HomeMy WebLinkAbout06/21/1994, C-8 - DESIGN SERVICES FOR THE JENNIFER STREET PEDESTRIAN/BICYCLE BRIDGE III��IyHI�Illlll�l II MEETING DATE:
C1 o San WIS OBISpo ,Mune 21 , 1994
COUNCIL AGENDA REPORT STEM NUMBER: n
Meeting of June 21, 1994
FROM. Michael D. McCluskey, Public Works Director �1v\
Prepared by: Bridget O. Fraser, Engineering Assistant
SUBJECT: Design Services for the Jennifer Street Pedestrian/Bicycle Bridge
CAO RECOMMENDATIONS:
By motion,
1) Award a contract to RRM Design Group, Inc. in the amount of $60,200.00 for "Design
Services: Jennifer Street Pedestrian/Bicycle Bridge, Specification No. 94-03A';
2) Authorize the Mayor to execute the contract documents;
3) Transfer $46,000 from the Bikeway Improvements project account to the Jennifer Street
Pedestrian/Bicycle Bridge project account
DISCUSSION:
Jennifer Street and Osos Street both come to dead ends across from each other at the Southern
Pacific railroad tracks just south of the Amtrak Station. Because Osos Street is a convenient path
to commercial areas downtown and around Railroad Square, bicyclists and pedestrians regularly
cross the tracks to get from Jennifer to Osos. With existing freight and passenger rail service, such
crossings are potentially dangerous. In the future, as rail service expands and bicycle and
pedestrian traffic increases, these crossings will become even more hazardous.
The 1993 Bicycle Transportation Plan and the 1994 Draft Circulation Element both recommend
constructing a bike and pedestrian bridge over the railroad to provide a safe link between Jennifer
and Osos Streets. This project is included in the 1993/95 Financial Plan on pages E-7 and E-19.
In 1993 the Council authorized the transportation planning staff to apply for a $400,000 state
Proposition 116 grant to pay for this project. The San Luis Obispo Council of Governments
(SLOCOG) approved the application, and the California Transportation Commission (CTC)
formally included the project on its program list and conditionally approved the grant allocation
request. But the CTC cannot finally approve the grant allocation request until the City obtains
right of way certifications and toxic waste clearances. The City cannot obtain these certifications
and clearances until the project is designed and potential property encroachments are determined.
Hence, the City must complete project design in order to receive the grant.
On March 1, 1994, the Council approved a request for proposals for design services and authorized
staff to solicit proposals. On April 7, 1994 the City Clerk's office received and publicly opened the
proposals submitted. After reviewing and ranking the proposals, staff interviewed the top four
firms on April 29, 1994. The top-ranked firm after the interviews was RRM Design Group, Inc.
I���i ��IIIIIII�p�N�q�pl city of San tui S OBISPO
i COUNCIL AGENDA REPORT
Design Services for the Jennifer Street Pedestrian/Bicycle Bridge
Meeting of June 21, 1994
Page 2
The proposal by RRM Design Group includes as its prime subcontractor the engineering firm of
Nolte & Associates. Nolte & Associates played a key role in the selection of RRM because of
their expertise and experience in bicycle and pedestrian bridge facilities over railroad facilities.
Nolte & Associates brought key cost-saving ideas to the interviews and other ideas which will make
the construction of the bridge not only less costly, but more time efficient. Thus with a shorter
construction period and a cost within budget, the committee selected the firm of RRM Design
Group as the firm for the Jennifer Street Pedestrian/Bicycle Bridge.
FISCAL IMPACT:
Negotiated Contract Cost $60,200
Contingencies 5,800
Total Budget Required $66,000
Proposition 116 grant regulations limit reimbursement for project development (design) to five
percent of the total grant amount, or $20,000 (.05 X $400,000). The additional $46,000 needed for
design will come from the bikeway improvements project account, which has a balance of$163,000
available.
Although final CTC approval of the grant allocation request is virtually certain, there is always a
remote chance that it could fall through. In that case, the Bikeway Improvements project account
would have to bear the entire cost of design.
NOTE: The proposals are available in the City Clerk's office for review.
Attachments:
1 - Original Contract
2 - Budget Amendment Request
I:\WP51\9Q3eewe.Do1 June 10,1994
AGREEMENT FOR DESIGN SERVICES:
JENNIFER STREET PEDESTRIAN/BICYCLE BRIDGE
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day of
1994, by and between the CITY OF SAN LUIS OBISPO, a municipal corporation,
hereinafter referred to as City, and RRAI Design Group, Inc., hereinafter referred to as Consultant.
WITNESSETH:
WHEREAS, on March 5, 1994, City requested proposals for Design Services: Jennifer Street
Pedestrian/Bicycle Bridge per Specification No. 94-03A.
WHEREAS, pursuant to said request, Consultant submitted a proposal which was accepted by City for said
services.
NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter
contained, the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered,
as first written above, until acceptance or completion of said services.
2. INCORPORATION BY REFERENCE. The following documents are hereby incorporated in
and are hereby made a part of this Agreement:
City Specification No. 94-03A,
Consultant's proposal dated April 7, 1994,
Attachment A - "Scope of Work and Compensation",
Attachment Al - "Scope of Work: Phase I Environmental Assessment/Geotechnical Investigation
Attachment B - "Amended Special Tetras and Conditions"
Attachment C - "Consultant's Hourly Rates"
Attachment D - "Insurance Requirements: Consultant Services"
This agreement and the attachments shall supersede any conflicting provisions in the City's request for proposals
and the Consultant's proposal.
