HomeMy WebLinkAboutContracts & Agreements_76-2004_CCv0001.pdf AGREEMENT TO FURNISH CONSULTING SERVICES FOR
THE ALABAMA STREET AND ORANGE STREET BRIDGE PROJECT FINAL DESIGN
(PHASE 2)
This Agreement is made and entered into this 18th day of May, 2004, by and between the
City of Redlands, a municipal corporation (hereinafter "City") and T.Y. LIN International
(hereinafter "Consultant").
ARTICLE I - ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant to perform engineering and inspection services (the
"Services") for the final design (Phase 2) of the Alabama Street and Orange Street Bridge
Project.
1.2 The Services shall be performed by Consultant in a professional manner and Consultant
represents that it has the skill and the professional expertise necessary to provide the
Services to City at a level of competency presently maintained by other practicing
professional consultants in the industry providing similar types of services.
ARTICLE 2 - SERVICES OF CONSULTANT
2.1 The specific Services which Consultant shall perform are more particularly described in
Exhibit "A" which is attached hereto and incorporated herein by this reference.
2.2 Consultant shall comply with all applicable Federal, State and local laws and regulations
in the performance of this Agreement including, but not limited to, all applicable federal
ID
and state prevailing wage laws and non-discrimination laws, including the Americans
with Disabilities Act. Consultant expressly waives any rights it may have against City
now, or in the future, pursuant to California Labor Code section 1726. In granting this
waiver, Consultant also waives any rights it may have pursuant to California Civil Code
section 1542 which states: "A general release does not extend to claims which the
creditor does not know or suspect to exist in his favor at the time of executing the release,
which if known by him must have materially affected his settlement with the debtor."
2.3 If Consultant executes an agreement with a subcontractor to perform any of the Services
required by this Agreement, to the extent legally applicable, Consultant shall comply with
California Labor Code sections 1775 and 1777.7, including providing the subcontractor
with copies of the provisions of Sections 1771, 1775, 1776, 1777.5, 1813 and 1815 of the
Labor Code. Consultant acknowledges that the statutory provisions for penalties for
failure to comply with state wage and hour laws and to pay prevailing wages may be
enforced by the City pursuant to Labor Code sections 1775 and 1813.
len i\igreemen ts\bridges
RESPONSIBILITIES OF CITY
3.1 City shall make available to Consultant information in its possession that is pertinent to
the performance of Consultant's Services.
3.2 City will provide access to and make provisions for Consultant to enter upon City-owned
property as required by Consultant to perform the Services.
3.3 City designates William B. Hernsley to act as its representative with respect to the
Services to be performed under this Agreement.
ARTICLE 4 -PERIOD OF SERVICE
4.1 Consultant shall perform the Services in a prompt and diligent manner and in accordance
with the schedule set forth in Exhibit "B," entitled "Project Schedule." Consultant's
Services, and this Agreement, shall terminate on May 31, 2007 unless an amendment
Z)
hereto is approved by City and Consultant.
ARTICLE 5 -PAYMENTS TO THE CONSULTANT
5.1 The total compensation for Consultant's performance of the Services shall not exceed
Three Hundred Twenty-six Thousand, Three Hundred Sixty-five dollars and ninety-six
cents ($326,365.96) for Orange Street and Three Hundred Forty-eight Thousand Three
Hundred Twenty-eight dollars and sixty-four cents ($348,328.64) for Alabama Street in
accordance with the payment schedule set forth in Exhibit "C."
5.2 Consultant shall bill City within ten days following the close of each month by
submitting an invoice indicating the portion of the Services performed, who performed
the Services, and the detailed cost of all Services including backup documentation.
Payments by City to Consultant shall be made within 30 days after receipt and approval
of Consultant's invoice, by warrant payable to Consultant. if City falls to make any
payment in full as to any City approved for payment invoice within sixty (60) days of
such approval date, Consultant may treat the nonpayment as a material breach of this
Agreement by City.
5.3 All notices, bills and payments shall be made in writing and may be given by personal
delivery or by mail. Notices, bills and payments sent by mail shall be addressed as
follows:
City Consultant
William B. Hernsley David Griffith
Public Works Department T.Y. LIN International
PO Box 3005 1535 South "D" St., Suite 120
Redlands, CA 921373 San Bernardino, CA 92408
lem\agreements\bridges
2
When so addressed, such notice shall be deemed given upon deposit in the United States
Mail, Changes may be made in the names and addresses of the person to whom notices
and payments are to be given by giving notice pursuant to this paragraph.
5.4 Consultant agrees that the Contract Cost Principles and Procedures contained in 48 CFR,
Federal Acquisition Regulations System, Chapter 1, Part 31 et seq. shall be used to
determine the allowability of individual items of cost.
5.5 Consultant shall comply with the Federal procedures specified in 49 CFR, Part 18,
Uniform Administrative Requirements for Grants and Cooperative Agreements to State
and Local Governments.
