Loading...
HomeMy WebLinkAboutCC Resolution 8836 (Freitas Parkway Interchange Improvements)RESOLUTION NO. 8836 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL ACCEPTING PROPOSAL FOR ENGINEERING SERVICES - PHASE I - FOR FREITAS PARKWAY INTER- CHANGE IMPROVEMENTS FROM C112M HILL IN THE AMOUNT OF $48,850 WHEREAS, the City Council has previously authorized staff to conduct a selection process for hiring a consultant for engineering services for the Freitas Parkway Interchange Improvements project; and WHEREAS, staff has advertised for "Request for Qualifications" for said project; and WHEREAS, staff received seven statements of qualifications and chose the most qualified firms for interviews; and WHEREAS, the firm of CH2M Hill was rated the most qualified to perform the engineering design; and WHEREAS, the scope of work is not clearly defined due to the complexity of the intersection; and WHEREAS, staff and CH2M Hill have developed a proposal to perform the work in two phases; and WHEREAS, the first phase of work consists of an initial study and preliminary design not exceeding $48,850 in cost; and WHEREAS, the second phase of work consists of final plans, specifications and estimates and would be redefined in scope from the agreement; and WHEREAS, Ch2M Hill will resubmit a proposal to redefine the scope of work of the second phase and submit it to the Council for approval; and WHEREAS, the second phase is estimated to cost between $120,000 to $140,000 provided the plans are prepared in City plan format and not Caltrans format; and WHEREAS, the cost of the second phase could double in cost if Caltrans imposes significant approval requirements; and WHEREAS, the actual second phase cost will be negotiated at the conclusion of work of Phase I. NOW, THEREFORE, BE IT RESOLVED that the City Council accept the proposal from CH2M Hill to perform engineering services for Freitas Parkway Interchange Improvements in the amount of $48,850. ' ORIGINAL *fr4„ IT IS FURTHERMORE RESOLVED that the Council authorize the Director of Public Works to execute the Agreement. I, JEANNE. M. LEONCINI, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City on Monday, the 1st day of March, 1993, by the following vote, to wit: AYES: COUNCILMEMBERS: Breiner, Cohen, Shippey, Thayer & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None JE NE M. LEONGINI, City Clerk ►a City of San Rafael * Department of Public Works AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES WITH CH2M HILL CALIFORNIA, INC. FOR FREITAS PARKWAY INTERCHANGE IMPROVEMENTS I. Introduction A. Date of Agreement This AGREEMENT is made and entered into this 18th day of June 1993 by and between the City of San Rafael, a municipality in the County of Marin. State of California (hereinafter called CITY) and CH2M Hill California, Inc., a corporation in the State of California (hereinafter called CONSULTANT). B. Names and Addresses ofAgreeingPartiess City of San Rafael CH2M Hill California, Inc. Dept. of Public Works 1111 Broadway P. O. Box 151560 Suite 1200 San Rafael. Ca. 94915-1560 Oakland, CA 94607-4046 C. Location and Description of the Project This project is located at the interchange of Highway 101, post mile 13.7 and Manual Freitas Parkway. The project consists of concept refinement, preliminary engineering, and final design phases involved in improving the interchange in terms of safety and traffic circulation. The name of the project is "Freitas Parkway Interchange Improvements" (hereinafter called PROJECT). II. Agreement A. Description of Work to be Done In accordance with this AGREEMENT, the CONSULTANT agrees to provide professional engineering services for tasks described in marked Exhibit "A", attached hereto and incorporated herein by this reference; Freitas Parkway/U.S. 101 Interchange Improvements, City of San Rafael, Scope of Services for Concept Refinement, Preliminary Engineering, and Final Design. B. Time of Beginning and Completion Execution of this AGREEMENT by the CITY will be authorization for the CONSULTANT to proceed with the work described in Phase I. The services for Phases I. II, and III are to be completed within two years from the date of this AGREEMENT and may bextended as the scope of work changes upon mutual AGREEMENT of both the CITY and the CONSULTANT. C. Compensation For the payments specified herein, which the CITY agrees to make, the CONSULTANT will undertake the above noted work. Payment for professional engineering services will be made on a time and materials basis as follows: L The CONSULTANT shall receive payment based on salary cost multiplied by a factor of 2.2 plus Direct Expenses for services rendered set out in Exhibit A", Phase I. 2 The total payment made for any individual work phase will not exceed the amounts shown on the AGREEMENT. set out in Exhibit "A", without prior authorization by the CITY. 3 CONSULTANT's professional service fees shall be invoiced on a monthly basis. 