3. CITY'S OBLIGATIONS. For providing the services as specified in Attachment A, "Scope of
Work", City will pay and Consultant shall receive therefor:
Task 1 - Bridge Analysis/Pre-design Report: compensation in a total sum not to exceed$17,800.00
Task 2 - Schematic Bridge Plans: compensation in a total sum not to exceed$11,300.00
Task 3 - Draft Construction/Contract Documents: compensation in a total sum not to exceed$13,600.00
Task 4 - Final Construction/Contract Documents: compensation in a total sum not to exceed $ 6,900.00
Task 5 - Bid Process Assistance: compensation by hourly rate not to exceed$ 1,900.00
Task 6 - Construction Administration Assistance: compensation by hourly rate not to exceed$ 8,700.00
4. CONSULTANT'S OBLIGATIONS. For and in consideration of the payments and agreements
hereinbefore mentioned to be made and performed by City, Consultant agrees with City to
do everything required by this Agreement, said specifications and said attachments.
O'o�
5. AMENDMENTS. Any amendment, modification,or variation from the terms of this Agreement
shall be in writing and shall be effective only upon approval by the City Administrative Officer of the City.
6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically
incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral
agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of
any force or effect, nor shall any such oral agreement, understanding,or representation be binding upon the parties
hereto.
7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage
prepaid by registered or certified mail addressed as follows:
City City Clerk
City of San Luis Obispo
P.O. Box 8100
San Luis Obispo, CA 93403
Consultant Dean R. Benedix
RRM Design Group, Inc.
3026 South Higuera Street
San Luis Obispo, CA 93401
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Consultant do covenant that each
individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute
Agreements for such party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year
first above written.
ATTEST: CITY OF SAN LUIS OBISPO,
A Municipal Corporation
By:
Diane Gladwell, City Clerk Mayor Peg Pinard
APPROVED AS TO FORM:
A
e G/JofnseeCity Attorney
Consultant
By:
Victor Montgomery,
RRM Design Group, Inc.
Attachment A
JENNIFER STREET PEDESTRIAN / BICYCLE BRIDGE
SCOPE OF WORK AND COMPENSATION
TASK / DESCRIPTION
1. Bridge Analysis/Pre-design Report
Primary Consultant. RRM Design Group
Supporting Consultants: Nolte & Associates
Earth Systems Environmental
1.1 Initial kickoff meeting with RRM staff and City Staff to review existing information
related to the project, to review project goals and objectives and discuss scheduling
and review process. Submit preliminary project schedule.
1.2 Conduct initial meetings with Southern Pacific Transportation Co. and Amtrak to
establish right-of way encroachment and property issues, to determine design
requirements and operational constraints, and determine requirements for submittal
and review of designs.
1.3 Conduct meetings with neighborhood residents to establish issues of concern.
1.4 Obtain general field topographical information of up to three proposed crossing sites
based on above meetings. Field data will provide spot elevations of significant
existing infrastructure in the immediate area being considered for the crossing
structure. It will include spot elevations of such things as structures, track elevations,
area pavement, utility structures, and general existing ground elevations.
1.5 Obtain information from affected utility companies regarding existing facilities and
determine impact of proposed construction on their existing utilities.
1.6 Conduct a Phase I Environmental Assessment in accordance with ASTM E1527-93
for up to three sites to evaluate the potential of toxic or contaminated soils.
Assessment to include site reconnaissance, site history investigation, regulatory
agency record review and report preparation as described in Attachment Al.
1.7 Coordinate with State officials (Caltrans, CTC) to determine their role and review
requirements in the development of this project.
1.8 Prepare rough conceptual bridge/path configurations and preliminary engineering
evaluation to determine project costs and design issues.
1.9 Conduct meeting with City staff to .prepare for concept review meeting with ARC.
Submit rough conceptual bridge/path configurations and discuss preliminary findings
and design issues.
1
8r�
Jennifer Street PedestrianBicycle Bridge Attachment A
Scope of Work
TASK / DESCRIPTION
1.10 Represent the City at a concept review meeting with the Architectural Review
Commission, the City Bicycle Committee and the Cultural Heritage Committee to
introduce the project, generate comments and ideas, and establish issues of concern.
1.11 Prepare pre-design report summarizing the results of all initial meetings,
investigations and evaluations. Report shall outline all project issues, opportunities
and constraints associated with each potential bridge location. Selection criteria will
include, but will not necessarily be limited to:
• Neighborhood and community planning issues
• Southern Pacific and Amtrak operational issues
• SP and/or Amtrak right-of-way acquisition/leasing/easement issues
• Infrastructure/Utility issues.
• Circulation issues (vehicle, bike, pedestrian, transit, train)
• Toxic contamination issues
• Bridge design and pathway connection issues
• Topo, access, and existing improvement issues
• State and regional transportation issues
• Grant funding limitations
• Historical and design issues
• Project costs
1.12 Revise project schedule to reflect initial investigations.
1.13 Submit pre-design report/bridge location analysis, costs estimates and revised project
schedule to the City for review and conduct one meeting between two (2) RRM staff
and City staff to review contents and make recommendations to the preferred project
design and location. If a representative of Nolte is to be present at any City meetings
during this phase, the City may exercise Option Ia. to include their attendance.
Deliverables: Pre-design Report/Bridge Location Analysis, Rough Cost Estimates, Revised
Project Schedule - (4) copies each delivered to City's Project Engineer.
