 M*.W'POon080oNCewo YHUaa aoo W20 lVak m Rportfte..—n U 3.3.1 Hmardou•We•k lmaeCWllaf 238.19 x 332 N.kru.ly F-40-Report 240.05 w IA. Q Y x w Y d E V ' ? ! Packet Pg. 421 :r , 0 CL E 0 N U) Q y.a C E C U) N a 0 �r M 0 CITY OF SAN BERNARDINO N Plans,Specifications&Estimates(PS&E)and Right-0f-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SS04-012 COST PROPOSAL Ray Ketring LO SUBCONSULTANT Manhours I* Date: 04'10113 CIiaM1 Oily of San 8—dino Not.. Elu1»nL•CSMA aemars +.+ Labor Na+tab CMaaiiwaon WBS 1 2 3 4 5 8 7 0 9 t0 Tetal SuNa<al CONSULTANTSTAFF Code Princi I OOC Noura E CONSULTANTRATE $133 3A Gea%dOoal E.Plota8al Plan 185.20 3.4.1 RgMCI-£?Ary ParMa 20505 3.4.2 Gaot.h lEaPtaetlon 18520 CL Aak4 Pafaefbn of Santa F.Smokaatack(Dalebe7a Taaq Aakd 38X Ps"SubaNat $16,018 $3 Fad SheNa 185 Isis 5,2 Pm6Mnary Plana G4omebio Appronl DiavvV 185,1510 M�y� 53 Tta Ok S P 10520.05 tY 5.4 RoaAVy a PI ans 185.'505 C Its Swaye(AftnOw 4 chatted to Ts"3.2) '0510.60 0 56 SM90 Type Sekotton Report(STSR)am 0-0 24075 L 51 Nood GPM(30%Eebrnaro) 24.90 `d 58 Ubkty lmprov rata-t'Way N.U. 20925 / 58.1 Oran PUG Applioalon N5 is 30 30 $3,993 Y 59 R.ftw Ptat" '85.15.99 5sA P.&..W Pact A09-0 Flans 1851599 ,Nw 5.9.2 PgyeMary ShooN Deti/n 165.1599 593 P.t a ary 1Marmo4sl Track RagU.-Na 1651599 5.9.4 Pre4nnary Rai 3-k:0 sta9h9 Pbm 185.16.98 E 5.95 DnA C-SUts"bn OpeMbn and MaaMenona 105.18.98 50 56. 5 d A9raema A s0 L 596 Pn3ra a"MEP 0.99. 1651599 S9.T Pra 'w sbud—and B."M Daai9n 105.1599 Q SAD Righ4of-WYy 105.2,5 Aaka 80%MAN Subm(tfal 31,181 p�j.i GA Roadnay Plana 23005 "' 8.2 Dram9e No- 230.30 U) 62.1 W%Breina9e Report in 2010 n. Stage ConRrudbn,'DaRa HsMan9•Do— Piano,T—WoAatbn M—patent PNn(TMP). M20 � 0'3 CoMruebon Sol Mm"amat Plan,and 1-1-4oda Mat11W1 Cal".n4y Nan 60%Tract Mana9amenl PI..(ARm0en 19 63.1 d}adgd to Tank 53) 106.2135 633 60%COnetrucbon SON M—W—M Plan 235.40 x LLI LL Q K W C d E V Q f• 1€ �. 1 Ir" ` Packet Pg.422 S.L.c o r Q. E to N a r d E .N rn a C O r O CITY OF SAN BERNARDINO y Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 COST PROPOSAL. Roy Ketring LO SUBCONSULTANT Manhours It Da+e: oafau COenit City.fte rpe.no pool., E[emenG CBMA .«Went �+ Labof HWab Classiga6on C was 1 2 3 4 5 6 7 6 B +0 .Doc H.. Subtotal _- CONSULTANT STAFF Ced. PnnU I QGC7 CONSULTANTRATE $133 8.33 60%HaastdoI l M9.11.1 Cc,1A.W Ky Plan 235.15 113 6A Pavement D.—.W.Plans 2301503 CL 6.5 Slgryng Plam 230.1503 �NIy 88 T,.Ik Signab,Slpmg ared Street Lighting 2XIS.15 I.L 61 pWdbtgand+MgaWrt Plana 230,10 6.a ROMol.Way Engttna04 S-io. 210.00 RIAA Perlarm Real Data Search 220.05.05 8.82 Aequee TNa Reparts 225.5 883 Ferkon Land Net ftemveryaod 220 206,05 MaL�y. Fk#i T1sa W 6.84 Land Net Map'8.1 oro I.WWW R<Wrd 22005.10 S, O 685 Perform Monier 0 PatPetw..Surveys 30005.05 =' 6.8.6 Prep..Rigm t�"Me" 220.15 L' 8.87 14.20.w RighWf•Way SstlNmanl amt 270 20 Prepare Aepo1i6on DowmeMS-Fee Omer y,.a 8.88 Ptaparc R—kftnot N—ogy.m Plale 220.20,15 8.b.9 Papaya Oaeotote Deed and Plate 710.25:05 r C 6.810 Prepare UtAty Legal Daaulptiona."Plot 220.15 E 8811 PUC App%.O 205.1525 24 24 $3.t0i 6412 Peta+Pg. 2.3.60 d 6,11.13 Fnal MOnumenm0on 3000505 SAM Mott—or"tion Map'AMr CO W1WR—d 3000310 .ISurvsy a 89 GeoG l Reps.Mo,Ws Rert and 230 .70 F....Wn RePerte LL _Y 69.1 Geot.d ftal Deign Repart(GDR) 230.05.70.15 W 6.92 M.I.W.Repod 2300570.25 (n 6,9,3 Drag FouMabon Rap—far&idg.Struaue and 2,,080 a. Relaa,lrw- 6.10 Braga Dsgn aM PNm 8.11 Retaaang Wall Daagn and Pons 24D.aS d 812 Ponmt Appaaat—$ 205.10.9s — e.t3 2'"U1My No8ca 200.25 6,14 Stem PAtot Pawtion Prevention Plan(SWPpp) 230.05.65 V d 8.15 Relkoad Pans 2]005.89 X noth7 y00XPS46 SUamIrta i.0 _>4 LL Q .Q X W W d E V 141 f y .L. ,t. Packet,Pg.423 _ 0 w.r a E N N a _ .y N a _ 0 0 CITY OF SAN BERNARDINO N Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for LY MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 COST PROPOSAL Roy Ketring L0 SUBCONSULTANT Manhours Cllenl:Clly of Sdn Banwdlna Dam: 0410113 Elemenl:CAMA C mtnt Pro: N Labor H4arab Claai'to4on = WBs f 2 3 4 5 B 7 B 9 t0 To1al BVwoml CONSULTANTSTAFF Coda Prfrri I CONSULTANT RATE 4133 .