HomeMy WebLinkAboutPW Freitas Pkwy. Interchange Engineering ServicesCITY OF AGENDA ITEM NO: 7
SAN RAFAEL MEETING DATE: March 1, 1993
Department of Public Works
INIE OO OT TO NNYOO R OD UTY OOUNUL
SUBJECT: RESOLUTION ACCEPTING PROPOSAL FROM CH2M HILL FOR ENGINEERING
SERVIC OR FREITA PARKWAY INTERCHANGE IMPROVEMENTS
n R
SUBMITTED BY:^ 2Ldi(,(& APPROVED BY:
-Director of Pfibilic Works MM) City anger
FILE REF: 05.01.43
07.02.32
RECOMMENDATION:
I recommend the City Council adopt the Resolution accepting the proposal
for Phase I of the Engineering Services for Freitas Parkway Interchange
Improvements from C112M Hill in the amount of $48,850 and authorize the
Director of Public Works to execute the Agreement.
SUMMARY/BACKGROUND:
The Council previously authorized staff to conduct a consultant selection
process for engineering services for the Freitas Parkway Interchange
Improvement Project. Staff advertised for Request for Qualifications for the
engineering design for said project. Seven statements were received and
evaluated by the Consultant Selection Committee. The five most qualified
firms were invited to compete in the interview process. These were:
• Bissell & Karn
• CH2M Hill
• TAMS Consultants
• Wilsey & Ham
• Winzler & Kelly
The Selection Committee rated CH2M Hill as the most qualified firm.
Personnel interviews were highly competitive as each firm had outstanding
experience and staff in performing this type of work.
Staff has worked with CH2M Hill in developing a proposal to do the work.
At this time, the project is still in its preliminary stages which makes the
proposal somewhat open in scope. Furthermore, since this is not an
File No. _`�'3 �Sq X 11 -! o-' 9 -3 -q-0
Council Meeting 3,L/7 —3, 1
Disposition
ordinary intersection, its complexity makes it harder to estimate the
resources needed to complete the design. Staff has suggested that CH2M
Hill perform the work in two phases:
1) Initial Analysis and preliminary design.
2) Final Design, Plans, Specifications, and Estimates.
The first phase would develop two alternatives that would be evaluated by
staff and Caltrans to determine the most appropriate design solution. This
initial analysis would further define the work tasks required for the Final
Design. This will make the project more of a known commodity, thus
making its total cost easier to estimate.
After the initial analysis of the work has been completed, the second phase
of the project would then be redefined. At that time, staff would report back
to the Council and have a better idea of the costs involved for the complete
design of the project. The initial analysis has been proposed to be done for a
price not to exceed $48,850. The second phase is estimated to cost
between $120,000 - $140,000, provided that the plans are prepared in City
plan format and not in Caltrans format.
The second phase of work can double in cost as the requirements that
Caltrans establishes for this project can increase the workload
tremendously. Staff have previously experienced lengthy and time
consuming submittal/resubmittal processes with Caltrans that have occured
because of contradictory viewpoints from within their departments. Staff
and its consultant will work earnestly with Caltrans to ensure that the
project meets all of their requirements, yet still be reasonable in its
workload. The actual second phase cost will be negotiated at the conclusion
of Phase I work.
I recommend that the Council accept the Proposal and authorize 'the
Director of Public Works to execute an agreement with CH2M Hill to provide
engineering services for said project.
ENCLOSURES: (2)
1. Resolution.
2. Proposal.
K
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 CH2M 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.
1 CO I T --)y
-0-8 Y31,
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 �-NEM.EONC�Y�TI, City Clerk
2
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 of Agreeing Parties
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. TYme 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.
a 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.
0 R I ru, 'N" A L
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 Rights
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. Resoonsibility for Claims and Liabilitv.
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 Wage 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 hig/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:
JM. LEO INI
City lerk
APPROVED AS TO FORM:
GARY T. GGHIANTI
City Attorney
CONSULTANT:
Z kK.GjZCa"
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 "A"
Freitas Parkway/U. S.101 Interchange Improvements
City of San Rafael
Scope of Services for Concept Refinement,
Preliminary Engineering, and Final 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 HILL will provide engineering information
and coordinate with the City relative to potential environmental impacts.
Task I.1—Traffic Data 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 L 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—ImprovementDefanidon
Two alternative intersection improvements concepts will be prepared at 1"=20' and
1"=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 s
include detailed quantity estimates, but will only be based on major items of construction.
Task I.4—ImprovementEvaluation
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—ImprovementRecommendalions
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.