Lump Sum Compensation: $17,800.00
Options:
Ia. Additional meetings requested by City Staff or Commissions:
RRM: $ 75.00/hour (per person)
Nolte: $ 1,400.00 (up to 4 hour meetings per trip)
2
Jennifer Street Pedestrian/Bicycle Bridge Attachment A
Scope of Work
TASK / DESCRIPTION
1b. If the results of the Phase I Environmental Assessment indicates the need for an
expanded assessment, contamination studies, and remediation plans, the City will
negotiate with the Consultant for such services, after determination of anticipated
scope of work. Recommended Budget $4,000.00
2. Schematic Bridge Plans -
Primary Consultant. Nolte and Associates
Supporting Consultant. RRM Design Group
2.1 Preparation of refined site evaluation of the preferred bridge location. An expanded
and more detailed field survey of the specific area anticipated for improvements will
be performed. A site specific topographic plan will be prepared to be used for the
schematic and construction document bridge and adjacent area improvement plan.
2.2 Preparation of schematic bridge plans, details, studies and estimates, including, but
not necessarily limited to: site plans, bridge elevations, sections and profiles,
configuration of path routing, grading, landscaping, drainage and circulation
concepts, preparation of a rough cost estimate for construction.
2.3 Submittal of schematic design package which will include plans, concept details,
evaluation and estimate to City staff for preliminary review. Make adjustment and
changes based on staff comments.
2.4 Submit revised schematic design package and pre-design report to Community
Development department for environmental review. Work with City planning staff
to complete the environmental checklist.
2.5 Submit schematic design package and pre-design report to SPTCo. and Amtrak for
comments. Revise plans based on comments.
2.6 Submit schematic plans to affected utility companies to determine impact of proposed
construction on their existing facilities.
2.7 Provide correspondence update on the pre-design report to document changes and
modifications as a result of schematic design review by the City, SPTCo., Amtrak,
utility companies.
3
Jennifer Street Pedestrian/Bicycle Bridge Attachment A
Scope of Work
TASK / DESCRIPTION
2.8 Submit design package and update correspondence to City's Community Development
for ARC and CHC review. RRM and Nolte shall attend one meeting with City staff
to review and discuss design issues. Revise plans based on comments. RRM shall
attend and represent City at one (1) ARC meeting. If required by the City, RRM
shall attend and represent the City at CHC meetings or additional ARC meetings and
bill the City at the rates listed in option 2a.
Deliverables: Preliminary (4 copies) and final schematic plans (10 copies), revised cost
estimate, update correspondence package on pre-design report.
Lump Sum Compensation: $11,300.00
Options:
2a. Additional meetings requested by City Staff or Commissions
RRM $75.00/hour (per person)
Nolte $1,400.00 (up to 4 hour meetings per trip)
3. Draft Construction Plans, Details and Contract Documents
Primary Consultant: Nolte and Associates
Supporting Consultants: RRM Design Group, Earth Systems Environmental
3.1 Conduct geotechnical engineering investigation and prepare geotechnical report for
the subsurface conditions at the proposed bridge abutments. Investigation and report
shall include the work involved in the field investigation, laboratory analysis and
geotechnical engineering report as described in Attachment Al. Submit copy of report
to City project manager. This task may be omitted and replaced with Option 3a at
the City's request.
3.2 Continue negotiations with SPTCo. and/or Amtrak for right-of-way acquisition or
easements as necessary to accomplish bridge and pathway access implementation.
Consultant to prepare one property description and exhibit for affected parcels.
Submit descriptions and exhibits to involved parties and amend as needed.
Negotiations and procurement of right-of-way acquisitions or easements outside of
the ownership of SPTCo. and Amtrak shall be considered outside the scope of work
and will be either undertaken by the City or undertaken by the Consultant as Option
3b. If field boundary survey is required to establish existing property lines, such
work will be either undertaken by the City or by consultant as Option 3c.
4
Jennifer Street Pedestrian/Bicycle Bridge Attachment A
Scope of Work
TASK / DESCRIPTION
3.3 Prepare draft plans, specifications and cost estimates associated with project including
title sheet, demolition, grading, drainage and site work, utility relocations, bridge
plans and details, architectural details, bridge lighting and electrical plans and details.
Bridge and ramps shall be designed in accordance with Caltrans bridge design
specifications and the requirements of SPTCo. Plans shall use the City's Standard
D size title and plan sheets. Contract documents, specifications and"special provisions
shall conform to the City's standard format (modified 1992 Caltrans Specifications)
and any requirements of SPTCo. and the state agencies. If site landscaping or
electrical plans are required, they will be prepared under option 3f. below.
3.4 Pre-engineered structures that are designed by others will be checked by Nolte and
Associates during the Construction Administration Assistance phase of the project.
If the approach ramps that are utilized are not pre-engineered, then they will be
designed by a Nolte engineer and independently checked by a separate qualified Nolte
engineer.
3.5 Submit draft plans, specifications to SPTCo., Amtrak, and involved state agencies for
review and comments.
3.6 Submit 70% draft plans, specifications, special provisions, bridge design calculations
and cost estimates to the City project manager for review and comments by
Engineering Division.
3.7 Modify plans, specifications and special provisions as required by reviewing
agencies.
3.8 If the City desires consultant to prepare construction and maintenance agreement in
accordance with SPTCo. and Amtrak requirements, and prepare and submit PUC
Application for SPRR in accordance with PUC requirements, this work will be
accomplished as an additional service, to be charged on a time-and-material basis
under Options 3d. and 3e. below.