4. Payments made by the CITY shall be made within 30 days of receipt of invoice. D. Record Retention The CONSULTANT's records will be retained for inspection by State, FHWA, CITY, or their duly authorized representatives for a period of at least three years after final payment to the CONSULTANT. E. Cost Principles Allowable elements of cost are governed by the Federal Acquisition Regulations in Title 48, CFR 31. F. Miscellaneous Provisions 1. Covenant Against Contingent Fees The CONSULTANT warrants that he/she has not employed or retained any company or person, other than a bona fide employee working for the CONSULTANT, to solicit or secure this AGREEMENT, and that he/she has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award of formation of this AGREEMENT. For breach of violation of this warranty, the CITY shall have the right to annul this AGREEMENT without liability, or at its discretion to deduct from the AGREEMENT price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 2. Design Standards The standard of care applicable to the CONSULTANT's services will be the degree of skill and diligence normally employed by professional engineers or CONSULTANTS performing the same or similar services at the time of the CONSULTANT's services are performed. The CONSULTANT will reperform any services not meeting this standard without additional compensation. 3. Documentation The CONSULTANT will document the results of the work to the satisfaction of the CITY as defined in the AGREEMENT. 4. Ownershio of Documents Tracings, plans, specifications, and maps prepared or obtained under the terms of the AGREEMENT will be delivered to and become the property of the CITY, and basic survey notes and sketches, charts, computations, and other data prepared or obtained under such AGREEMENT will be made available, upon request to the CITY without restriction or limitation on their use. 5. Patent Rim Applicable patent rights described in 41 CFR 1-9.1 regarding rights to inventions are included in this AGREEMENT. 6. CoDvrights The CITY may permit copyrighting reports or other AGREEMENT products. If copyrights are permitted, the FHWA shall have the royalty -free non-exclusive and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use, the work for government purposes. 7. Changes in Work This AGREEMENT may be modified, as necessary, for the successful and timely completion of the services to be provided. Any alteration shall be expressed in writing, as an amendment to this AGREEMENT, and shall be executed by both parties. Amendments to Exhibit "A", may be made by mutual AGREEMENT, In writing, signed by CONSULTANT and the Director of Public Works, or the Director's appointed representative. 8. Delays and Extensions Extension of time due to unavoidable delays will be given for a mutually agreed upon time. Corresponding warranted adjustments in payment will also be considered. 9. Termination or Abandonment Either party may terminate this AGREEMENT by giving other party thirty (30) days written notice. In the event of termination, CITY shall pay CONSULTANT all sums then due and unpaid as of the date of receipt of notice. Payment by CITY of such compensation shall be considered full and final settlement for all work performed by the CONSULTANT under this AGREEMENT. All completed reports and other documents and materials described in Exhibit "A" shall become the property of the CITY. 10. Remedies If the CONSULTANT is non-compliant or non-responsive in performing the work in accordance with the AGREEMENT, the CITY may terminate the AGREEMENT as provided in provision 9, 'Termination or Abandonment" of this AGREEMENT. 11. Disputes All claims or disputes between the CITY and the CONSULTANT relating to this AGREEMENT shall be decided by arbitration pursuant to the current provisions of the California Code of Civil Procedure and any successor statutes. The decision of the arbitrator shall be final and binding on the parties. In Interpreting the provisions of this AGREEMENT, the arbitrator may make an award of costs and fees, including attorney's fees necessitated by arbitration. 12. Responsibility for Claims and Liability CONSULTANT shall indemnify, defend and hold the CITY harmless from and against liability arising from CONSULTANT's negligent acts, errors, or omissions in performance of the work, or for the CONSULTANT's willful or intentional misconduct relating to activities carried out pursuant to or in connection with this AGREEMENT. 13. General Compliance with Laws and WaLle Rates The CONSULTANT shall comply with prevailing wage rates and their payment in accordance with California Labor Code. Section 1775, and all other Federal. State, and County laws and ordinances applicable to the work. 14. Subcontractors. Assignment and Transfer All subcontracts in excess of $25,000 in cost shall contain all required provisions of this contract. No subcontracting, assignment or transfer of any of the work except as otherwise provided for in this AGREEMENT will be allowed. 