5.6 Consultant agrees that if any costs for which payment has been made to Consultant that
are determined by subsequent audit to be unallowable under 48 CFR, Federal Acquisition
Regulations System, Chapter 1, Part 31 et seq. or 49 CFR, Part 18, Uniform
Administrative Requirements for Grants and Cooperative Agreements to State and Local
Governments, are subject to repayment by the Consultant to the State.
5.7 Consultant agrees that if it executes an agreement with a subcontractor for any of the
Services to be performed under this Agreement in excess of $25,000, Consultant shall
ensure that such subcontractor shall comply with all conditions set forth in this
Agreement including, but not limited to, paragraphs 5.4, 5.5 and 5.6, if applicable.
ARTICLE 6 -,INSURANCE AND INDEMNIFICATION
6.1 Consultant's Insurance to be Primary
All insurance required by this Agreement shall be maintained by Consultant for the
duration of this Agreement and shall be primary with respect to City and non-
contributing to any insurance or self-insurance maintained by City. Consultant shall not
perform any Services pursuant to this Agreement unless and until all required insurance
listed below is obtained by Consultant. Consultant shall provide City with Certificates of
Insurance and endorsements evidencing such insurance prior to commencement of work.
All insurance policies shall include a provision prohibiting cancellation of the policy
except upon thirty (30) days prior written notice to City.
6.2 Workers' Compensation and Employer's Liability
A. Consultant shall secure and maintain Workers' Compensation and Employer's
Liability insurance throughout the duration of this Agreement in amounts which
meet statutory requirements with an insurance carrier acceptable to City.
B. Consultant expressly waives all rights to subrogation against City, its officers,
lenilagrccments\bridges
3
employees and volunteers for losses arising from work performed by Consultant
for City by expressly waiving Consultant's immunity for injuries to Consultant's
employees and agrees that the obligation to Indemnify, defend and hold harmless
provided for in this Agreement extends to any claim brought by or on behalf of
any employee of Consultant. This waiver is mutually negotiated by the parties.
This shall not apply to any damage resulting from the sole negligence of City, its
agents and employees. To the extent any of the damages referenced herein were
caused by or resulted from the concurrent negligence of City, its agents or
employees, the obligations provided herein to indemnify, defend and hold
harmless is valid and enforceable only to the extent of the negligence of
Consultant, its officers, agents and employees.
6.3 Comprehensive General Liability Insurance. Consultant shall secure and maintain in
force throughout the duration of this Agreement comprehensive general liability
insurance with carriers acceptable to City. Minimum coverage of one million dollars
($1,000,000) per occurrence and two million dollars ($2,000,000) aggregate for public
liability, property damage and personal injury is required. Consultant shall obtain an
endorsement that City shall be named as an additional insured.
6.4 Professional Liability Insurance. Consultant, shall secure and maintain professional
liability insurance throughout the duration of this Agreement in the amount of one
million dollars ($1,000,000) per occurrence.
6.5 Business Auto Liability Insurance. Consultant shall secure and maintain business auto
liability coverage, with minimum limits Of I million ($1,000,000) per occurrence,
combined single limit for bodily injury liability and property damage liability throughout
the duration of this Agreement. This coverage shall include all W
taehicles used on the project, hiredandnon-owned vehicles, and employeeon-ownership
vehicles. Consultant shall obtain an endorsement that City shall be named as an
additional insured.
6.6 Assignment and Insurance Requirements. Consultant is expressly prohibited from
subcontracting or assigning any of the Services covered by this Agreement without the
express prior written consent of City. In the event of mutual agreement between parties
to subcontract or assign a portion of the Services. Consultant shall add the subcontractor
or assignee as an additional insured and provide City with the insurance endorsements
prior to any work being performed by the subcontractor. Assignment does not include
printing or other customary reimbursable expenses that may be provided in this
Agreement.
6.7 Hold Harmless and Indemnification. Consultant shall defend, indemnify and hold
harmless City, its elected officials, officers, employees and agents, from and against any
and all actions, claims, demands, lawsuits, losses and liability for damages to persons or
property, including costs and attorneys fees, that may be asserted or claimed by any
eni\agree men ts\bri d ge s
person, firm, entity, corporation, political subdivision or other organization arising In out of,
or in connection with, Consultant's negligent and/or intentionally wrongful acts or
omissions under this Agreement; but excluding such .actions, claims, demands, lawsuits
and liability for damages to persons or property arising from the sole negligence or
In
intentionally wrongful acts of City, Its officers, employees or agents.
ARTICLE—7---GENERAL—CONSIDERATIONS
7.1 In the event any action is commenced to enforce or interpret any of the terms or
conditions of this Agreement the prevailing party shall, in addition to any costs and other
relief,be entitled to the recovery of its reasonable attorneys' fees.
7.2 Consultant shall not assign any of the Services required by this Agreement, isexcept with
the prior written approval of City and in strict compliance with the terms, provions and
conditions of this Agreement.
7.3 Consultant's key personnel responsible for the Project is David Griffith, Senior Bridge
Engineer. Consultant agrees that this key person shall not be replaced without
concurrence from City.
wings, designs, cost estimates, electronic data files, databases, and other
7.4 All records, drawings, pursuant to this Agreement and any copyright
documents developed by Consultant p of City and shall be delivered to
interest in such documents shall become the property use of such
City upon completion of the Services, or upon the request of City. Any re
documents and any use of incomplete documents will be at City's sole risk.