- TA ftaotn.y PI s 255.1005 U 72 611030 and Retal,'N Will Pla a-IndapaMN4 Snuclural Revi<vv 250.50 Q 7.3 R4lkoad Plana 255.1079 (� 7.4 Ut"aM M21,1-ar my Update 20025 7.5 Final PS&E Oocum4nla 255.00 T4ak3 C—Medan aldding Ph4ad(Op11*W)TwlU I) T4Fk9 C--d-Sappord PM1ase(Opff—1 Taak) .a L rack Fo Pro/oat Clwdoat M 10.1 o—'ap Fnal F—d 0'-w q Plana M.15 W 102 Del",Prolad F1''.ea 29520 = 10.3 Rewrded MOnumenlanon 30005.t0 O 10.4 Poll Aadil9 205.00 L d amnd Talal 192 31.643 192 726.633 ca G _ d ly d L Q Lu 06 rn a a� Y v m x LLI a 0 U- Q 0 x w r _ tv E s U A. tC w Q Packet Pg.424 ,I• .P !f �F Plans, Specifications & Estimates (PS&E) and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 COST PROPOSAL E Contract No. Date: 04/10113 Q Consultant Thirtieth Street Architects,Inc. ° DIRECT LABOR c Initial a' N Hourly N a Classification Name Range Hours Rate Total r- 130 $54.30 $ 7,059 ° Principal John Loomis � y Project Manager Carrie Wilde 136 @ $45.80 $ 6,229 0 CADD Matt Ross 92 @ $37.35 $ 3,436 N 0 0 @ $ 0 0 0 @ $ 0 0 0 @ $ 0 0 @ $ 0 c Subtotal Direct Labor Costs $ 16,724 E E Anticipated Salary Increases* $ 0 U Total Direct Labor Costs S 16,724 Q. d FRINGE BENEFITS Rate Total y 47.00 % $ 7,860 -a Total Fringe Benefits $ 7,860 ap INDIRECT COSTS Rate Total o F Overhead 48.00 % $ y General and Administrative 73.00 % $ > Y Total 121.00 % Y Total Indirect Costs $ 20,236 FEE(Profit on Direct Labor+Fringe Benefits+Indirect) Rate m 10.00 % Fee(DC+FB+I) $ 4,482 Q w OTHER COSTS N 1. Reproduction $ 1,310 �- 2. Copying $ 600 3. Plotting $ 3,500 4. Transportation Travel $ 1,190 x 5. Special Deliveries $ 400 u, 6. Computer Costs $ i? Subtotal Other Costs $ 7,000 FEE(Other Costs) Rate Q 0.00 % Fee(OC) $ 0 x SUBCONTRACTOR COSTS(attach detailed cost estimate for each subcontractor) w ai $ E $ U Adpftk $ � Q TOTAL COST $ ��' 56,342 j%. 144; Packet Pg.425 �� ri 5.L.c Plans, Specifications & Estimates (PS&E) and Right-of-Way Acquisition for _ MOUNT VERNON AVENUE OVERHEAD REPLACEMENT Q CIP PROJECT NUMBER SSO4-012 E COST PROPOSAL a r Contract No. Date: 04/10/13 d E Consultant Thirtieth Street Architects,Inc. U) OTHER COSTS Unit Cost Quanity/Units Q 1. Reproduction $ 1,310 c B&W $ 0.25 3000 EA $ 750 Color $ 1.00 560 EA $ 560 0 2. Copying $ 600 B&W $ 0.25 2000 EA $ 500 v Color $ 1.00 100 EA $ 100 LO v 3. Plotting $ 3,500 d B&W Plotting $ 0.15 1500 SF $ 225 Color Plotting $ 1.25 1500 SF $ 1,875 E Mounting $ 5.00 280 SF $ 1,400 4. Transportation/Travel S 1,190 0. Mileage $ 0.565 2000 MI $ 1,130 Parking $ 6.00 10 EA $ 60 5. Special Deliveries $ 20.00 20 EA $ 400 6. Computer Costs $ m Subtotal Other Costs $ 7,000 c L Q *All mileage will be billed at the IRS approved rate. > c m E d W 06 Cn a d v d x w a u_ Q x W m E U ns r T Packet Pg.426 rr " c 0 a N y a r _ .N N a _ O r CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for O MOUNT VERNON AVENUE OVERHEAD REPLACEMENT (A CIP PROJECT NUMBER SSO4-012 COST PROPOSAL Thirtieth Street Architects,Inc. SUSCONSULTANT Manhours CAME Clty o1 San B...rdlnc, Dete: 04110113 Element:Structure Aesthct)cs p1 ' Labor Hours by GasdBCatlon ...+ WBB i 2 3 4 5 8 7 8 9 10 Tom SuMOkal Project S.N. Assodale = CONSULTANTSTAFF Code Pdnd M Mane a En racer En'aer GAOD Clerictl 0. Hours �c CONSULTANTRATE $160.08 $135.02 3110.10 G Task! n Project Managemeavc"rdtnettw $8022 V ........................_. _........ tQ 11 ..._ .... Prgocl ManagemeMPlan t00t5,05 CL 12 C—dineBon/A on 10015,10 � d 1.2.1 Ceardinagan end Meetnge 100.15.10 1.21.1 ProjW Dwotap—t Team M.Anpa 100.15.10 12 4 M $2.461 1.2.72 P168c0ub Mesh —10-0 1510 8 8 37.281 1.2.1.3 Regrow Cocrdne wMeeNn 100,15,10 Adrr4Neteaon !00.15.10 m 122.1 EnaoxhmeM PmrtaS6 100-15.10 1.3 so.&" 10015.05 O 1.4 PmWo*#R 700.15.10 1.5 QuatdF AsswaneetOualtry Control(ONOC)Plan 100 1505 3.. 1.6 PuW GOutreach Program !00.15.05 3 8 $1.281 ` 117 Vtlue Analysis Redav m 100.15.65 TOM 2 Enron rW Oceument Ndtgatlon and G Supp,emontel rorO nmentel Document Support $28992 w 2.1 Del.Cdlewon 235.0505 Develop Bridge ArchA.A.,,l Enhmnernem 2.7.1 AtanaL lhgneersHPOMOA 235.05.05 32 20 32 Rewuementx 84 311,348 Q1 2.t.2 D-40p 844 o UlplsngAltemativos81a5 meet 233.05.05 8 18 6 L SHPO MOA Raquirenanta 30 34'602 22 Workshop 235.05.10 8 .—.._ 4 a 121 Dwelop Bridge ArchitecWrai EMenr—rat 23505.05 12 32 4 46 $8.682 ..._....-....._ w 2.22 Oevelop andge Ughtng Preferred Akemetve 2350505 a 70 4 26 $3.551 06 2.3 Supplemental Eniron~tel OMMM 23505.20 k N -1 Site Im9e0gatan 235.16_ v ......3.2 Surveykl9 185.10.60 32.1 Design Survey¢ 185.10.60 3.3 Mate WWFwndeUWGeAedw&W Hoemdare 185.20 — w Wags knrectgAw Reports Requkements 3A.7 Hwwd"Wsete Inveeb Bon 23510 3.3.2 P,Wminea3.FrendWon R.PW U— a x w r E s U w a q a t,. .. "" Packet Pg.427 I 0 w E N N Q C d C t� .y N Q C O CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for O MOUNT VERNON AVENUE OVERHEAD REPLACEMENT N CIP PROJECT NUMBER SSO4-012 O COST PROPOSAL Thirtieth Street Architects,Inc. SUBCONSULTANT Manhours LO • � .�� Oate: 04/10113 P, Elanwni:&ruch"AsslMtlp t.atax Mo6rs by C19szi8c3tlan was 1 2 3 4 5 8 7 8 9 10 Toa Suoa Poet SeNor ate CONSULTANT STA" Cade P'md W Mo E Wr En'n 'Doc Ho CONSULTANT +C' RATE 5760.08 5135.02 5110.10 3.4 GeotechNCei Expiaa6n Pln 16520 5.4.1 Rtght-M-Envy Pernsb 20503 3.42 GeMachrftWEp1o,.t. 18520 Q riA4 Protar6on ef5anta fo Smokaatxk(OWWdR -- - rem 6 30%P36E Submme# - 51 fact Sneets -Les 1515 52 P,.O inay Plane-Geometric Approval O-g, 185.15.10 .