Deliverables: Geotechnical report (4 copies), easement descriptions and exhibits (2 copies),
draft PS&E (8 copies), C & M agreement, and PUC application (2 copies).
Lump Sum Compensation: $13,600.00
5
Jennifer Street Pedestrian/Bicycle Bridge Attachment A
Scope of Work
TASK / DESCRIPTION
Options:
3a. Conduct subsurface geotechnical engineering investigation using a truck-mounted
cone penetrometer (CPT) apparatus in lieu of drilling field borings. Structural
properties of subsurface materials will be evaluated, using this equipment. A
geotechnical engineering report will be provided providing design parameters for
bridge structure design. Exercising of this option is in lieu of Option lb. above.
Budget Estimate $4,000.00
3b. Prepare legal description and exhibits and assist City with negotiations and
procurement of right-of-way acquisitions or easements outside of the ownership of
SPTCo. and Amtrak. (Hourly-Budget Estimate) $1,200.00
3c. Perform field boundary and/or property line survey and/or document research needed
to establish existing property lines. Prepare additional legal descriptions and/or
exhibits of property to be encumbered. (Hourly-Budget Estimate) $2,500.00
3d. Prepare, submit, and assist in processing of SPTco and Amtrak construction and
maintenance agreements. (Hourly-Budget Estimate) $3,000.00
3e. Prepare, submit and assist in processing of PUC application. Budget does not include
hearing phase of processing, if required. (Hourly-Budget Estimate) $2,000.00
3f. Prepare site irrigation, planting, electrical and lighting construction plans of areas
adjacent to ramps and bridge. Two 1" = 40' scale plan sheets including construction
details. (To be Negotiated-Budget Estimate) $1,500.00
4. Final Construction Plans, Details and Contract Documents
Primary Consultant: Nolte and Associates
Supporting Consultants: RRM Design Group
4.1 Prepare final plans, details and construction/bid documents based on review and
comments by involved agencies. If site landscaping and/or lighting plans are
required, they will be completed under Option 4a. below.
4.2 Submit final 100% plans, details, construction/bid documents and cost estimates to
City project manager for final review.
4.3 Modify documents as required and submit final copy-ready documents to the City.
City shall be responsible for reproduction of final documents for bidding purposes.
6
Jennifer Street Pedestrian/Bicycle Bridge Attachment A
Scope of Work
TASK / DESCRIPTION
Deliverables: Four (4) sets blueline drawings and one (1) set final copy-ready original plans,
details and construction/bid documents.
Lump Sum Compensation: $6,900.00
Options: =
4a. Prepare final irrigation, planting and/or electrical site construction plans initiated in
Task 3.0 above. $500.00
Subtotal Tasks 1 - 4 (w/o options): $49,600.00
5. Bid Process Assistance
5.1 Assist City during the bid-process including attending pre-bid meeting, preparing
addenda as necessary to clarify bid documents, and evaluating materials submitted by
bidders as alternates.
Deliverables: Addenda using City's standard format, Written evaluation of bidders
submittals for alternate materials.
Compensation Not To Exceed: $1,900.00**
** Estimate of fees only, Consultant to bill City for actual rime spent based on proposed
hourly fees.
6. Construction Administration Assistance
6.1 Consultant shall assist the City's inspectors during construction to assure compliance
with final plans, specifications and City, State and Federal regulations pertinent to
bridge construction. This will include reviewing pre-engineered bridge superstructure
drawings and calculations, reviewing of shop drawings for necessary bridge details
and/or bridge approaches.
6.2 Consultant shall attend pre job meeting with staff and contractor prior to construction.
7
-0 -//
Jennifer Street Pedestrian/Bicycle Bridge Attachment A
Scope of Work
TASK / DESCRIPTION
6.3 Consultant shall provide field construction observation services at critical phases
during construction, as requested by the City inspector, to ensure consistency of the
installed facility with the intent of the plans and specifications and to provide
verification of installation in accordance with State funding requirements. Budget
shown anticipates two (2) field inspections by Noltestructural staff representatives
during bridge/ramp construction. if City elects to have consultant provide field
construction staking services, Option 6a shall be exercised and scope of work
negotiated to perform these services.
6.4 Consultant shall provide one set of reproducible record documents to the City after
completion and acceptance of construction.
Deliverables: Written documentation of construction site observations,Record drawings (one
(1) reproducible set).
Compensation Not To Exceed: $8,700.00**
** Estimate of fees only. Consultant to provide services as requested by City and shall
be paid for based on Consultant's proposed hourly rates.
Options:
6a. Construction staking services. Provide field survey services to stake abutment
footing minor grading, excavation, and construction. Stake all major form work for
both bridge abutments and approach ramps. Stake locations of minor utility
construction or relocation, and finish pavement tie-ins to ramps.
$3,000.00**
Subtotal Tasks 5 and 6 (w/o options): $10,600.00
TOTAL TASKS 1 - 6 (W/O OPTIONS): $60,200.00
8
Attachment Al
�. SCOPE OF WORK
SUMMARY OF Phase I Environmental Assessment '
PROJECT APPROACH
If desired by the client, a Phase I Environmental Assessment
can be performed in accordance with American Society for
Testing and Materials (ATM) Standard Practice for
Environmental Site Assessments, E1527-93. The intent of
this limited assessment is to evaluate the potential for soil or
groundwater contamination related to the possible past use,
storage, or handling of hazardous materials on or around the
site. Sampling of soil, groundwater, building materials or air
is beyond the scope of a Phase I assessment. We do not
The Phase I Site propose to determine the degree or extent of any contamination
that my be encountered during this phase of work.
