Loading...
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