7.5 Consultant is for all purposes an independent contractor. Consultant shall supply all tools
and instrumentalities required to perform the Services required band
Agreement. All
personnel employed by Consultant are for its account only, and in no event shall
Consultant or any personnel retained by it be deemed to have been employed by City or
engaged by City for the account of, or in behalf of City.
engaged
7.6 Unless earlier terminated, as provided or below. this Agreement shall terminate upon
completion and acceptance of the Services by City.
iding five (5) days
7.7 This Agreement may be terminated by City, without cause, by pro
tD
prior written notice to Consultant (delivered by certified mail, return receipt requested) of
intent to terminate.
7.8 If this Agreement is terminated by City, an adjustment to Consultant's compensation shall
be made, but (1) no amount shall be allowed for anticipated profit or unperformed
Consultant at the time of termination may be adjusted
Services, and (2) any payment due
to the extent of any additional costs to City occasioned by any default by Consultant.
1em\a-greemcnts\bd d-es
5
7.9 Upon receipt of a termination notice, Consultant shall (1) promptly discontinue all
Services affected, and (2) deliver or otherwise make available to City, Copies (in both
hard copy and electronic form, where applicable) of any data, design calculations,
drawings, specifications,
reports, estimates, summaries and such other Information and
materials as may have been accumulated y Consuant in performing the Services
required by this Agreement. Consultant shalbl be compeltnsated onea pro-rata basis for the
Services completed up until notice of termination.
7.10 Consultant shall maintain books and accounts of all payroll costs and expenses associated
with the Services. Such books shall be available at all reasonable times for examination
by the City, State, or Federal representatives at the office of Consultant.
7.11 This Agreement, including the exhibits incorporated herein by reference, represents the
I
entire agreement and understanding between the parties as to the matters contained
herein, and any prior negotiations, proposals or oral agreements are superseded by this
Agreement. Any amendment to this Agreement shall be in writing, approved by City and
Consultant.
7.12 Notwithstanding any other provisions hereof, neither Consultant nor City shall be held
responsible or liable for failure to meet their respective obligations under this Agreement
if such failure shall be due to causes beyond Consultant's or City's control. Such causes
include, but are not limited to, strikes, fire, flood, civil disorder, acts of God or of the
public enemy, acts of the federal government or any unit of state or local government
either in a sovereign or contractual capacity, epidemics, quarantine restrictions or delays
in transportation to the extent that they are not caused by either party's willful or
negligent acts or omissions, and to the extent that they are beyond either party's
reasonable control.
7.13 This Agreement shall be governed by and construed in accordance with the laws of the
State of California.
7.14 All documents pertaining to this project shall be retained by Consultant for a period of
five years after completion the Services.
lenkigreementAbridgcs
6
.......... ............
IN WITNESS WHEREOF, duly authorized representatives of the City and Consultant
have signed in confirmation of this Agreement.
City of Redlands T.Y. LIN International
y
SU's—an
eppler, Mayor Gary A tonucci, Vice President
ATTEST:
E3eatrice Sanchez, Deputy Ci Clerk
tem\i ere e men tslbri d ves
7
EXHIBIT " A"
T.Y. Lin International
SCOPE OF WORK
far
THE REPLACEMENT OF ORANGE STREET AND ALABAMA STREET BRIDGES
AT THE SANTA ANA RIVER
PHASE II - PS&E ENGINEERING SERVICES
May 18, 2004
I. PROJECT LOCATION& DESCRIPTION
This project consists of two bridges, one on Orange Street and the other on Alabama Street,located
approximately 1.5 miles apart along the Santa Ana River in the City Redlands, California. In
general,the project consists of the design of replacement bridges for the existing crossings at the
Santa Ana River and associated roadway approach improvements transitioning back to the existing
roadway section beyond each end of the bridges.
II. BASIS FOR PROJECT DEVELOPMENT
A. Design Standards
1. Road design shall be in accordance with the City of Redlands Standards.
2. All final plans required for this project shall adhere to the following references,
including amendments and revisions as adopted by the City:
a. City of Redlands Standard Drawings,current edition.
b. APWA Standard Specifications for Public Works Construction,current
edition.
C. Caltrans Standard Plans and Standard Specifications,current editions.
d. Caltrans Manual of Traffic Controls for Construction and Maintenance
Work Zones,current edition.
e. Caltrans Bridge Design, Bridge Design Details Manuals,and Memo to
Designers with all interims.
f. Caltrans Bridge Design Specifications(AASHTO Standard Specifications
for Highway Bridges, 16th Edition, with revisions by Caltrans).
g. Recommendations set forth in the Foundation and Materials Report to be
prepared for the project.
h. Recommendations set forth in the final Hydraulic and Scour Analyses
Report to be prepared for the project.