Assessment will consist
For the purposes of the assessment, hazardous materials are
of a site reconnaissance, defined as those substances listed as hazardous or extremely
a site history hazardous in Title 22 of the California code of Regulations
investigation, a review (CCR). Our cost estimate is based on professional services to
provid@ the following scope of services:
of regulatory records,
and the preparation of a Site Reconnaissance: This will include a visual reconnaissance
report. of the site, noting physical evidence of potential contamination
or possible sources of contamination. The client/owner,
tenants of the property and/or site personnel will be
interviewed (if possible) regarding present and past site usage.
The site will be photographed at that time for future reference.
Adjacent site uses will also be observed, to evaluate their
possible impact on the subject property. Entry will be made
only on the subject property; determination of adjacent site
uses will be made from public properties or roadways.
Site History Investi cation: A site history investigation will be
conducted to determine past land use at and new the site related
to the storage, production, or use of hazardous materials. If
possible, persons with knowledge of past site uses will be
interviewed. Documents to be reviewed may include:
• Title information (if made available by Client)
• Building permits
• Aerial photographs
• Insurance and land-use maps, and
• Oil and gas production maps and records.
Jennifer Street
Pedestrian/Bicycle Bridge
1 �•�-/3
Attachment Al
SUMMARY OF Regulatory Agency Record Review: Regulatory agency
PROJECT APPROACH personnel will be contacted to ascertain whether known
(Continued) environmental impairments exist or are suspected on or around
the property. Regulatory agencies or databases compiled by
those agencies,to be consulted will include:
• California Environmental Protection Agency;:Department of
Toxic Substances Control, CALSITES List (BEP and
ASPIS).
• California Environmental Protection Agency; Environmental
Response Notification System (ERNS) List.
The Phase I Site • California Environmental Protection Agency; RCRA
Assessment report will Hazardous Waste Transportation, Storage and Disposal
Facilities (TSDF) List.
include findings
regarding past land use • California Regional Water Quality Control Board; List of
Reported Releases from Underground Storage Tanks.
on and around the site,
and present an opinion - California Waste Management Board; Solid Waste
Information System (SWIS) List of Active and Inactive
regarding the potential Landfills.
for soil or groundwater . U.S. Environmental Protection Agency; Comprehensive
contamination, as well Environmental Response, Compensation a^d Liability
as recommendations for Information System (CERCLIS) and National Priorities List
(NPL), or Superfund ).
expanded assessment of
the site, if deemed • Local Agency files regarding reported releases of hazardous
materials.
appropriate.
Reporteparation: At the conclusion of assessment research,
a report for the site summarizing the results of the assessment
will be prepared. The report will include findings regarding
past land use on and around the site, and present an opinion
regarding the potential for soil or groundwater contamination,
as well as recommendations for expanded assessment of the
site, if deemed appropriate.
Jennifer Street
Pedestrian/Bicycle Bridge
Attachment Al
SCOPE OF WORK
Geotechnical Engineering Investigation:
SUMMARY OF Task 1: Field Investigation. To evaluate subsurface
conditions at the bridge abutments, we plan to drill a boring in
PROJECT each abutment area. During the course of the drilling, soil
APPROACH samples will be obtained. The borings will be drilled with a
truck-mounted B-53 drill rig equipped with an 8-inch
diameter, continuous flight auger. Soils will be classified in
general accordance with the Unified Soil Classification System
(ASTM D 2488-84). Copies of the boring logs will
accompany the report. Standard penetration tests will be
performed in selected borings in accordance with ASTM D
1586-84. The borings will be backfilled with on-site material.
We will contact Underground Service Alert (USA) to locate
utilities that fall within their jurisdiction. Obtaining permits;
coordination of utility location, and obtaining access to the site
Based upon: the results of will be the responsibility of others.
the freld and laboratory
programs, criteria will Task 2: Laboratory Analysis. Soil samples will be
tested in the laboratory to determine such properties as unit
be developed for site weight and moisture, maximum density versus optimum
preparation, grading, moisture, and angle of shearing resistance. The final
determination of the number and types of tests to be performed
foundations, retaining will depend upon the subsurface conditions encountered. All
walls, and surface laboratory tests will be perfortned in our San Luis Obispo
laboratory.
drainage.
Task 3: Preparation of Geotechnical Engineering
Report. The field and laboratory data will be reviewed by a
registered engineer, and evaluated with respect to development
of criteria for site preparation, grading, foundations,retaining
walls, and surface drainage. The geotechnical engineering
report will be intended to fulfill the requirements of Sections
2905(c) and 7006(e) of the Uniform Building Code (1988
edition), as amended by pertinent sections of Title 24 of the
California Code of Regulations, and standard soils engineering
practice.
r Jennifer Street
Pedestrion/Bicycle Bridge
Attachment Al
SUMMARY OF The following items will be addressed in the geotechnical
PROJECT APPROACH report:
(Continued)
0 Soil and groundwater conditions encountered
0 Preparation of the site prior to grading
0 Grading criteria
0 Types and depths of foundations (Caltrans 45 and 90-ton
standard pile)
0 Maximum allowable bearing capacities
0 Site coefficient for use in foundation design
0 Total and differential settlement
0 Resistance to lateral loads
0 Design criteria for retaining walls
0 Surface and subsurface drainage
Jennifer Street i
Pedes trion/Bicycle Bridge
4
-0-1,6
AMENDED SPECIAL TERMS AND CONDITIONS Attachment B
These Amended Special Terms and Conditions are in addition to, or a revision of Section B, "General Terms and
Conditions" and Section C, "Special Terms and Conditions', of Specification No. 94-03A. If a conflict arises
between these Amended Special Tetras and Conditions and Specification No.94-03A,these Amended Special Terms
and Conditions will prevail.