15. Consultant's Endorsement of PS&E/Other Data The responsible CONSULTANT/engineer shall sign all plans, specifications, estimates (PS&E) and engineering data furnished by him/her and where appropriate, indicate his/her registration number. 16. Disadvantaged Business Enterorise Considerations The CONSULTANT must give consideration to DBE Firms as specified in 23 CFR 172.5(e). 17. Government Code Section 7550 The CONSULTANT is obligated to adhere to Government Code Section 7550 relating to documents or written reports prepared by the CONSULTANT, as follows: "Any document or written report prepared for or under the direction of a State or the CITY, which is prepared in whole or in part by non -employees of such Agency, shall contain the numbers and dollar amounts of all contracts and subcontracts relative to the preparation of such document or written report; provided, however, that the total cost for work performed by non -employees of the agency exceeds five thousand dollars ($5,000). The contract and subcontract numbers and dollar amounts shall be contained in a separate section of such document or written report..... ..... When multiple documents or written reports are the subject or product of the contract, the disclosure section may also contain a statement indicating that the total contract amount represents compensation for multiple documents or written reports." 18. Independent Contractor It is understood and agreed that the CONSULTANT is, and at all times shall be, an independent contractor and nothing contained herein shall be construed as making the CONSULTANT, or any individual whose compensation for services is paid by the CONSULTANT, an agent or employee of the CITY, or authorizing the CONSULTANT to create or assume an obligation for or on behalf of the CITY. 19. Insurance During the term of this AGREEMENT, CONSULTANT shall provide automobile. worker's compensation, health, personal liability, and such other insurances as it desires to protect itself, its employees and subcontractors, at its own expense. 20. Direct Expenses The CONSULTANT's Direct Expenses are those necessary costs and charges incurred for the PROJECT including, but not limited to: (1) the direct costs of transportation, meals and lodging, mail, subcontracts and outside services: special CITY approved PROJECT specific insurance, letters of credit, bonds, and equipment and supplies; (2) the CONSULTANT's current standard rate charges for direct use of the CONSULTANT's vehicles, computing systems, laboratory test and analysis, word processing, printing and reproduction services, and certain field equipment: and (3) the CONSULTANT's standard project charges for special health and safety requirements of OSHA and telecommunications services. 21. Salary Costs The CONSULTANT's Salary Costs, when the basis of compensation are the amount of wages or salaries paid to the CONSULTANT employees for work directly performed on the PROJECT plus a percentage applied to all such wages or salaries to cover all payroll -related taxes, payments, premiums, and benefits. M. Signatures IN WITNESS WHEREOF, CITY and CONSULTANT have caused their authorized representatives to execute this AGREEMENT the day and year first written above. ATTEST: J M. LEONCINI City lerk APPROVED AS TO FORM: GAR�T.GGHLAANTI City Attorney C OF AN RAF D . ERN Director of Public Works CONSULTANT: IDIA TH0t K RA;LAND C Civil Engineering Division Manager Attachments (4) 1. Exhibit "A"- Scope of Services from Consultant 2. Resolution No. 8836, City of San Rafael 3. Exhibit "B" - Certification of Consultant 4. Exhibit "C" - Certification of Local Agency EXHIBIT 'aA" Freitas Parkway/U. S.101 Interchange Improvements City of San Rafael Scope of Services for Concept Refinement, Preliminary Engineering, and Anal Design Introduction This Scope of Services and corresponding fees are presented in three phases. Phase I is required to determine the specific interchange improvements that will be included in Phase II and III, and the Caltrans requirements for approval of the improvements. Therefore, the Phase II and III tasks may be modified, and the fee for those tasks is shown as a range. Final scope modifications and fee will be finalized after completion of Phase I. Phase I —Traffic Studies and Concept Refinement The purpose of Phase I is to finalize the improvement concept for the intersection of Freitas Parkway with the U.S. 101 northbound off -ramp, and Redwood and Civic Center Parkways. The concept will be defined in sufficient detail to determine Caltrans approval requirements and proceed with Preliminary Engineering and Final Design. Environmental studies and documentation for this project will be conducted by the City. During the completion of Phase I tasks, CH2M 1-T1L1 will provide engineering information and coordinate with the City relative to