` 5.3 Trai'8c Study 18420.05 m 5.4 Roadway Pins 185 1505 __ C 5.5 S-ys(Aden6n es 6,W,d to Task32) 16519.60 O 5.6 SHdge Type SeWbon Repod(BTSR)and DaWgn 24075 C _ .................. L 5.7 Project Cost(30%EdnW.) 240.90 5.8 Uvary Improvements•1"UNity Nadce 200.25 '> SA.1 paSPtlC App&sun 2051525 c 5.9 Redread Plan 185.15.99 5.9.1 Pnefi inary T-kAlignment Plana 5.92 Pr00nay Shm#y DeW90 185.15.99 5.91 Pre9-y lntnmadw Track R.Wi--% 18515.99 5.9.4 Preeminary tell S.M.Staging Plana 765.1509 _ 50.6 (Ne3Camtruc6n Op..0.and M.W nanu 18515.99 Agreement - _................ _.__ Q 507 P,.V unary Structures grid 0U96rtg D..iW 185.1599 W 5.74 Ri{ldabWay 185.25 __ 06 T4TA6 60%P36E SUbmMtl .-.. � .. _ �f13.847 (n _. a 8.1 Roadway Plana 23005 6.2 Drdnepa Plana 23030 8.23 80%Onmoge Report 18520.10 e_S 23020 6.11 60%TroOb Managemant Plan(Attanen is 18520.35 V 6racted to Taak 5.5I ._.............".._".___ d 6.3.2 60%Corntruceon Sol Managomnt Plan 235.20 _-__. .........._..._.. ___.-_.___.................._._.. ...... -__.__... W 8.3.3 60%Hasadous MetadW Cnlbgnay Plan 23515 ....__ U. Q .!Z K W r C d U fti r., '" !t,Ir U Packet Pg.428 0 w a In Q a+ _ d _ .N N Q _ O r CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for O MOUNT VERNON AVENUE OVERHEAD REPLACEMENT (n d CIP PROJECT NUMBER SSO4-012 COST PROPOSAL Thirtieth Street Architects,Inc. SUBCONSULTANT Manhours d tr> Client City of San 8—ri,dri. Dave: 04/10/13 Eteriere:Structure Aesthetics Rol: v I Lebo,Howa Ctassi5ratian W03 1 2T3 4 S 8 7 8 9 10 Tow Subtotal 'sie Project senor Asxodate = CONVATANTtTfAFF Code Princi w Mm er as En near CAW Ckncai ODC Hoiaa CONSIN.TANTRATE S160.08 S735.02 5110.10 SA Pavement DeBnesri-Pima J 240.15.05 V 8.5 Signin Plans 230.1SR5 — _M CL 81 T dit S4".,S3grmg artd street lighting 230.1515 8.7 Plantn and IrdgnBan Plana 230.10 8.8 wghe-or-vraY Englne«n,g senicas MOD Q' 8.8.1 Perform Record Date search 220.05.05 _...-...... _ -_._......_ 8.82 Accik.Me Report 225.5 8.8.3 Perform Land Not Recmeery and 220.05.05 � 111A Land Net Mup'Befon C—isrn'Record 230.05.10 •L -. _._-_--................ m 8.8.5 Perform Mo—t Papeluabon surveys MODS 05 O 8.8.8 Prepare Right-of-Way Maps 220.15 = 817 Negotiate RighW**SetdameM and 220.20 ` Prepare AcquiOw Dr-i r-ts•Fee Owner 6.8.8 Prepae ReeoW.of Necewdy e.d Plats 220.20.15 8.8.8 Prepae Necta'a Deed and MO. ?20.25.05 - - 8.8.10 Prwwo Umify Leger Oescnp5mfs and Plot 22015 8.8.11 Pt1C Apple t. 205.1525 8.8.12 Po"Rea 245.50 41 8.0.13 Ftner MerwmeMaaon 300.05.05 L 8,814 Mmumenlason M.VARm COntlitlon°Record 360.05.10 6.8 Geotechnbel Reports,Mmarab Report and 23D.05.70 _Fmda6 s L�L�I 6.&1 GaohkcD 2 8.92 MaMal.Report 230.05.70.25 t w 8'8'3 We,Foundation Repines.for l3ddge 5trueiwe and 240W _ Retdrdna W 1 (L 6.10 Bridge Design arW%ana 24085 3271 40__,-� __.. 04 T1J.84) 8.11 Rslal jqg VVWD4j!Wmtd%ant 8.12 PamitA ioetlont 205,1095 ..... _,-�- ------ 6.13 2w Notice 20025 8.14 Stain Weta PdWBon Prevw*.Plan(SWPPP) 230.05.65 8.15 Roilraad Plena 230.05.98 �( 23441 TesA7 Yd0X P5dE SabmlMal —_-.-- - W 7.1 Roadway Plans 255.1005 _____ LL Q K LU _ E V Q k i '• �t i4t Packet Pg.429 5.L.c c 0 w Q. E N N a ,r E .N a 0 w. CITY OF SAN BERNARDINO Ptans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for 0 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT N CIP PROJECT NUMBER SSO4-012 COST PROPOSAL Thirtieth Street Architects,Inc. SUBCONSULTANT Manhours Client:City of San sormidino Data: OaliW 13 Etement:Struaturo Aeathescs Pr Labor Haere Cl.,ft tion WSg 1 2 3 4 5 6 T 8 3 10 Tarp S�L'otal �' Pro�eU Savior Assn Wo !_ CONSULTANTSTAFF Coao PrinciPal Manager En'near Engineer CADO Clmlcal COC Hours CONSULTANT RATE 5700.00 1 5735.02 St10.10 I E 7.2 8nd90 snd Rotmrting Wa'1 Pims-Mdependent 250,50 - -- -_-- V I Rahew - TA 1,--d PUns 255.10.90 7.4 UUry and Right-of-Ws/Update 20027 T.5 Find PSSE Documents 250.00 0 10 _ _ - y- __ ___ 33.441 reake -----cones rros.mdar�y_Pna10 oEnawi Limit T 0 Cenawa0an s ppon Paaao(O off anar Task 4Ik g _ t01 _—_Oavelop Final Rae«d0 arrng,%ens ��5 --,•_ �-_ .-_ 7 10.2 OeOvar P,oieUFitoa 20520 _,,,-,,,- _— -• -�•- ---T- 113 Rscordtd Momeranlotlon _••-, 3001rt�10 ._,,,- ._._..._ .-. _-- .. ....,,,.....,. 104 Poet AUdts__- _ 500 - _ ,................._ .__.__ -__.