A. Termination/Temporary Suspension of Contract. If, at any time during the term of the contract, the City
determines that the project is not feasible due to funding shortages or unforeseen circumstances, the City
reserves the right to terminate the contract or suspend the contract for a time until such issues are resolved.
Consultant will be paid compensation due and payable to the date of termination or temporary suspension.
B. Extra Work/Work Out of Scope. If, at any time during the project, the consultant is directed to do work
by persons other than the City Project Manager and the Consultant believes that the work is outside of the
scope of the original contract, the Consultant shall inform the Project Manager immediately. If the Project
Manager and Consultant both agree that the work is outside of the project scope and is necessary to the
successful completion of the project, then a fee will be established for such work based on Consultant's
hourly billing rates as reflected in Attachment C or a lump sum price agreed upon between the City and
the Consultant. Any extra work performed by Consultant without prior written approval from the City
Project Manager shall be at Consultant's own expense.
C. Information Provided by City. The City shall provide to the Consultant copies of any maps, plans,
record drawings and survey notes in it's possession which are applicable to the project. The City does not
guarantee the accuracy of the maps, plans, record drawings and survey notes; therefore, it is the
responsibility of the Consultant for field checking and verifying information prior to it's use.
D. Consultant Invoicing. Services provided by Consultant will be performed on a lump sum basis. Consultant
shall submit monthly invoices based on percentage of each task completed. Consultant may not bill for
more than the contract amount designated for each task.
E. Order of work. Consultant shall not progress to the subsequent tasks of work without approval from the
City's Project Manager.
F. Insurance Requirements. Insurance requirements for Consultant Services (Attachment D) shall be
amended for this project as follows:
1. RRM Design Group shall be subject to all the requirements listed in Attachment D except that
Minimum Limits of Insurance for Errors and Omission Liability shall be reduced to $500,000 per
occurrence.
2. Nolte& Associates shall be required to maintain a minimum limit of$1,000,000 per occurrence for
Errors and Omissions Liability insurance and shall be subject to all the requirements listed in Attachment
D as it pertains to Errors and Omissions Liability.
G. Project 114anager. The Consultant's Project Manager, hereby desiginated as Dean R. Benedix, shall have
overall responsibility for the progress and execution of this agreement for consultant.Should circumstances
or conditions subsequent to the execution of this agreement require a substitute Project Manager for any
reason, the Project Manager shall be subject to the prior written acceptance and approval of the City.
g-17
Attachment C
R R M D E 5 1 G N G R 0 U P
1 .9 .9 4
Charge Rate Schedule
Civil Engineering
Division Director $78.00 per hour
Licensed Civil Engineer $68.00
Civil Engineer/Designer $58.00
Associate Engineer $48.00
Drafting Engineering Technician 1 $34.00
Drafting Engineering Technician 111 $24.00
Planning
Principal/Planner $115.00
Senior Planner/Project Manager $70.00
Senior Planner 1 $55.00
Senior Planner 11 $50.00
Assistant Planner 1 $43.00
Assistant Planner 11 $38.00
Other
Secretary $28.00
Clerical Assistant $20.00
Rates are as of June 1, 1994
3026 South Higum Strwt.San Luis Obispo,California 93401 8051543-1794
2o22-mh Street,Modesto,California 95354 109/544-3794
A C�f—C.W-1—I W..' N— Call"
'OLTE and ASSOCIATES, Ir
CHARGE RATES SCHEDULE Attachment C
OFFICE: DESIGN AND DRAFTING
Design Supervisor $ 92.00 /hour
Senior Designer $ 77.00 /hour
Designer $ 71.00 /hour
Sedior Draftsperson $ 66.00 /hour
Draftsperson $ 53.00 /hour
Junior Draftsperson $ 47.00 /hour
PROFESSIONAL
Associate $ 116.00 /hour
Structural Engineer $ 116.00/hour
Manager $ 103.00 /hour
Senior Engineer/Planner $ 93.00 /hour
Associate Engineer/Planner $ 85.00 /hour
Assistant Engineer/Planner $ 71.00 /hour
Junior Engineer/Planner $ 58.00 /hour
Engineering Aide/Planning Aide $ 34.00 /hour
FIELD: CONSTRUCTION MANAGEMENT
Construction Manager $ 103.00 /hour
Resident Engineer $ 84.00 /hour
Assistant Resident Engineer $ 74.00 /hour
SURVEYING
Chief of Survey $ 97.00 /hour
3-Person Survey Crew $ 201.00 /hour
2-Person Survey Crew $ 156.00 /hour
Apprentice Surveyor $ 38.00 /hour
SERVICES AND EXPENSES:
Administrative Technician $ 50.00 /hour
Technical Typist $ 35.00 /hour
Computer/CADD Systems $ 30.00 /hour
Plotting and In-house Reproduction 1.25 x Cost
Subsistence 1.25 x Cost
Other Expenses-Including Sub-Consultants 1.25 x Cost
and Purchased Services through Subcontracts
Mileage- Outside local area $ 0.32/mile
Billing rates include overhead, equipment, space rental, etc. These billing rates are subject to increase
in July of each year due to union agreements and salary increases. Principal's time on projects is
chargeable at$158.00 per hour.