potential environmental impacts. Task L I — TrafficData Collection Turning movement counts will be taken during two a.m. and p.m. peak hours. The data will be adjusted to reflect seasonal fluctuations based on published Caltrans L, R. & I factors or historical City traffic count data. Task I.2 — Traffic Operations Analysis Evaluation of current and proposed single point intersection operations will be conducted for a.m. and p.m peak hours. Analysis will include LOS and queuing analysis for project intersections and the northbound U.S. 101 freeway ramp approach to the project intersection. LOS calculations will be based on the 1985 HCM Special Report 209 and optimized signal timing for Phase II. Traffic information for General Plan Buildout Volumes from the Northbound and Freitas Parkway Interchange Analysis, December 24, 1992, by Wilbur Smith and Associates, will be the basis for forecasting design year traffic volumes. bdp/240/340.15 Task I.3 —Improvement Definition Two alternative intersection improvements concepts will be prepared at 1"=20' and ]"=50'. The concept definitions will include plans showing lanes, shoulders, curb and gutter, sidewalks, intersection approach design lines, and new right-of-way required. Profiles will be prepared for intersection approach, centerlines, and the outside edge of right -turn lanes through intersection turning radii. Locations where existing surface utility, landscaping, and other significant physical features are impacted will be identified. Retaining walls that may be necessary will also be shown. The level of detail for this effort will be sufficient to determine opinions of project cost to within ±30 percent. Current base mapping supplied by the City will be used for this task. Opinions of cost will be prepared for the two alternatives. These costs opinions will not include detailed quantity estimates, but will only be based on major items of construction. Task I.4 —Improvement Evaluation The two concept alternatives will be evaluated based on criteria developed with City input. The evaluation criteria are expected to include, but not be limited to, the following: • Minimum geometric requirements to include turning radii, grades, and sight distances • Minimum LOS of D • Construction cost • Environmental impacts • Right-of-way- required Task I.5 --Improvement Recommendations A draft technical memorandum will be prepared that summarizes. the key findings and recommendations of the alternative evaluation. Twenty-five copies will be transmitted to the City for review. After review and resolution of City and Caltrans comments, a final memorandum will be prepared and 25 copies will be submitted to the City. It is expected that this memorandum will be in the format to serve as a PSR for submittal to Caltrans. After Caltrans review comments have been received, resolution of comments and a final PSR will be prepared and submitted to Caltrans for approval. A maximum of three iterations are included in this scope. SAC;/P2U/075.51 7 Task L6—Phase I Schedule and Management Phase I will be completed, and the final memorandum submittal to the City and the PSR submittal to Caltrans will be delivered within 2 months of notice to proceed. The draft technical memorandum will be delivered after 5 weeks, and review comments are expected 2 weeks after delivery. Project status and coordination meetings will he held every other week during Phase I. The meetings will be scheduled and conducted by CH2M HILL. Meeting minutes will be prepared and distributed within 3 working days of the meeting. Minutes will include descriptions of project decisions, action items, and individual responsibilities for actions. Project management will include close coordination with Caltrans. Three meetings to present and discuss efforts of Phase I and determine project requirements relative to Caltrans approval will be conducted. These three meetings will be in addition to project status meetings. Phase 11—Preliminary Engineering The purpose of Phase II is to collect sufficient data and complete engineering studies and design for 30 percent plans of the improvements. Task II.1—Data Collection CH2M HILL will obtain and review existing project data including available utility information, right-of-way data, initial cost estimates, and as -built plans of existing improvements in the project area. Task H.2 --Progress Meetings CH21V HILL will organize and hold monthly progress meetings with the City and Caltrans to review project status and budget, obtain required City and Caltrans input, make decisions, and discuss issues that have the potential to adversely affect project budget, schedule, or deliverables. CH2M HILL will prepare agendas prior to the meetings, arrange for appropriate participants to attend, and distribute meeting notes. Task II.3 —Monthly Progress Reports C142M HILL will prepare and submit monthly progress reports. The reports will address progress of