Scope of Services
Orange Street and Alabama Street Bridge Replacements
May 18,2004
Version 1 Page 2 of 12
i. Requirements set forth in the environmental clearance document for this
project including mitigation measures.
j. Requirements of all project permits.
k. All technical reports and construction drawings may be in U.S. customary
units as allowed by Caltrans.
1. The two bridge replacements and related roadways will be bid as a single
project,therefore, a single set of design documents will be prepared.
B. Design Criteria
1. Roadway
Based on the preliminary engineering, improvements will be required on the
approach roadways north and south of the bridges for a distance adequate to
transition back to the existing roadway in accordance with design standards. Criteria
for road design includes:
a. Embankment to be constructed will be sufficient to accommodate the future
64' curb-to-curb street width including a bike lane,plus sidewalk on the east
side,for each street.
Overall length of the approach roadways from bridge to touchdown point is
anticipated to be as follows:
Orange Street—North 220 feet
Orange Street—South 200 feet
Alabama Street—North 420 feet
Alabama Street—South 440 feet
b. Street width shall be designed to match the bridge width at the bridge
connection,but then will transition to the two-lane width of the existing
streets in as short a distance as possible.
C. Drainage systems shall be designed for each bridge corner to convey runoff
to the riverbed.
d. A 16"diameter pipeline by the City's Water Department shall be
accommodated in the easterly side of the Orange Street bridge and approach
roadways.
e. A 2-duct system and a 4-duct system by Verizon must be accommodated in
the Alabama Street bridge and Orange Street bridge, respectively,and the
approach roadways.
f. Coordination for the relocation of a number of power poles by Southern
California Edison along the west side of Alabama Street is required.
Scope of Services
Orange Street and Alabama Street Bridge Replacements
May 18,2004
Version I Page 3 of 12
9- Street lighting will not be required.
h. The City's existing right of way is as shown on the fencing plans previously
prepared by John Egan &Associates, Inc.
2. Bridge
Based on the preliminary engineering studies,the Orange Street bridge will have an
overall length of about 328'and the Alabama Street bridge length will be about 394'.
Both bridges will have a total width of about 76' to accommodate two lanes both
north and southbound, 8'shoulders on both sides and a sidewalk and bike lane on the
east side only. Criteria for bridge design includes:
a. The final structure type, span layout and span lengths will be as shown on
the bridge type selection study completed as part of this preliminary
engineering phase subject to concurrence by the City Public Works Director
and Caltrans.
b. The bridge construction will be cast-in-place reinforced concrete and the
superstructure shall consist of a conventional post-tensioned box girder.
C. Live loading shall be HS20-44 with alternative and Caltrans permit design
loading.
d. Seismic design shall be in accordance with Caltrans Seismic Design Criteria,
current edition.
e. Provisions shall be included in the Alabama Street bridge for future
widening.
f. Barrier railings shall conform to current highway standards.
9. No provisions for lighting on the bridge are required.
h. No bridge aesthetic enhancements are required.
Ili. BASIC SERVICES TO BE PERFORMED BY CONSULTANT
Task I -Proiect Management&Administration,
Consultant shall perform the following project management services:
1-1 Administration
1-1.1 Supervise, coordinate and monitor design for conformance with design criteria and
standards.
1-1.2 Maintain project files.
Scope of Services
Orange Street and Alabama Street Bridge Replacements
May 18,2004
Version I Page 4 of 12
1-1.3 Prepare,monitor and maintain the project schedule. The project schedule shall be a
critical path method schedule presented in Gandt Chart format. A copy of the
project schedule shall be submitted to the City Public Works Department.
1-1.4 Prepare monthly progress reports and invoices in a form acceptable to the City
Public Works Director.
1-1.5 Apply for and obtain any necessary encroachment permits necessary for Consultant
to access the project site.
1-1.6 Prepare,circulate and file correspondence,memos and phone logs as appropriate.
1-2 Meetings
Consultant shall prepare agendas and minutes for meetings in a format acceptable to the City
Public Works Director.
1-2.1 Consultant shall conduct monthly project team meetings to discuss work progress,
schedule and related issues in order to exchange information,discuss and resolve
issues,and to maintain progress of the project.
1-2.2 Consultant shall attend other meetings for design reviews,design coordination,
information exchange, or other purposes as may be necessary to accomplish the
project.
1-2.3 Attendance at hearings or other public meetings is not anticipated to be required and
therefore is excluded from the basic services.
1-3 Cooperation and Coordination
Consultant shall cooperate and coordinate with the City and other organizations connected
with the project. Such organizations may include but are not limited to the following:
1. City of Redlands Public Works Department
2. City of Redlands Municipal Utilities Department
3. Federal Highway Administration
4. State of California Department of Fish and Game
5. U.S. Army Corps of Engineers
6. San Bernardino County Flood Control District
7. Other City consultants
8. Various utility companies
9, U.S.Fish and Wildlife Service
10. California Office of Emergency Services
11. Caltrans District 8 and the Division of Structures
1-4 Quality Control Program
Consultant shall maintain a quality assurance plan in effect during performance of services
under this agreement to insure that plans,design, specifications,estimates,calculations,
Scope of Services
orange Street and Alabama Street Bridge Replacements
May 18,2004
Version 1 Page 5 of 12
reports and other documents to be submitted under this agreement are complete, accurate and
constructible.