Any retainer will be applied to the final invoices.
Litigation support will be billed at$235.00 per hour.
A late payment FINANCE CHARGE will be computed at the maximum rate allowed by law and will
be applied to any unpaid balance commencing 28 days after the date of the original invoice.
Any sales tax enacted by any govenrment.body will be added to the above rates.
Effective 7/10/93
GD\CRSNOCAL-P
w«n..a wuoam ro
2 Vol9.
Attachment C
ENGINEERING AND GEOLOGY SERVICES
° Geotechnical Engineering Investigations for commercial,industrial, and
residential structures, subdivisions, bridges,roads, dams, and towers
° Geotechnical Feasibility Studies
° Failure Investigations of foundations,retaining walls,slopes,and pavement
° Percolation Tests and design of on-site sewage disposal systems, including,
evapotranspiration and mound systems
° Geologic Evaluations, Slope Stability Studies, and Fault Location Studies
° Hydrologic Studies
° Liquefaction and Seismicity Studies
° Seismic Refraction/Rippability Studies
° Expert Witness Services
Personnel: Hourly Rate
Word Processing/Clerical ..................................................... $40.00
Technical Aide/Draiting. ...................................................... `;42.00
Teclwician....................................................................... $52.00
Inspector......................................................................... $60.00
Staff Engineer/Geologist....................................................... $70.00
Project Engineer/Geologist.............................:...................... $80.00
Senior Engineer/Geologist.....................................................$90.00
Associate Engineer/Geologist................................................$100.00
Principal Engineer/Geologist.................................................a 120.00
(PS 92•V3)
3 -�'�0
Attachment C
DRILLING SERVICES
The following represents a brief summary of our drilling capabilities. Rates for specific
services will be negotiated on request.
° Geotechnical borings to depths of up to 100 feet.
° Borings for hazardous materials studies.
° Monitoring well and piezometer installation.
° Angle drilling to 451 degrees from vertical.
° Drill crews experienced in hazardous materials drilling and sample acquisition.
° Drill crews trained in 40-hour Health and Safety course.
° Steam cleaners, grout mixers, and other auxiliary equipment available.
° Well materials in stock
Drill Rigs Available-
Depth
Manufactt=&Model AugerTvt)e&Size Cacability
2 Mobile Drill B53 Hollowstem
8" o.d., 4.25' i.d. 100 feet
8" o.d., 4.24" i.d. 80 feet
Hollowstem :80 feet
10" o.d., 6.6" i.d. 80 feet
6" o.d., 3.25" i.d. 85 feet
1 Mobile Drill B40L Solid stem,4-inch 100`eee
1 Mobile Drill B30 Solid stem, 4-inch 50 feet
6"Hollowstem 25 feet
1 Mobile Drill "Minuterry-n" track-mounted drill 30 feet
(FS 92M)
4 �O ��
Attachment C
DRILLING SERVICES (continued)
Samaling Canabilities:
° Standard Penetration Sampler(2" o.d. split spoon),
° Modified California Sampler(lengths: 18", 24", 60'; 3" o.d.; 2.5" i.d. rings); resin
fibre, brass,or stainless steel rings available.
° Split bagel sampler(2.5" o.d.; 2" o.d.rings)brass or stainless steel available.
° Shelby Tubes (3" id.).
Drilling Rates:
Mobile B53:2-man crew (per hour) ................................................$130.00
........................
Mobile B40L: 2-man crew (per hour)...............................................$130.00
Mobile B30: 1-man crew (per hour) ................................................. $90.00
Minuteman: 1-man crew(per hour).................................................. $80.00
Drill helper (per hour)........:......................................................... 540.00
Rig preparation (per hour)............................................................. $50.00
Auxiliary Eauioment Rates and Miscellaneous Charges:
Support truck....................................:................. $50.00/day +$0.45/m.2e
Cut-off saw(per day).................................................................. 550.00
Steam cleaner(per day)................................. : ..........................$100.00
Grout mixer and pump (par hour used). ...... .................................$40.00
Water trailer (per day).................................................................. $75.00
Generator(per day).................................................................... $45.00
Perdiem (per day)...................................................................... $80.00
Health and safety protection: Level C(per man per day).......................... $80.00
Traffic control equipment(per day)...................................................$75.00
(Signs, vets, delineators, etc.)
(FS MV3)
5
Attachment C
Notes to Drilling Services:
1. Minimum drill time is 4 hours. Drill crew overtime (hours in excess of 8 hours a
day) and Saturday work are 1.5 times the hourly rate. Sunday and holiday work
are two times the hourly rate.
2. Rates for 3-man crew available on request
3. Assembly and demobilization of materials is charged at an hourly rate of
$50.00/hour.
4. Subcontractors are charged on a cost plus 15 percent basis.
5. Materials are charged on a cost plus 20 percent basis.
6. Drilling in material that causes more than normal wear to the equipment may be
subject to additional charges. The client will be notified prior to drilling in such
material.
Replacement/Repair Costs:
Brass or Fiber Liners $12.00
Shelby Tubes $15.00
Sampler Shoe $80.00
Drill Bit $100.00
7. Earth Systems Consultants' drillers and drill crews have been trained in the 40-`:our
course developed by the EPA and will satisfy the Federal OSHA requirements (_9-
CFR 1910-120)fc�r personnel worldng on sites containing hazardous materials.