work; project schedule; information/decisions required to maintain schedule and complete deliverables; problems encountered that may affect schedule, budget, or work products; and anticipated work for the following month. sAc_/P2u/075.51 3 Task 11.4 —Coordination With Others In addition to regular progress meetings, discussions and meetings may be needed with the City, utility agencies, or Caltrans. All meetings will be authorized by the City. CH2M H]LL will assist the City by preparing agendas prior to the meetings, arranging for appropriate participants to attend, distributing meeting notes, and performing related activities as directed by the City. Task IIS —Site Field Review C142M HILL will attend a Site field review of the project with the project team prior to beginning the preliminary design task. Task H.6—Surveys and Right -of -Way All surveys and right-of-way work will be performed in accordance with the current Caltrans Survey Manual and applicable standards. Work not covered by the manual will be performed in accordance with accepted professional• surveying standards. CH2M HILL will perform property and topographic surveys and make computations required for final design and right-of-way snaps. This work will include the following subtasks. Task H.6.1—Control Surveys. CH2M HILI.. will establish horizontal and vertical control for design, right-of-way descriptions, and construction. Our survey crews will determine field -surveyed horizontal coordinate values based on the North American Datum of 1927 (NAD 27) state plane coordinate system. Elevations will be based on the National Geodetic Vertical Datum of 1929 (NGVD 29). Mapping control layout will be consistent with Caltrans photogrammetric mapping standards. Data to be field located include: Structures, manholes, and catch basins. * Underground utilities, water lines, gas lines, power and telephone ducts, sewers, and storm drains, including appurtenances such as valves and meters. Where possible, depth of pipes and ducts and elevation at grade of covers will be shown. Invert elevations at storm and sanitary manholes will be given to one-hundredth of a foot. Task H.6.2 --Property Surveys. CH2M HILL will obtain preliminary title reports; locate property monuments within the project area; and identify and znap existing property lines, right-of-way, and easement lines. SAC/PM/075.51 4 Task H-6.3—Might-of-Way Appraisal Map. CH2M HILL will provide right-of-way appraisal maps and property descriptions. CH2M HII-L will research county and state records, perform property surveys, compute property line bearing and distance data, provide right-of-way appraisal maps, and provide property descriptions for the acquisition of right-of-way and construction easements. The right-of-way appraisal maps are expected to follow the pattern of the layout drawings and be at scale of 1"=50', but will be produced at the scale and pattern needed to show the entire area of a parcel on one sheet and clearly show the property line data. Task U.6.4—Property Descriptions. CH2M HILL will provide property descriptions for new and surplus parcels. Task 11.6.5—Record Right -of -Way Map. CH2M HILL will provide a record right-of- way map of the original parcels, the project right-of-way, and the new right-of-way parcels as described in the Caltrans Right -of -Way Manual. Task 11.6.6—Establish Construction Control Monuments. CH2M HILL will establish and show horizontal and vertical survey control monuments on. plans for use during construction. Monuments will be located outside the proposed construction area. Task 11.6.7—Record-of-Survey Maps. CH2M MILL will prepare record -of -survey maps for right-of-way acquisition required for the project and will file them with the City Engineer. Task 11.7—Materials Report CI -12M HILL will prepare a Materials Report in general accordance with Caltrans Test Method 130. This report will provide geotechnical and soil test information, particularly in the areas of earthwork, subgrade conditions for pavements, imported/local borrow, and corrosivity of soils. The report will contain recommendations on earthwork and pavement sections. Preparation of the Materials Report will consist of the following subtasks. Task 117.1—Subsurface Exploration, C142M HILL will perform a subsurface exploration program consisting of subsurface test borings for each retaining wall foundation. The engineer or geologist will record observed conditions that may affect design and construction of the project. Upon completion of the field exploration program, the site will be restored, as much as practicable, to its original condition. Task 11.7.2—Field and Laboratory Testing Program. CH2M HILL will periform a field and laboratory testing program an selected soil samples. Laboratory testing may include sieve analyses, Atterberg limits, penetrometer, torvane, sand equivalent, pH/conductivity, and R -value tests. SAC/M/075.51 5 Task