Consultant's quality assurance plans shall include the following quality control elements:
1. Bridge structural calculations shall be independently checked by an experienced
bridge engineer registered as a civil engineer in California who is not an employee of
Consultant. Independent checking shall be in accordance with Caltrans Memo to
Designers 1-3, "Checking Procedure."
2. Plans shall be checked,corrected and back-checked.
3. Pertinent project related correspondence and memoranda shall be routed to affected
parties and then bound in appropriate project files.
4. Where separate drawings show different work in the same area,means shall be
provided to avoid conflicts and misalignments in both new and existing
improvements.
5. Plans shall be marked clearly as being checked, signifying that the preparation of the
material followed the quality control plan.
Task 2 -Site Reconnaissance and Investigations
2-1 Visits to the site
Consultant shall perform site investigations as necessary in order to verify constraints that
could affect feasibility of the project including the disposition of existing utility facilities. If
and when constraints are identified,Consultant shall inform the City Public Works Director
in writing with a detailed explanation of the impacts to the project in terms of cost and
feasibility.
2-2 Field Survey
A field survey will be conducted to supplement previously completed aerial topographic
mapping. For both bridge locations,the field survey is anticipated to require the following
tasks:
2-2.1 Establish firm centerline control for the project.
2-2.2 Obtain cross-sectioning at 50-foot intervals to or beyond right of way in the area of
street widening and improvements.
Task 3- utility Coordination
Consultant shall make provisions in the design to accommodate existing and new utility facilities to
be maintained in place,removed, adjusted, abandoned or installed.
Scope of Services
Orange Street and Alabama Street Bridge Replacements
May 18,2004
Version 1 Page 6 of 12
3-1 Coordination
3-1.1 Notify utility owners of the project and approximate construction start date.
3-1.2 Obtain as-built utility plans identifying locations, sizes,and types of existing
facilities at the site.
3-1.3 Furnish preliminary and final construction plans for roadway and bridge
improvements to utility owners for their use during utility design.
3-2 Plans
3-2.1 Accommodate the temporary or permanent relocation of utilities.
3-2.2 Determine what utilities are to be carried on the bridge and provide details for utility
openings.
3-2.3 The disposition of utility facilities shall be shown on the plans including locations of
existing facilities and proposed relocations.
3-2.4 Based on estimates from utility owners,time periods shall be included in the project
specifications to allow time for utility owners to make adjustments to facilities or
install new facilities as required.
Task 4—Initial Design Approval
This task will involve preparation of initial roadway and bridge drawings (considered as 30%)and
preliminary cost estimates for submittal to the City Public Works Director to obtain approval of basic
geometries,features and concepts.
4-1 Roadway Geometric Approval
4-1.1 Prepare initial roadway plans showing centerline geometry,edge of pavement
layouts,transition limits, and sidewalk limits.
4-1.2 Prepare roadway centerline profile grade.
4-1.3 Prepare roadway typical section(s).
4-2 Bridge General Plan,Foundation Plan and Detail Sheets
4-2.1 Prepare initial bridge plans showing span layout and foundation locations,
superstructure framing geometry,typical sections, and sufficient details to define the
complete structural geometry.
4-3 Preliminary Estimate
4-3.1 A preliminary construction cost estimate shall be prepared for the project and
submitted to the City Public Works Director.
Scope of Services
Orange Street and Alabama Street Bridge Replacements
May 18,2004
Version 1 Page 7 of 12
Task 5-Reports
This task involves preparation and submittal of reports required in support of the final design.
5-1 Hydraulic Report
A final hydraulic study and report shall be prepared by a civil engineer licensed in California
with expertise in hydraulic engineering. The study shall conform with Section 3-9 of the
Caltrans EFPB Information and Procedures Guide and shall include the following:
5-1.1 Research and review existing hydrology and hydraulic studies prepared for Santa
Ana River. A preliminary hydraulic study has been prepared for the site as part of
the preliminary engineering phase.
5-1.2 Determine the flow quantity of the design and base floods to be used for hydraulic
analysis based on existing flood studies of the basin(Preliminary Hydraulic Study).
5-1.3 Delineate the floodplain water surface elevations and velocity with the final designs
for the design and base floods using HEC-RAS model.
5-1.4 Compute scour depths at bridge supports and other affected structures.
5-1.5 Design scour protection countermeasures.
5-1.6 Prepare a Final Bridge Hydraulic Report in accordance with Caltrans Division of
Structures practice.
Task 6-Right-of-Way Documentation
Consultant shall conduct the necessary research of records and prepare right-of-way documents as
required for the City Property Department's use in securing the property needed for the project.
Note: Although right of way acquisition is required on both sides of Alabama Street and on the east
side of Orange Street,the extent of acquisition required is currently unknown. The tasks of legal
descriptions and title reports are excluded from the basic services as noted below. It is anticipated
that these tasks will be added by amendment when the extent of acquisition and the associated effort
is determined during the final design development.