__.. _ ._. Tark/1 CbnNnooncy(OOrerobla Tmq_ Grand T.W 190 138 93 7,000 3 58,]02 .Fa (v d Q� L a U.1 W U) a a� v tv x w a w Q x w c m E L) r Packet Pg.430 ;t. ii li ' i Plans,Specifications & Estimates (PS&E) and Right-of-Way Acquisition for MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-412 0 w COST PROPOSAL E Contract No. Date: 04/10/13 N Consultant Wilson and Company,Inc. Q c DIRECT LABOR E Initial a� Hourly tn Classification Name Range Hours Rate Total Q Principal Larry Long 84 @ $74.68 $ 6,273 p Project Manager Garrett Montoya 356 A $49.53 $ 17,633 Senior Engineer Thomas Jacques 684 A $53.73 $ 36,751 y Associate Engineer Michael Anderson 570 A $35.11 $ 20,013 m CADD Dominek Deluca 884 @ $27.54 $ 24,345 Clerical Diane Goodrich 114 @ $20.93 $ 2,386 v 0 @ $ 0 0 @ $ 0 .. 0 @ $ 0 0 @ $ 0 Subtotal Direct Labor Costs $ 107,401 f° CL Anticipated Salary Increases* $ 0 � Total Direct Labor Costs $ 107,401 m a� 'a FRINGE BENEFITS Rate Total m 54.12 % $ 58,126 a Total Fringe Benefits $ 58,126 c L INDIRECT COSTS Rate Total > Overhead 66.85 % $ General and Administrative 63.56 % $ r c Total 130.41 % d Total Indirect Costs $ 140,062 L FEE(Profit on Direct Labor+Fringe Benefits+Indirect) Rate Q 10.00 % w Fee(DC+FB+I) $ 30,559 CL OTHER COSTS -0 I. Reproduction $ 3,750 0 2. Copying $ 975 3. Plotting $ 4,000 x 4. Transportation/Travel $ 3,900 5. Special Deliveries $ 6. Computer Costs $ Subtotal Other Costs $ 12,625 Q FEE(Other Costs) Rate 0.00 % Fee(OC) $ 0 x w SUBCONTRACTOR COSTS(attach detailed cost estimate for each subcontractor) $ °t E $ @ $ Q TOTAL COST $ 348,772 Packet Pg.431 Plans, Specifications & Estimates (PS&E) and Right-of-Way Acquisition for = MOUNT VERNON AVENUE OVERHEAD REPLACEMENT Q CIP PROJECT NUMBER SSO4-012 E COST PROPOSAL a c Contract No. Date: 04/10/13 d E Consultant Wilson and Company,Inc. _ a� W OTHER COSTS Unit Cost Quanity/Units a 1. Reproduction $ 3,750 0 B&W 8.5"x 11" $ 0.06 8000 EA $ 480 M B&W 11"X 17" $ 0.12 8000 EA $ 960 w Color 8.5"X 11" $ 0.24 3500 EA $ 840 o: Color 11"x 17" $ 0.47 3127 EA $ 1,470 v 2. Copying $ 975 'n B&W 8.5"x 11" $ 0.06 8050 EA $ 483 B&W 11"X 17" $ 0.12 4100 EA $ 492 3. Plotting $ 4,000 E B&W Plotting 0.1 2500 SF $ 250 Color Plotting 0.75 5000 SF $ 3,750 a 4. Transportation/Travel $ 3,900 Mileage $ 0.565 6796 MI $ 3,840 c► Parking $ 6.00 10 EA $ 60 5. Special Deliveries $ m 6. Computer Costs $ °c Subtotal Other Costs $ 12,625 *All mileage will be billed at the IRS approved rate. c m E d m a� a w 06 a m v d x W a w x w r m E U ;i ry:. i Packet Pg.432 0 xi _ 0 w E 3 N N Q _ O E _ M U) N Q _ O CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for O MOUNT VERNON AVENUE OVERHEAD REPLACEMENT N d CIP PROJECT NUMBER SSO4-012 COST PROPOSAL Wilson&Company,Inc. SUBCONSULTANTManhours CII.0 CRy of San somaidno Dale: 94179113 Element:Railroad Oest Pro): �... t.aoa H— CA.W.A. WBS 1 2 9 4 5 6 7 8 4 10 TOO S.b of Protect Senior Assod-to = CONSULTANTSTAFF Code Pri Mara En nee E ear CAOD Clencel OX Hour CONSULTANT RATE S2333.74 $155.02 $168,17 $104.84 $8620 565.51 E Task 1 Pro/act MenrpenrenUCOONInado v --- $34,3s4 V 1.1 Project Management Plan 100.15.05 2 4 12 Coordnadv0dndnistraden — 100..15,10 ._. _.._ ...°._ d 1.2.1 Coadnatinn mM Meetings....°_.e 100.15,10 8 48 56 58.311 1.2.1.1 Project Development Team Meeartgs 700.15.10 4 18 20 $3,415 1.212 PunSa Outreach Mee 100.15.10 If 8 a 18 $3110 12.1,3 RYlroad Coadnaaon meemois 00..15,10 4 24 12 40 $0,673 12.2 AdniniaMon 100ASAO .. _. _.....,,. _......__.._. m 1.221 Encroachment Permi4 100.15,10 .____. ..._.. ._.. 18 32,489 = t.3 Schedule 10015.05 18 _ 16, 1.4 PrOMesa Repod�.._..°..�._ 100.1510 78 � S2.480 0 r- 115 O..W Aas,m 10uYity COntrd(OAtOC)Pian too 1$05 2 12 12 26 Sd,346 L 1.6 Pnaiio Outreach Program 10075.05 1.1 VYUe Anatyda Rrview t00.1505 2 2 4 8 $1,450 @.l+ 442 Envbonrtanfal Document Valflwdon and rG SuppiemonM Emormmmiol D—ON Support .y 2.1 Data Codecdon � 235.05.05 d Onvekp Bridge Ardnted,W Eh—m mt E 2.1,1 Altomot os that moot SHPO MOA 235.05.05 ReWuemoft _ 0 2.12 lghtinmadveathatme 2350505 O BrOA Aremonta d Qj 22 Workshop 235.9520 ------ 22°1 Develop Bridge fuchlmiurai EMan —M 235.05.65 LLJ 222 Deveop Sddge Ugh0ng Preferred atanaave 235.0505 2.3 Suppleme6W Em4ronmentY OonurmM 2350520 Cl) Tom SSO 3.1 8roe lnves6gWm 235.10 d 3.2 Su oonq fd61060 32.1 Deign Sunraye 165.1060 7.3 Mot*AWwTwnda6oNOootodmkoY Hazardous 145.20 x y69.In"Opirt-Reports Raquvementa IJ I 9.9.1 Heardoua W.M.In atbn 235.10 3.9.2 PrWMnary FaeWWoo Report 240.65 U- ' Q rr J✓ x w a.: d E U ca x:r 1 ! 433 Packet Pg. I. 0 a E to N Q r C d C .y N Q C O r CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for p MOUNT VERNON AVENUE OVERHEAD REPLACEMENT N CIP PROJECT NUMBER SSO4-012 O COST PROPOSAL Wilson&Company,Inc. SUBCONSULTANTManhaurs CilMt Clty o78an Bernardino Date: 04110113 <P Element RNtroad Desl n Pro]: v Labs tloua ClusiSc.on wss 1 2 3 4 6 8 7 8 9 10 Total SvWa4U w,, P"*.t Senior Asaadats C CONSULTANTSTAFF Code Pvwd M- a Eit'neer En nest CADD ClaricW OUC Hoes d CONSULTANTRATE $233.74 $153.02 $18817 $109.89 588,20 585.51 G 3.4 �GeotschrkW Explwaton Plan 185.20 (� 3.4.1 Rightro4atry Panm% 2050S ._ 3.42 GeotedukW&Oorato 10520 Q Prowv"orSaNa A.Sm04saak(DMNaBN nwk6 %PSSE S.bm)RW 5161,249 90 d S1 Fad Sh.N 285.75.75 r $2 Nlfi lnory Plan.