',,+../'74111340.15 2
Task I.6—Phasel 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 be 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 meetngs.
Phase H — Preliminary Engineering
The purpose of Phase H is to collect sufficient data and complete engineering studies and
design for 30 percent plans of the improvements.
Task IIJ —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 IL 2 — ProgressMeetings
CH2M 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. C112M HILL will agendas prior to the meetings,
arrange for appropriate participants to attend, and distribute meeting notes.
Task IL3—Monthly Progress Reports
CH2M 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.
bdp/240/340.15 3
Task H.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
HILL 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 H.5—Site Keld Review
C112M HILL will attend a site field review of the project with the project team prior to
beginning the preliminary design task.
Task II.6— Surveysand 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 maps. This work will include the following subtasks.
Task 111.6.1—Control Surveys. CH2M HILL 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 11.6.2—Property Surveys. CI12M HILL will obtain preliminary title reports; locate
property monuments within the project area; and identify and map existing property lines,
right-of-way, and easement lines.
Task 11.6.3—Right-of-Way Appraisal Map. CH2M HILL will provide right-of-way
appraisal maps and property descriptions. CH2M HILL 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
hdn; 40/340.15 4
of right-of-way and constriction 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 11.6.4—Property Descriptions. CH2M HILL will provide property descriptions for
new and surplus parcels.
Task 11.6.5—Record Right -of -Way Map. CH2M HILI. 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 HII.L 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 HILL will prepare record -of -survey maps
for right-of-way acquisition required for the project and will file them with the City
Engineer.
Task II.7—Materials Report
CH2M HILI. 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 11.7.1—Subsurface Exploration. CH2M 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 perform a field
and laboratory testing program on selected soil samples. Laboratory testing may include
sieve analyses, Atterberg limits, penetrometer, torvane, sand equivalent, pH/conductivity,
and R -value tests.
Task 11.7.3—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
hdp/240/340.15 5
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 11.8.1—Data Collection. CH2M HILL will review existing hydrologic and hydraulic
information available from the City, County, and Caltrans relating to the project.
Task H.8.2—Site Reconnaissance. CH2M M.L 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 Design 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 IL 9 — 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 Letter. 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 11.9.3—Utility Conflict Analysis. CH2M HILL will analyze the relocation
requirements for the project and identify responsibilities for relocation.
bdp/240/340.15 6
Task 11.9.4-30 Percent Utility Letter. CH2M HII.L will send the 30 Percent Utility
Plans and Utility Information Form, together with a City -approved letter notifying the
utility companies of conflicts between existing utility facilities and the proposed work, to
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 Relocations. 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 Utility 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 H.10 —Preliminary Geometrics
CH2M EII.L will update and revise the existing preliminary geometrics and prepare layout
drawings at a scale of 1"=50', drawn on a screened layer of the base maps. Profile
drawings will be developed at a scale of 1" =50' horizontal and 1"=5' vertical.
Task H.11— Typical Cross Sections
CH2M HILL 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 H.12—Retaining Wall Advanced Planning Study
If necessary, CMM HILL will prepare a Retaining Wall Advanced Planning 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 H.13—ProjectReport, Project Approval Report, and Design Exceptions
CH2M HII T" will prepare a Project Report and Project Approval Report. These reports
will be prepared and submitted for Caltrans approval if riequired. CH2M HILL 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.
Task 11.14—Landscaping Recommendations
k,4-040/340.15
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 be 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 final design criteria.
Task H.15—GeometricApproval Drawings
CH2M 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 V=50' horizontal, and 1"=5' vertical scale. A maximum of three
iterations are included in this scope.
Task IL 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 11.17-30 Percent Plans
CH2M FILL will 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 Y.:,r4.:, 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 PS&E
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 IMT Is
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. CH2M HELL will provide special provisions
for work included in the plans that are not described in the Caltrans guidelines.
bda/240/340.15 8
Task III.3 —Knal PS&E
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 AutdQADD 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 HILI. will process these
requirements and add technical specifications. The biding documents will be delivered in
hard copy and MacIntosh Word format.
Task III.4—B!MingAssistance
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.
0
r
Freitas Parkway/U. S.101 Interchange Improvements,
City of San Rafael
Fee for Concept Refinement,
Preliminary Engineering, and Final Design
Phase I—Traffic Studies and Concept Refinement
The total fee for Phase I shall be salary cost at a multiplier of 2.20 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.