6-1 Research
Obtain existing right-of-way documentation and determine the limits of properties involved.
6-2 Documents
6-2.1 Right-of-Way Map(s)
1. Prepare plans showing areas to be acquired, areas needed for construction
easements and for other types of easements as required. Areas shall be
indicated by closure calculations in acres and square feet.
Scope of Services
Orange Street and Alabama Street Bridge Replacements
May 18,2004
Version 1 Page 8 of 12
2. Legal descriptions of areas to be acquired and easements are not included as
part of the basic services.
6-2.2 Preliminary title reports will not be required as part of the basic services.
Task 7- Unchecked Places
This task involves preparation of unchecked,completed plans to be submitted to the City Public
Works Director to demonstrate design progress(considered as 60%). Consultant shall prepare
complete designs and plans for construction of all project components.
7-1 Plans
7-1.1 Road plans shall include typical sections and work-to-be-done legends;roadway
layout plans including centerline and edge of pavement geometries,profile grades,
grading,drainage,guard railings,relocations and adjustments of existing facilities
and other improvements as required; roadway and drainage details including fencing,
construction staging areas and access locations and other improvements as required;
final striping and signing plans and details.
Final striping shall extend sufficiently beyond each end of the improvements to tie in
with existing striping.
7-1.2 Bridge plans shall include the General Plan,Deck Contours,Foundation Plan,
Abutment Layout&Details,Bent Details,Typical Section,Girder Layout,Girder
Reinforcement and Girder Details.
7-1.3 Landscaping/Erosion control plans will not be required as part of the basic services.
Task 8-Initial Plans SpecirkewiOns and Estimates (PS&E)
This task involves completion of the initial PS&E package(considered as 90%)for submittal to the
City Public Works Director for City Department and.Caltrans review and comment. Calculations
shall be prepared in a neat and orderly manner, shall be bound and indexed,each sheet shall be
signed or initialed by the preparer and each set of calculations shall bear the responsible professional
engineer's seal and signature.
8-1 Design and Plan Checking
8-1.1 Calculations and plans shall be checked in accordance with the Consultant's quality
control program.
8-1.2 Plans shall be corrected and back-checked to insure accuracy,completeness and
constructibility.
8-2 Engineer's Estimate
Scope of Services
Orange Street and Alabama Street Bridge Replacements
May 18,2004
Version I Page 9 of 12
The engineer's estimate shall be the Consultant's professional opinion of probable
construction costs.
8-2.1 Quantities shall be computed for the various items of work based on details,
dimensions and limits shown on the plans.
8-2.2 Quantities shall be separated into Federal HBRR Program participating and non-
participating items.
8-2.3 Quantities shall be independently checked and backchecked within customary
tolerances.
8-2.4 The Engineer's Estimate shall be prepared based on application of historical unit
prices or by more detailed analysis if necessary. Justification of estimates for lump
sum items shall be furnished upon request of the City Public Works Director.
Contingencies of five percent shall be added to the estimate subtotal.
8-2.5 Caltrans code numbers shall be listed for each contract item.
8-3 Specirications(Special Provisions)
8-3.1 Technical special provisions shall be prepared based on the Caltrans Standard
Specifications and using current Caltrans Standard Special Provisions where
applicable.
8-3.2 Measurement and payment provisions shall be included for all items of work.
8-3.3 Special provisions shall be made available on IBM compatible format computer
disks in NIS Word format.
8-4 Working Day Schedule
Consultant shall prepare an estimate of the number of working days that should be allowed
for construction of the project. The schedule shall be presented in bar chart format showing
major items of work.
Task 9-Interim PS&E
After review of the initial PS&E submittal,Consultant shall make all required revisions to the PS&E
package in response to City and Caltrans comments and resubmit for subsequent review. The cycle
of City/Caltrans review and Consultant revisions and re-submittals shall be repeated until all
comments have been addressed to the satisfaction of the City Public Works Director.
Task 10-.Final PS&E
Once the City Public Works Director is satisfied that no additional revisions to the PS&E package
are required, he will request that the Consultant submit the final PS&E package including the original
mylar plots of the plans. Other final PS&E tasks include:
Scope of Services
orange Street and Alabama Street Bridge Replacements
May 18,2004
Version 1 Page 10 of 12
10-1 Roadway Cross Sections
Prepare roadway cross section plots at 50'intervals along centerline of the roadway at a scale
of 1"=10'both vertically and horizontally.
10-2 Contract Proposal
Prepare the Contract Proposal form for use in the City Contract Documents. This form will
show the bid items,units,quantities and blanks for unit prices, amounts and total bids. This
form shall be made available on computer diskette in the same formats as the special
provisions.
10-3 Resident Engineer's File
10-3.1 Prepare a deck contour plot of the finished bridge deck at a scale of 1"=4'.
10-3.2 Prepare the bridge deck joint movement calculation sheet.
10-3.3 Include one copy of the Foundation/Material Report and one copy of the roadway
cross section plots.