-Geo bk Approval Cv4mp 185 1510 -_.__..�,.........._ - L 6,3 TWA.SNdy 18S,20A5 ib 5.4 Roadw"Plana 1831305 S4 Savoys(Adm6on b*.td to Task 3.2) 165,10.60 0 5.6 Bddtle Type SNe90on Report(8TSR)and D-g" 240.75 = 5.7 Pro)ed Cot(10%Es6male) 240.90 S.8 _ UM t evo~ts-1°Ufa" SA,i Dreg PUC Appft d.n 205.13.25 ___.._.__.. ..-..._- __...._...__ C 5,9 R.road Pt- 185.15.99 5.9.1 PrNiminay Track Aktlnmem Plan. 183.13,99 8 19 32 32 100 20 S1.199 2081 524,278 tr 5.9.2 Pm1winary Shoots DM_ 18515.99 8 b 0 20 _ la S5189 5.93 P1.0-ary lntamodrl Track Regrkemarb 185.75.99 8 10 36 10 t0 $700 74 St 1,928 5.8.4 Pr.kr,0.ry R.S-k.Stapin9 Plata 2851599 24 40 8 18 8o 4 _..$1.400 172 523.472 5.9.5 MA Con b-6.Opetaton aM MWnlenance t83.13"9@ Ageemmt --"-- 59.8 PreSmin MEPD 185.15.99 a 60 80 44 5700 188 521398 5.87 N fi tMnary Sbudl -d eabdin9 D.Wgr 1851599 5 48 24 48 SSOD 428 .518587 IL 5.10 RiphAOOt.'ANy 16525 TaakB i 80%PS6E SUbatMal _,. 5//8.537 fn 6.1 Roadway Pier 230.05 _ d 0.2 Main"o Plena 230.30 ......_ -0 8.21 60%Dralna9e Ropod 185.2010 Stop Consbw0w,Trabk Handan9.Ntaw 81 Plea,T,nep.W-Majp-nt Plan(TMP). 23020 Com0ltobon SW Manapenront Plat,amt V -6.11 60%TWft ManapemeM Plm(AU.Son i, 185.20.35 X directed to Teak SJ _ .7_ ..__ _______ I.I.f 8.3.2 60%Con"U Wn Sol Manegemem Pint 235.20 _ -- U_ Q r+ K ' W a+ d E V :rI "' Packet Pg.434 1r _ 0 .A.r a E N N Q r _ O E _ .N N Q _ O r CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for p MOUNT VERNON AVENUE OVERHEAD REPLACEMENT CIP PROJECT NUMBER SSO4-012 COST PROPOSAL Wilson&Company,Inc. SUBCONSULTANT Manhours IT LO Cgertt Cly Of San Bernardino Data: 04110/13 Iq Etament:Railroad Des! P1 V Labor H... Class+fcabon was 1 2 3 4 5 6 7 8 8 10 Total yr P'*d Server Associate Suhtdal = CONSULTANTSTAFF Cade principal Marta Enined En'naer CADO Clerical ODC Hour d CONSULTANTRATE 323314 S1SS02 516617 $700..69 65.20 $6551 Zi 6.3.3 60%Hwardous Material Contingency Plan 23515 V ......_ ..._.......... t,9 8.4 PevemaM OaYatsaBm Poem 8.5 8'ignirg Plans 230.1305 �. ._._ .'. _Q) 8.8 Trait Signal..Signog old Street Lighting 230.15.15 .........� W �.. eJ Planning and lrrigatim Plots 230.f0 64 Right-of-Way Engineering Servkes 22000 $.8.1 Perform Record Data Search 22065,05 .a 8,8 'rs .2 A TideR 2255 �- LAPP) 6,8,3 Padorm Loin Net Recovery and Tin 22005.05 Field m Land Net Map-Before Condbon"Retard $.8.4 21005.10 BA.5 Perform Monument Perpetuation Surveys 300 W05 = 0.8,0 Propara Right-o4WOy Meps � 220.15 � B.0.7 Negotiate Rigtrtof•Way Sel6ament and 22020 > Prepare Acquisidm D—ents-Fee Omer f+ 8.8A Prepare Resolution of Necessity and Plats 22020,15 G 4✓ _.. _ 8.0A Prepare Directofa Dead and Plats 220.25.04 8.0.10 Prepare Mary Legal Dascrlp6om and Plat 210.15 6.0.11 PUC Applka6m 205.75.25 8.0.12 Pared FA. 245.50 V 8.8.13 Find Menumentabm 300.05,0$ 6.8.14 Mon—Noton Map AAer Cov~Record 300.05.10 _-- 6.9 GedoohnVod Ropona,Materials Report and 230.05,70 w _-._.....-_._�. od 8A.1 Geotechriieal Dedgn Report(GDR) 230.05]0.15 (n 6.82 Material.Report 23005.7025 d 6.9.3 Draft Faundeean Reports for Bridge SaucNrr.and 240.80 6.70 Grid a Deaw and Plans 2 4015 6.11 Ratainin Wall Devi end Piers 240,85 .,......... .�_ _8.12 Permit Appikatlona 205.10.95 .._ _......�.._ _ _..�._._.�,_.._-.....� v 6.13 2°rut-w Notice ...__..........___.._,_...��.. 2W25 6.14 Storm Water PolkAm Pravention Plor(SWPPP) 230.0565 x 8.15 Railroad Plain 230.05.99 6 60 308 316 400 40 $5,475 1212 $148537 w Taek7 10011 PS8E5aemlRal 582634 LL a x w r m E w 4f ir` i Packet Pg.435 i ;� i c 0 a E N N Q r C d E C .N N Q C O CITY OF SAN BERNARDINO Plans,Specifications&Estimates(PS&E)and Right-of-Way Acquisition for 0 MOUNT VERNON AVENUE OVERHEAD REPLACEMENT d CIP PROJECT NUMBER SS04-012 COST PROPOSAL Wilson&Company,Inc. SUBCONSULTANT Manhours Client:Clry of San eemard{no Date: 04110117 d' ElemaM:Railroad Oesl Pr Labor HoUro by Gesai9c�on �� VMS ti 2 3 4 5 a 7 8 9 10 Total Project Senior Assoda(o S�btotol C CONSULTANT STAFF Coda Povun y Mena &0...r E 'neer CARD Cf-w 000 Hour CONSULTANT RATE $233.74 $155.02 $188.17 $10918 $88.20 S65.61 E 71 Roadwe Plans 255.10.05 rt ...........___.. ._ ...... V 72 eddge and ROtaning Wag Plarw-IMepeMant 250.50 (� 7.3 Refhoad Plena 255 t0.% _ 8 d4_ 158 104 132 40 f $2.754 d82 T 582,634 QL 74 C—rn Clan Schadda 20025 _................ .................. ......._ d 7.8 Final PS&E D—ts 255.00 bog Conurectlon 8LdftW Pnaaa Mond Yu � C-3t1yC on SU at PAaa9 woos/Tas iWk/A Pro adop R.ot ._....._ _..�_ A5 _ —_ 10.1 Davebp Find Raartl Orawng Plana 295.58 L 103 De4Yer Prod Files 295.20 m 11z Recdded Monumentaton 900,05.10 10.4 Pont AUds 29500 0 Tw*1 Cones ets8le Tat L` Grand Total 84 369 884 b70 BM 411 12,825 2892 340.773 / is .aa Q E d d L Q W ch a m m x w U- Q x U1 c m E t Q I Packet Pg.436 5.L.c 0 w Q. E N N Q w C Q E C y N Q O O N N LO d' ATTACHMENT " C ' U f6 PI ECT SCHEDULE 4J o E Q W a a� U d x W LL Q w s K W C N E s Q a. Packet Pg.437 f 1 i 1 S.L.c c 0 wt E N N Q C N E N N Q C O :=t _ O CNY Of Sm swawdmo aSM Mount Vamon AYafw Rnpi »t Project � ProodSolodulo Uwch 20.2013 o rwwa. e.r. w paver ,y. fltf .. �nf fltt wt Trio+! ._.... ....___. ._.._. _­ _.­ ._____.. ___ ._._....____.— � f"4-04 i+ii+iiMw ; " 5,��4pw�Wn'iti wa.•..... w iui i!�M.. ..lion YlYM TY" a tiw v f "m TaffNYM�i/IJ4MU114N.lMen'Ta.laa __ .............� HI.. J MJlllt Yaf+I1Mf W f __ tat} ._..�... �.__.. T�MW....__Y61 i�� h►N>� ....,._...._.. _._._,_.._. _.«.... ,_.. __,..._._..._ . � naM •_____.�_.. .._.. _..�._.-. Tr MIH ..._ M«7�..._m .. 'ifM34.e..�i.Mt --w.apa" t► w.wr�r► E CD U a na ve►rwi'r%'rtArrrr"iwM�rr.+.Mta w narmi� :�„rn+u _..___.__ _._._..__ _ -..,._.. ' (� Q tf TYNAIW.M 111' Trl +W t9YD WN l�� ' 11 T«rft�O11t1iW+f Yw NMM nl Aal .. _ CO f# nMil T+rf'M�IUrA N Yt{IM._.WNAIi +N M� ft iMN1Yll'rl ...__. +<•rwy YafNRff A+1 A+M� ff � A.Aa« �--.._..� tOMtfS Aa1taMlM44.AO G' M 1wtlMM—T��M�+MI�MYMN .•. �..M»........ hirAM fMyMM;-__............ .�..._ ..., _ ..._..�_...,_ L a ,__.TrN live...•. _._._...._..__._ r.»rAVt .++.ili�.i� N _ ll+.r T/ + TMNfrf.Canrt.lc.oaslanEfiinlg3aateiYP ---_----- Ttl. W1fNN1! Tai AIMS+al.la..lfa�. ry..—__ - g tl T«iN 11Ijlryfb Y �� TW .lam __.�_ ...____.m___..._.....�._.. ____ ....__ .."._..._.._ 1• YwiNT.FO✓M4VMU.t4q � TV 'faiMl��y =' VA fl Yatii llrarWMy�MIM ...p�. _T.1 M+.IftllNi T..fN WMf«MlIY« ff Y«f Ne+rtM�kWMYtMM A+II+r _,• _... � __ MAt Mw+AMIt W W+aaWA1.IMWYMf AIMS >• _,.,W..M 1J f�ttrAgpkalYr ..._,_� H . + S ............ __ .... _.._ — VI W Ca u -wrrw+AaarafrftMtrMwrrr r w ..fG:inTir', N �. _._.--- a Tair-t i.wS - b7i ww d rtr �wrrw �'�"'� uWrf+flAr1. a MM«a...rT YrWAtwrMA+A�..r.rltrllr lwraW � *' urw � Awnrr rnrr w+e.. a+..a.wr -m +wu.► t arr � *.a+ X __. W a LL Q .a K LU C N E s U i j Q f. •- Tf " { Packet Pg.438 j 5.Lc 0 w CL E N N a C N E C N N a O My of Sm Dwrwdino O IMowit Vinan Avenue Oddgo Reptecement Project a� Much at 700,,E�1 o tawi4r WYn F+ ._ M1 raMa4wNMMY a,+ y TaN » y y In CL Y tpHMy�aNrWAy NMIMwway,YL O,i • tr YnH'1/It _._ _ ._..—_.�. ........_._._..._..._...._............... of 11,Y�/MISw�,111�YiMy,MF�M �.�....<�.-_ Yia�-NN� �I�Y,IIMMY Yi C\M ... .��...�., �••� • tYH[w���/i�iri�_.. ,. y ,.._ � �Wtlti'N NO,ww11M� ,.._.�_..._,...�.._.-..._.._..__..e..._....� Y 'TYMYIIyM{ «� „ �......, 'X11Y' ,.__. e- �.__".'.'F._..._ ..... Tri,11 IIItt14 y'✓M IIYYIMTNMIM11�1 {9 Y ; .,n«wpuwr O ow C �iittifll,�. iC �11PW14•M4v,talMg ���. v TYftMY1 ��YMVIYV.� ._...�.••... �iu + Purtivq.�� _,.. H �Ma,�OOMINLLRI�OM _- � TM WYI�tI. .V Y bwMb�[�Ww•+�! Q� _ ........,. .....�..... ..............__'mss Yw� Y;___`" .......,,,,, �---. �........._�.,....__._ .,_ Q� L a _W W a mr ant A...r sw�.-�.w ar�Y�r. . .....mew r..w...mw w+«► a � Si�i"ww�w .._.._........ r� ♦ awwnr• a n sou r.a.,ranr+ �� wu»•a ,.. wr" c ^�" X J, O LL a X w c m E U w ' + Packet Pg.439 -�r AcoR CERTIFICATE OF LIABILITY INSURANCE °05, S L c FTHIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TP10 CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICI SLOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZ :PRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. c IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject O the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to CL certificate holder in lieu of such endorsement(s). E PRODUCER CONTACT = Marsh Risk&Insurance Services ,NAME__--_--..-..--.-.-..—_ w PHONE IFAX Q CA License tt0437153 - 777 South Figueroa Street E-MAIL ADDRESS:------------`---__.__._.._.___.___.._._ Los Angeles,CA 90017 Altn:Loll Bryson(213)-346-5464 INSURERS}AFFORDING COVERAGE __— — NAIC ---------------------- 06510-AECOM-CAS-13114 Ontari PL 2016 2016- NOC — INSURER.A:Zurich American Insurance Company '16535 ----- -------------------- INSURED INSURERB: __ _____________ N _ AECOM Technical Services,Inc. -- _ ) 901 Via Piemonte,51h Floor INSURER C, Illinois Union Insurance Co €27960 Ontario,CA 91764 INSURER D:NIA —� NIA 00 ----------------- --- —r ----- _ INSURER E: _.........------------- �_.__.