H.7.3—Materials Report. CH2M HILL will produce a report that documents the findings of the subsurface exploration and field and laboratory testing program. Task 11.8 —Drainage ,Report This report will document the hydrology and hydraulic calculations to size and position the onsite drainage facilities. The following subtasks are required for preparation of this report. Task 111.8.1—Data Collection. CH2M HILL will review existing hydrologic and hydraulic information available from the City, County, and Caltrans relating to the project. Task 11.8.2—Site Reconnaissance. CH2M HILL will conduct a site inspection to verify drainage patterns, record data, and describe the condition of existing drainage facilities. Task 11.8.3—Drainage Study. The Drainage Study will include locating and sizing facilities for roadway and site drainage. The Caltrans Highway Desi4,.n Manual, together with design precipitation from Marin County, will be used for the drainage calculations. Flows for existing and projected use of the site will be estimated. A report will be prepared to summarize methodology and results used in this study, including a drainage shed map, drainage calculations to justify facility sizes, plans to show the existing and future drainage systems, quantities, and cost estimate. Task 119 —Utility Relocation CH2M HILL will identify the location of existing utilities, identify conflicts with the project, and estimate project cost for relocation. The utility relocation work will include the following subtasks. Task 11.9.1—Digitize Utilities on Base Map. CH2M HILL will contact known utility companies within the project area to obtain the locations of existing utilities. The locations of the utilities will be digitized on the base plans. Task 11.9.2—Initial Utility Fetter. CH2M HILL will send to applicable utility companies the Initial Utility Plans (base plans) and the Utility Information Form, together with a City -approved letter requesting verification of the location, size, and depth (if applicable) of each utility company's facilities within the work area, or those that might be affected by the proposed work. Also, information regarding planned utility construction that might affect the project will be requested. The Initial Utility Plans will be distributed as soon as the base map is completed. Task 11.93 --Utility Conflict Analysis. CH2M HILL will analyze the relocation requirements for the project and identify responsibilities for relocation. SAC/n2 J/075.51 6 applicable utility companies. The letter will ask the utility companies to verify the conflict and will notify them of the need to relocate their facilities. Task 11.9.5 --Incorporate Utility Aelocations. After receipt of the relocation designs from the utility companies, CH2M HILL will add the relocations to the drawings prior to the 60 percent design submittal. Task 11.9.6—Final 117flHty Letter. CH2M HILL will send a copy of the Final Utility Plans, together with a City -approved letter, to the utility companies at the time the project is advertised for bids. The letter will include the project schedule and deadlines for completion of utility company relocation work. Task II.10—Preliminary Geometrics CH2M HELL will update and revise the existing preliminary geometries and prepare layout drawings at a scale of l" =50', drawn on a screened layer of the base maps. Profile drawings will be developed at a scale of 1"=50' horizontal and l" =5' vertical. Task IL 11— Typical Cross Sections CH2M HYLL will develop typical cross sections for the segments of roadway that control design of the layout. Drawings will be at a scale of 1" =10' and submitted on 22 -inch by 34 --inch sheets. Task 11.12—Retaining Wall Advanced Planning Study If necessary, CH2M HILL will prepare a Retaining Wall Advanced Plannuig Study for location where significant excavation is required. The study will describe the type of retaining wall to be constructed and will include a general plan and profile drawing and a cost estimate for each retaining wall type studied. Task IL 13—ProjectReport, Project Approval Report, and Design .Exceptions CH2M HILL will prepare a Project Report and Project Approval Report. These reports will be prepared and submitted for Caltrans approval if required_ CH2M MLL will prepare a Caltrans Advisory and Mandatory Design Standards Checklist and provide this checklist to the project team to ensure that all standards have been considered. CH2M HILL will prepare and submit a design exception report for Caltrans approval that will follow the format of the Caltrans Fact Sheet for Mandatory Design Exceptions, and an advisory design standards exception summary if design exceptions are proposed for the project. A maximum of three iterations are included in this scope. SAC/PennfM/075.51 7 Task 11.14 —.Landscaping Recommendations In coordination with the environmental studies, CH2M HILL will prepare landscaping recommendations to