IV. CONSTRUCTION SUPPORT SERVICES
Consultant shall be available throughout the bidding and construction period to provide technical
assistance for City staff advertising and administering the project. These services shall commence
when the PS&E are approved and signed by the City,continue through award of the construction
contract,and terminate after final payment is made by the City to the Contractor. The following
services shall be provided under the direction of the City Public Works Director or City Resident
Engineer:
Bidding Period
• Assist City staff with Contractor inquiries and preparation of contract addenda.
• Attend the pre-bid conference.
Construction Period
• Assist the resident engineer with the interpretation of the plans and specifications.
• Review and approve Contractor submittals including but not limited to the following:
1. Concrete mix designs.
2. Precast concrete pile working drawings, if applicable.
3. Cofferdam and/or shoring design &plans, if applicable.
4. Construction trestle design &plans, if applicable.
5. Falsework design&plans.
Scope of Services
orange Street and Alabama Street Bridge Replacements
May 18,2004
Version I Page 11 of 12
6. Prestressing system working drawings.
7. Prestressed girder working drawings.
8. Railing working drawings.
9. Proposed field revisions/adjustments.
10. Other submittals as required by the contract documents.
• Review and approve contract change orders.
• Site visits as requested by the City Public Works Director or Resident Engineer.
Post Construction Period
• Transfer"As-Built" revisions to the original drawings of the project plan sheets based on the
City Resident Engineer's records.
V. CONSULTANT DELIVERABLES
Consultant shall be responsible for submitting the deliverables listed in the attached Table 1,
"Consultant Deliverables," to the City Public Works Director.
V1. CITY'S RESPONSIBILITIES
A. All questions of project definition and scope shall be answered in a timely manner when
requested by the Consultant.
B. City shall furnish Consultant with copies of existing City records, including the project
Environmental Document, as requested by the Consultant as needed for the performance of
the basic services.
E. City shall complete applications and obtain permits for construction of the project.
F. City shall furnish to the Consultant blank City drawing sheet borders, if available.
G. City shall review and return with comments, all PS&E and report submittals.
H. City shall prepare the administrative portions of the Contract Documents and its Table of
Contents.
I. City shall prepare the bid package, advertise and award the construction contract.
J. City shall staff the project with a resident engineer experienced in bridge work, and shall be
responsible for inspection, materials testing contract compliance and contract administration.
Scope of Services
Orange Street and Alabama Street Bridge Replacements
May 18,2004
Version I Page 12 of 12
TABLE I
CONSULTANT DELIVERABLES
Required Number of Copies of each Deliverable
i
DescriLtion of Deliverables Task 1 1 Task 2 Task 3 i Task 4 Task 5 ; Task 6Task 7 ask 9 Task 10 Totals
Project Contact List
...........................-------------
.......... ............. ..........
........... ....... ..........
s
Mont s Reports ............ ....... ----------
OnR
Ii invoices __......__..-....
......................... .............
Meeting Minutes(each meeting)
----------- .............T—....... 2
----------
Project Schedule
------------ ---------------------
............ ....... ---
Draft Foundation Boring Logs
................. ........
........... ........ ---------
Utility Owner Contacts
................ ---------------
1 3
..........
GeometricRoadway Approval Plans(BP) 3
......................
---------- 3
Bridge Initial(30%)Plans(BP-reduced) i 1 3
.. ...................................
...........------------------- .......
......-----------
2
iminary Construction Cost Estimate 1 2 -----,--
._._.._...__-_---------...__._...__..__..._..__.__.__..__._..__—._._------------_ ..___.________. ._..____ ---
------------- .......
Hydraulic Report 4
4
-------------------
----------
4
r66;aation&Materials Report
-------------------
---------- -------
Right Of Way Maps}(BP-reduced}
Right-Of Way Map(s)(ORIG)
i 4 4
.................
--------------- .......
nc ecked(60%)Plans(BP-reduced) 4
.... .....
1 1
Checked o
Gins" ..
P-full/reduced) O160/6 6/6 6118
------------- .......
-----------
6heci<W-(�inal)P�1�1—ari RIG)
---------------
............
4
-Roadway Geometric Calculations
....... --- ...................
........... ---------- ......
Roadway Drainage Calculations
alculations 4
T------
--§ 6 ,6 �i ........... 4U �cral �1Cltions 1
44
----------
4
Structural Check 4
Calculations
i
2 2 1
uantity Calculations --
- .....--------- ------
.
- —�jd62 2
d6an,iW61ations
—4
2 6
2
Engineer's--Estimate
4 4 4 12
Special Provisions
4 4
Contract Proposal
............-------
2 2
Contract Proposal(DISK}
Working Day Schedule
-----------........... ---------------------
..............
------------ ---------------
Roadway
Cross-Section Plots(BP)
............
-----------
F�6ij,;Wi6iiiii.s���ion—P--I.ots(ORIG)
..........
................ .......
................ ........
3 3
Scale Deck Contour Plot(BP) ....... .........
....................
4-Scale Deck Contour Plot(ORIG) ....... ........
.............................................