__.._--- INSURER F: O COVERAGES CERTIFICATE NUMBER: LOS-001557649-01 REVISION NUMBER: m THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERI INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TI CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TER1% to EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN SR rADOLiSl16Rj POLICY EFF POLICY EXP ! LIMITS v LTR[ TYPE OF INSURANCE ;yyy POLICY NUMBER i MMIDDIYYYY MMlDDIYYYY �+ A f GENERAL LIABILITY � � :,GLO 5965891 05 10410112013 :04/0112014 EACH OCCURRENCE__-- €$ 1,O! � r---, I ! D X COMMERCIAL GENERAL LIABILITY i ; i _PREMISES{Ea occurrence!.,-_„- X ; , i MED EXP(Any one person) $.-,� V r _...i._...—i CLAIMS-MADE I OCCUR i ±------------- -. �Q i I PERSONAL&ADV INJURY $ 1,I Q f ! GENERAL AGGREGATE E— GEN'L AGGREGATE LIMIT APPLIES PER: j ! i (PRODUCTS_COMP/OP AGG I,$— a 1. CD X POLICY i PRO PRO ? I $ — 80DIBYINJIURYGPerperson) 1,01 m AUTOMOBILE LIABILITY BAP 5965893 05 04/0112013 04101/2014 ALL OWNED I SCHEDULED I i €BODILY INJURY Per accident $ ANY AUTO NON-OWNED t j PROPERTY DAMAGE O X I :..... .---------._... AUTOS � AUTOS � ( )'$ � L I HIRED RUTOS 1 ....Per accident $ .................. AUTOS I i € I t__.....---._._.._).__......___.-------_€_ .....----_._.. UMBRELLA LIAR• _ ;OCCUR EACH OCCURRENCE _— I$ { I EXCESS LIAB CLAIMS-MADE € 1 I AGGREGATE I$ .,.- t ----- -__.--_ E.E ......._._—_..--'-- --I--- _. OED RETENTIONS I j i$ WC STATU- LOTH-' WORKERS COMPENSATION j I TO Y L,IMLS € ! B L ER AND EMPLOYERS'LIABILITY YIN i — - - --- •--._...._. .._` .__ ..--- i ANY PROPRIETOPJPARTNER/EXECUTIVE ' !E.L.EACH ACCIDENT $ DED? �_....._._.----_--- OFFICERIMEMBER EXCLU N I A; € (Mandatary in NH) S l E.L.DISEASE-EA EMPLOYEE]$—�_ —__ It yes,describe under €..__._._-----------------'--.—I N i DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT C ARCHITECTS&ENG. I EON 621654693 i 04/01/2013 10!0812014 Per ClaimlAgg 51,01 -a d 'PROFESSIONAL UAB. i-CLAIMS MADE"" ! Defense Included m DESCRIPTION OF OPERATIONS I LOCATIONS!VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) K RE:AECOM Project Number:60288762;Mt.Vernon Avenue Overhead Replacement Project,Bridge No.54C-0066,CIP Project No.SSO4-012 and Federal Aid Project No.BRLS-5033(042) U (SEE ADDITIONAL PAGE TEXT). LL Q .G CERTIFICATE HOLDER CANCELLATION W City of San Bernardino SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOI O Attn:Robert Eisenbeisz 1 City Engineer THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED d 300 N.D St. ACCORDANCE WITH THE POLICY PROVISIONS. .1= San Bernardino,CA 92418 R w AUTHORIZED REPRESENTATIVE t of Marsh Risk&Insurance Services Q i David Denihan ,t�js,(�.e�ISi!<st•�'► j ©1988-2010 ACORD CORPORATION. All rights re ed. D 25(2010(05) The ACORD name and to registered marks of ACORD iy II Packet Pg.440 AGENCY CUSTOMER ID: 06510 5.L.c LOC#: Los Angeles A�Ro® ADDITIONAL REMARKS SCHEDULE Page z of ICY NAMED INSURED Marsh Risk&Insurance Services AECOM Technical Services,Inc. 0 901 Via Piemonte,51h Floor POLICY NUMBER Ontario,CA 91764 N CARRIER NA1C CODE (p EFFECTIVE DATE: a w C ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance y y a O O O N N THE CITY OF SAN BERNARDINO AND ITS ELECTED AN APPOINTED BOARDS,OFFICERS,AGENTS,AND EMPLOYEES ARE NAMED AS ADDITIONAL INSURED FOR GL&AL COVERAGES,WITH RESF TO THIS SUBJECT PROJECT AND CONTRACT WITH CITY. IF THE INSURER FOR THE GENERAL LIABILITY OR AUTOMOBILE LIABILITY POLICY CANCELS ITS POLICY FOR ANY REASON OTHER TH, FOR NON-PAYMENT OF PREMIUM,THE INSURER WILL PROVIDE 30 DAYS NOTICE OF CANCELLATION TO THOSE CERTIFICATE HOLDERS THAT REQUIRE IT BY WRITTEN CONTRACT. SUCH C INSURANCE AFFORDED SHALL BE PRIMARY INSURANCE AND ANY INSURANCE CARRIED BY CERTIFICATE HOLDER&ADDITIONAL INSURED SHALL BE EXCESS AND NOT CONTRIBUTORY INSUF y FOR GENERAL LIABILITY AND AUTO LIABILITY COVERAGE. d V cv C. N Q' d L m O L (v w E d d L a IJ.1 rn a a� r U d x w UL ! Q ' ! :E x w r c m E s U Y it it 11 ! ACO ;101 (2008101) i ©2008 ACORD CORPORATION. All rights rese The ACORD name and logo ar, arks of ACORD I t g I stered+n Packet Pg. 441 S.L.c ® DATE(MMIDDIYYYY) A CERTIFICATE OF LIABILITY INSURANCE 4/1/20 l4 5/22/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED O REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. Q IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to E the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the N certificate holder in lieu of such endorsement(s). In CONTACT PRODUCER Lockton Insurance Brokers,LLC NAME: +� License#OF 15767 PHONE FAX AIC No: a) 4275 Executive Square,Suite 600 E-MAIL E La Jolla CA 92037 ADDRESS: _ (858)587-3100 INSURERS AFFORDING COVERAGE NAIC# 0 INSURER A:Travelers Property Casualty Co of America 25674 In INSURED INSURER B: a 1075642 AECOM Technology Corporation AECOM Technical Services,Inc. INSURER C: O 901 Via Piemonte,5th Floor INSURER D: Ontario CA 91764 INSURER E: O to INSURER F; 0) COVERAGES AECTEO1 CERTIFICATE NUMBER: 12364999 REVISION NUMBER: XXXXXXX W THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS dam' CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 7ypE OF INSURANCE ADD SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MMIDOfYYYY MMfDDIYYYY N GENERAL LIABILITY ----� H OCC N NOT APP E DAMAGE 1'O RENTED C.QMMERCIAL GENER�)„_LIABILITY PREMISES(Ea occurrence) $ XXXXXXX O - I .