show landscaping to mitigate the loss of trees and campsites and other vegetation. Landscaping cost estimates will he prepared. Landscaping recommendations are normally provided in the final design phase, but will be provided in this phase to coordinate with' environmental studies and establish agreement on filial design criteria. Task ILIS —Geometric Approval Drawings CI-I2M HILL will prepare and submit geometric approval drawings to show the layout, profiles, and superelevations of the project for review and approval by the City and Caltrans. The geometric approval drawings will show layout at 1"=50', profile, and superelevations at 1"=50' horizontal, and 1"=5' vertical scale. A maximum of three iterations are included in this scope. Task H.16 —Retaining Wall Report CH2M HILL will prepare a Retaining Wall Report for the required retaining walls. Soil borings and laboratory testing will be collected and evaluated. Log of test boring sheets will be prepared in accordance with Caltrans standards. Task 17:17-30 Percent Plans CH2M HILL will prepare 30 percent plans for review and approval by the City and Caltrans. The 30 percent plans will show final design of the roadway including layout, profile, superelevations, typical cross sections, grading limits, and right-of-way lines. The 30 percent plans are intended to demonstrate that the proposed right-of-way take and construction easements are sufficient to construct the planned improvements. Phase III --Final Engineering Design Task III. 1-60 Percent Plans CH2M HILL will prepare 60 percent plans for review and approval by the City, County, and Caltrans. The 60 percent plans will include all drawings required for construction. Task III.2 —90 Percent ME CH2M HILL will prepare 90 percent plans for review and approval by the City and Caltrans. The 90 percent plans will include 60 percent plans updated in response to comments from the City and Caltrans, technical specifications, and CH2M HILL's sAWRI/075.51 8 construction cost estimate. The PS&E will be prepared in conformance with current editions of the Caltrans Guide for the Submittal of Plans, Specifications, and Estimates, Standard Plans, and Standard Specifications. C142M HILL will provide special provisions for work included in the plans that are not described in the Caltrans guidelines. Task IM —Final ME CH2M HILL will prepare final PS&E. The 90 percent PS&E will be updated in response to project team comments and submitted for a final check and approval prior to the printing of sets for bidding. Final comments will be incorporated into the design during this task. Design plans, special provisions, structure design calculations, cost estimate, and quantity calculations will be finalized and submitted to the City. A final set of plans will be submitted in AutoCADD 12 format. A full set of bidding documents will be prepared. The City will supply a hard copy of legal, general, and standard technical requirements. CH2M HILL will process these requirements and add technical specifications. The biding documents will be delivered in hard copy and Maclntosh Word format. Task M.4 —Bidding Assistance While the PS&E construction package is being advertised for bids, questions concerning the intent of the plans and specifications will be answered and forwarded to the City. Assistance will be provided to the City for preparation of addenda to the PS&E during the advertising period. CH2M HILL will also provide consultation and interpretation of the construction contract documents. Other Construction management and inspection services are not included in these services but may be added at the completion of Phase III tasks. Fee for Concept Refinement, Preliminary Design Engineering, and Final Design Phase I—Traffic Studies and Concept Refinement The total fee for Phase I shall be labor cost at a multiplier of 3.15 and expenses not to exceed $48,850. A fee breakdown by task is attached. This breakdown is for information and is not a requirement for payment. sncm211/075.51 9 The total fee for Phase II and Phase III is expected to be between $120,000 and $140,000 if Caltrans does not impose significant approval requirements. If the final project concept requires the full Caltrans approval process and transfer of right-of-way between the City and Caltrans, the total fee is expected to be between $210,000 and $2457000. The actual fee will be negotiated after completion of Phase I. 5AC/P2U/075.51 10 Freitas Parkway/US-101 Interchange Northbound Off -Ramp Intersection Improvements Pee Breakdown for Phase I Task Description Labor Expenses Task Cost Totals 1.1 -Traffic Data Collection $1,352 $1,600 $2,952 1.2 - Traffic Operations Analysis $5,152 130 5,282 1.3 - Improvement Definition $14,820 500 15,320 11.4 - Improvement Evaluation $9,484 300 9,784 11.5 - improvement Recommendations $9,628 500 10,128 11.6 - Phase I Schedule and Management $5,184 200 5,384 Totals $45,620 $3,230 $48,850