3
Deck Joint Movement Calculations Sheet
........... ................................... .............. ..................
............ -------
As Built Plans(RL)
........... ............ ...........
6).
J
LEGEND:
BP Bond(or Blueline)Prints
ORIG Original Mylar Plots
DISK IBM Formatted Computer Disk
RL Redline Markups
A'T'TACHMENT °B tt
CITY OF REDLANDS T.Y.Lin International
ORANGE AND ALABAMA STREET BRIDGE REPLACEMENTS
FINAL DESIGN SCHEDULE _
----- -- Au ust Se tember October November December it
June Ju
ID Task Name Duration Start 1 1 4 2 5 8 11 7417 0 3 6 9 2 5 8 111417 0 3 6 9 1 4 7 10131619 2 5 831 3 6 9 121518 1 4 7 0 3 6 9 121518 1 4 7 0 2 5 8 71147 3 -2 5 8 111417 0 3 6 9 1 4 7 10131619 2 5
i Pmjact Adm#nistratiori 184 days Wed X19/04
2 Kick-off meeting ....... } __.....-1 day Wed 5179104
3 Stte visit_ ..- ._...-t day l'hu 5!20%64
4 ....... Team Progress meeting 151 days. .Mon Bf7/04
_......_� -- ! ..-....4� _.. Thu 5/20 4
13 F'ieid Survey
._........._ ..----
14 Uki#ity coordinat#on 73 days�-Fri 521/04
15 Notify ,olfiny 4wrrera _.2.days Fn 5/21104
16 Obtain As-ButlLs 5
_daysr,_ Fn 521!04
........_._ .. .___ ----------- ----.... -
17 Coordinate Pians 4 days Thu 7/29104
18 incorporate Utility Rec 1 man Wed 8!4104 ',,
19 InNiai Design(3011.)Appy ---50 days Thu 520N4
20 .._. Roadway geometric p 8 wks Thu 5120!!4 ®®(�yy®®
21 initial bridge pans 8 wks Thu 520R#4
22 Preliminary estimate
23 Hydraulic analysis I 2 mons Thu 5!20/04
_..-
_____RJght
._� dci 1 .........._._.._�..
_---
24 Right of waY documer i 7 mon Thu 6 17104
...._. ides .._........_ ....._. _....—._—'----- /28
25 5ut mit al desr9n 0 days Wed 7/28104
26 unchecked Pans(80°!y 54 days Thu 729104
27 ftoadwey Plans
._.__.. __ __
28
...
_ I
28 Bridge Plans 16 wks Thu 7/28104
1016
�g Submit unchecked pia I Q days Wed 10/6104
_--
30 ----- �
i
31 Oesgn and plan G erJ 10 wks Thu 10/7104
._ �_�._......._ ------1077104---
32 Speeifrcattcxrs i 3 wks Thu
33 Engine s Estimate j 2 wks Wed 1218104
i
34 - Wog day sc
rkinheduk i 4 days Thu 12/76!04
12121
35 Initis{PS&E subm+tial 0 days Tue 9221/04 _
. _._,_-- '...25 days Wed i222li14
37 Fina#PSBE(100Y)
38 Roadway cross-sectio 3 wks Wed 1222!04 ',.,
39 Contmet documents 4 wks Wed 7222104 ,..
40 Resrdertt Engineer's F,......—.....4 days _...__Wed 1/19/05
:. 1125
41 ......-Submit Fina#P58E Q days 7ue 525705 -
__e_
Roiled Up Progress BY Summary
Project:Orange and Alabama Final Dr Task Milestone Rolled Up Task External Tasks Group
Date:Wed 515/04 Progress Summary ^ Railed Up Milestone O Split ,,,,,,,,,,,,,,, Project Summary
Page 1 _ Wed��
Project Final Design
.EXHIBIT "C"
Cost Proposal
Orange Street Bridge - Phase II
Firm: T. Y Lin International
Labor
Hours Rate Taal
Principal-in-Charge 0 $ 65.00 $ -
Project Manager 280 $ 53.51 $ 14,982.80
Project Engineer 440 $ 46.20 $ 20,328.00
Design Engineer 890 $ 24.45 $ 21,760.50
CADD Technician 780 $ 30.24 $ 23,587.20
Clerical 40 $ 21.96 $ 878.40
Subtotal Labor: $ 81,536.90
Indirect Costs(Overhead)
Overhead Rate 156.50%
Subtotal Overhead: $ 127,605.25
Total Labor and Overhead: $ 209,142.15
Subconsuitants
WEST Consultants $ 7,821.60
John Egan &Associates $ 37,060.00
Converse Consultants $ -
W. Koo &Associates $ 50,328.00
Total Subconsultants: $ 95,209.60
Direct Costs
Quantity Unit`,Cost F Total
Shipping, Postage 1 $ 250.00 $ 250.00
Copies, Printing 1 $ 725.00 $ 725.00
Others 1 $ 125.00 $ 125.00
Total Direct Costs: $ 1,100.00
Fee(profit- 10%) $ 20,914.21
Total Cost $ 326,365.96