8. Drilling jobs must be confirmed a minimum of 48 hours prior to the start of work.
Jobs cancelled less than 48 hours prior to the start of work will be subject to the 4-
hour per day minimum charge plus any charges for material acquisition, rig
preparation,etc., that have been incurred.
9. Borings will be drilled at the direction of and in the locations specified by the client.
In,view of this, the client is responsible for the accurate location of all subterranean
structures and utilities and agrees to waive any claim against Earth Systems
Consultants for damage done to subterranean structures and utilities not identified
or accurately located. The client will also obtain free access to the site for all
equipment and personnel necessary for Earth Systems Consultants to perform the
work.
(FS 97-V3)
6 ��-a3
Attachment C
GENERAL FEE AND BILLING INFORMATION
1. All field time is subject to a 2 hour minimum charge. Charges are calculated in 1P-
hour increments.
2. Preparation and/or travel ti rc will be charged at the hourly rate unless otherwise
noted.
3. Subcontractors or other outside services are charged on a cost plus 15 percent
basis.
4. Materials ar*e charged on a cost plus 20 percent basis.
S. The per diem charge for out of town work is $80.00 per day per person.
6. Fees quoted in this fee schedule a-re for work performed during the regular business
day. Work performed before 7 a.m. or after 5 p.m. will be charged at time and
one-half. More than 8 continuous hours of work, Monday through Friday, and all
Saturday work will be charged at time and one-half. Holidays and Sundays will be
charged at double time.
7. Project cost proposals can be generated upon request with special consideration
given to projects involving continuous ser%zce for extended periods.
8. Prices are subject to change without notice.
9. Payment is due upon presentation and past due 30 days from the invoice date. Past
due accounts are subject to se%ice charges of 1.5 percent per rronth.
(FS 92V3)
INSURANCE REQUIREEJ ENTS: Consultant Services Attachment D
NOTE: See Paragraph F, "Amended Special Terms and Conditions', Attachment B,for modifications to these
requirements.
The Consultant shall procure and maintain for the duration of the contract insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the performance of the work hereunder
by the Consultant, its agents, representatives, employees, or subconsultants.
Minimum Scone of Insurance. Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001).
2. Insurance Services Office form number CA 0001 (Ed. 1/87)covering Automobile Liability,code 1 (any auto).
3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance.
4. Errors and Omissions Liability insurance as appropriate to the consultant's profession.
Minimum Limits of Insurance. Consultant shall maintain limits no less than:
1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If
Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit shall be twice the required
occurrence limit.
2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
3. Employer's Liability: $1,000,000 per accident for bodily injury or disease.
4. Errors and Omissions Liability: . Revised per Paragraph F, "Amended Special
Terms and Conditions, Attachment B.
Deductibles and Self-insured Retentions. Any deductibles or self-insured retentions must be declared to and
approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or
self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Consultant shall
procure a bond guaranteeing payment of losses and related investigations, claim administration and defense
expenses.
Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed
to contain, the following provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects:
liability arising out of activities performed by or on behalf of the Consultant;products and completed operations
of the Consultant; premises owned, occupied or used by the Consultant; or automobiles owned, leased, hired
or borrowed by the Consultant. The coverage shall contain no special limitations on the scope of protection
afforded to the City, its officers, official, employees, agents or volunteers.
2. For any claims related to this project, the Consultant's insurance coverage shall be primary insurance as respects
the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained
by the City, its officers, officials, employees, agents or volunteers shall be excess of the Consultant's insurance
and shall not contribute with it.
3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall
not affect coverage provided to the City, its officers, officials, employees, agents or volunteers.
4. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought,
except with respect to the limits of the insurer's liability.
5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended,
voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written
notice by certified mail, return receipt requested, has been given to the City.
Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than
A:VII.
Verification of Coverane. Consultant shall furnish the City with a certificate of insurance showing maintenance
of the requited insurance coverage. Original endorsements effecting general liability and automobile liability
coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized
by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before
work commences.
8 e7llf
city of san Luis os NUMBER
A .
BUNCt amendment QEquest
REQUESTING DEPARTMENT FUND AMENDED FUND NO.
t t J o -k. L-1 P-) -r A —L4 r,; q 4 Z%
REVENUES
ACCOUNT DESCRIPTION DEPT. OBJ. SUB-OBJ. CURRENT PROPOSED AMENDED
BUDGET AMENDMENTS BUDGET
TOTAL
EXPENDITURES
ACCOUNT DESCRIPTION DEPT. OBJ. SUB-OBJ. CURRENT PROPOSED AMENDED
BUDGET A ENDMENTS BUDGET
3 -c_ :z.>_ 4:t . j�.C`c; I 1 7
r � r r• � �
E N:,_,.Fc __�T_ f �..�_Lt �Q-53_ -, �= - —�L - Z_ c Z U 4_I/c?C'C>_
'rt�r''"-���-�--�Zzs.�6�. _y.D�3 �.2C'- _,-'�.�3_.-._37% Gfi0 _ - 5 L•.Z�D _..�.� L> �CrL1
TOTAL
PURPOSE J /
N-T2 i
DE E CLVE CTOR OF NCE DATE
� ry V 7 (fl g
CITY AO I ATIyE OFFICER ENTERED BY PATE
:r
/�
CBF-
DISTRIBUTION: ada -se
Whl[e: Finance Canary: Finance Pink: Department Goldenrod: Department Fee Copy //y8��sSIB