-._r.yy�yyy U _ _I CLAIMS•MAOE .__;OCCUR MED EXP An one person) S axxxxSSx__ rL 1 PERSONAL&ADV INJURY S XXXXXXX a) GENERAL AGGREGATE $ XXXXXX d GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG S XXXXX2JX t� � POLICY n jE r—I LOC S AUTOMOBILE LIABILITY NOT APPLICABLE (Ea N L m accident) $ _ � ANY AUTO BODILY INJURY(Per person) S XXX] XX O ALL OWNED SCHEDULED BODILY INJURY Per accident S XXXXXXX L AUTOS H RT�SAUTOS AO�SWNED PROPERTY DAMAGE $ XXXXXXX > sXXXXXXX UMBRELLA LIAB OCCUR NOT APPLICABLE EACH OCCURRENCE�T S XXXXXXX = EXCESS LIAB HCLAIMS-MADE AGGREGATE $ XXXXXXX d DED RETENTIONS S O WORKERS COMPENSATION WC S1 l'u- OI A AND EMPLOYERS'LIABILITY N TRJUB-42456231-13 4/1%2013 4/!,•'2014 ){ TORY LIMIT ER • ANY PROPRIETORIPARTNEFUFJCECUTIVE YIN VIA,Wl) E.L.EACH ACCIDENT S ( Q • OFF ICERIMEMBEREXCLUDEOI N NIA 'MiUB-4245622r\-13 4�I�20I3 d�Ii20I`t A (Mandatory in NH) (All Other States) E.L.DISEASE-EA EMPLOYEE S ( �flQ QaQ LLJ If yes,describe under go DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMrr $ n. d w DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space is required) y Notice of Cancellation applies per attached endorsement.RE:AECOM Project Number:6028$762;Mt.Vernon Avenue Overhead Replacement Project,Bridge No. X 54C-0066,CIP Project No.SSO4-012 and Fcdcral Aid Project No.BRLS-5033(042). LU 7 LL Q r.+ CERTIFICATE HOLDER CANCELLATION See Attachment X ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE IL THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. y E 12364999 AUTHORIZED REPRESENTATIVE U lC City of San Bernardino 'Attn:Robert Eisenbeisz/City Engineer `_ ' 00 N.U Street i an Bernardino CA 92418 f 25(2010/05) The ACORD name and logo are registered marks oft f i,. -4k988-2010 ACORD-COR TIO packet Pg.442 f TRAVELERS WORKERS COMPENSATION AND o EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 11 (A) E N N POLICY NUMBER:TRJUB-4245B231-13 Q TC2JUB-4245B22A-13 E c NOTICE OF CANCELLATION ' N Q Except for non-payment of premium by you, we agree that no cancellation or limitation of this policy shall become effective until the number of days written notice specified in item 2 of the Schedule has been 2 0 mailed to you and to the person or organization designated in item 1 of the Schedule at the address o indicated. SCHEDULE v 1. Name:Any person or organization to whom you have agreed in a written contract that notice of cancellation or material limitations of this policy will be given but only if: _ d 1. You send us a written request to provide such notice, including the name and address of such person or organization, after the first Named Insured receives notice from us of the cancellation or material limitation of this policy; and C 2. We receive such written request at least 14 days before the beginning of the applicable number of days shown in this Schedule. Address:The address for that person or organization included in such written request from you to us m c 0 2. Number of Days Written Notice: 30 Additional Days `m City of San Bernardino Attn: Robert Eisenbeisz/City Engineer 300 N. D Street San Bernardino, CA 92418 m This endorsement changes the policy to which it is attached and is effective on the date issued unless a� otherwise stated. Q (The information below is required only when this endorsement is issued subsequent to w preparation of the policy.) a Endorsement Effective: 4/1/2013 Policy No.TRJUB-4245B231-13 Endorsement No. a; TC2JUB-4245B22A-13 0 Insured AECOM Technology Corporation AECOM Technical Premium $ w Services, Inc. Insurance Company Travelers Property Casualty Co of America y' U. Page 1 of 1 Q w r X W C d E t t) ii' •,� it Atta' nt Code:D461827 Mas :1075642,Certificate ID:12364999 I Ili Packet Pg..443 , 5.L.c r� a, hp FA as 'E, gr A t x O i ♦ s l�✓�" L'r„ � ...) ; ��. Rol U ! N C N u A � t N LO FE at CL � .. 0 o 0 �U 'fin U d 0 �L Co C�Z a a w } � s w rn � rn tai C) rn vs V/] �i �z y L R' � �j w w Q fe w Cn S �" h � a W E � w � z N u IL w� z ` h14 0 d x z u3 v Q o Q W LL dz ago ad Y X W E U w r. �• Q I I 3 `' `I Packet Pg. 444 `��