The total fee for Phase II and Phase III is expected to be between $120,000 and $140,000
if Ca1_rrans does not impose significant approval requirements. If the final project concept
requires the full Caltrans approval process and transfer GA .-Light-of-way between the City
and Caltrans, the total fee is expected to be between $210,000 and $245,000. The actual
fee will be negotiated after completion of Phase I.
in
Freitas Parkway/US-101 Interchange
Northbound Off -Ramp Intersection Improvements
Fee Breakdown for Phase I
Task Description
Phase I - Traffic Studies :and Concept Refinement`
1.1 - Traffic Data Collection
1.2 - Traffic Operations Analysis
1.3 - Improvement Definition
1.4 - Improvement Evaluation
1.5 - Improvement Recommendations
1.6 - Phase I Schedule and Management
Totals
Labor I
Expenses
Task
Cost
Totals
$1,352
$1,600
$2,952
$5,152
130
5,282
$14,820
500
15,320
$9,484
300
9,784
$9,628
500
10,128
$5,184
200
5,384
$45,620
$3,230
$48,850
EXHIBIT "B"
CERTIFICATION OF CONSULTANT
I HEREBY CERTIFY that I am the Civil Engineering Division Manager and
duly authorized representative of the firm of CH2M Hili California, Inc., whose address
is 3841 Rosin Court, Sacramento, CA 95834 and that, except as hereby expressly
stated, neither I nor the above firm that I represent have:
(a) employed or retained for a commission, percentage, brokerage,
contingent fee, or other consideration, any firm or person (other than a
bona fide employee working solely for me or the above consultant) to
solicit or secure this Agreement; nor
(b) agreed, as an express or implied condition for obtaining this contract, to
employ or retain the services of any firm or person in connection with
carrying out the Agreement; nor
(c) paid, or agreed to pay, to any firm, organization or person (other than a
bona fide employee working solely for me or the above consultant) any
fee, contribution, donation, or consideration of any kind for, or in
connection with, procuring or carrying out the Agreement.
I acknowledge that this Certification is to be furnished to the California Department of
Transportation (Caltrans) in connection with this Agreement involving participation of
Federal -aid Highway funds, and is subject to applicable State and Federal laws, both
criminal and civil.
Da fe Thomas K. gland
EXHIBIT "C"
CERTIFICATION OF LOCAL AGENCY
I HEREBY CERTIFY that I am the Director of Public Works of the Local
Agency of the City of San Rafael, and that the consulting firm of CH2M Hill California,
Inc., or its representative has not been required (except as herein expressly stated),
directly or indirectly, as an express or implied condition in connection with obtaining
or carrying out this Agreement to:
(a) employ, retain, agree to employ or retain, any firm or person; or
(b ) pay or agree to pay, to any firm, person or organization, any fee,
contribution, donation, or consideration of any kind.
I acknowledge that this Certification is to be furnished to the California Department of
Transportation (Caltrans) in connection with this Agreement involving participation of
Federal -aid Highway funds, and is subject to applicable State and Federal laws, both
criminal and civil.
1-�� -0, / Y �3
(Date) I
(Signature)
ROUTING SLIP FOR APPROVAL OF CONTRACT/AGREED.IENTS/ORDINANCES/RESOLUTIONS
INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OF ORIGINAL CONTRACT/
AGREEMENT/ORDINANCE/RF:Sn TITION BEFORE APPROVAL BY
COUNCIL/AGENCY
FROM:
Date: 2/23/93
Originating Department: DPW
TITLE OF DOCUMENT:
x90MA/SRCC AGENDA ITE14 NO. 7
( March 1, 1993 _)
DATE OF pIEETING
RESOLUTION ACCEPING PROPOSAL FROM CH2M HILL FOR
ENGINEERING SERVICES FnR FREITAS PARKWAY INTERCHANGE
IMPROVEMENTS
1 -- F5 2 41993
Departm Kvyead (Signature,
OITY ATTORNEY
OITY OF SAN RAFAEV
(LOWER HALF OF FORM FOR APPROVALS ONLY)
REVIEWED BY CITY MANAGER/EXECUTIVE TO:
DIRECT R APPRO S T FORDO:
APPRO`'FD AS COUNCIL,/AGENCY AGENDA ITEM (�
City Att ne igna(ure)
NOT APPROVED
REMARKS:
_1 cc: Finance
Direc�or: Attached is one copy of document.
Please review For financial impact.
til White- - - -
- - -City Clerk's Office with Original Document
FI Green- - - -
- - -City Manager's Office
m� Canary - - -
- - -Originating Department
Pink - - - -
- - -Finance Director
n� Gcldenrod- -
�I
- - -Preliminary Cite Copy-Or-iginating Depaitmont
1: U -ICA