HomeMy WebLinkAboutDokken Engineering - 2004 Agreement
D'5L
I
AGREEMENT FOR SERVICES
ThiSAGREEMENTmadethis~daYOf Av,uf..J... ~oo4 between:
CITY:
City of Gilroy, having a principal place of business at
7351 Rosanna Street, Gilroy, California
and CONSULTANT: Dokken Engineering, having a principal place of business at
11171 Sun Center Drive, Suite 250, Rancho Cordova, CA 95670
ARTICLE 1. TERM OF AGREEMENT
This ~e7ent will become effective on l / / J, /6 4- and will continne in effect
through J If:, fJ' unless terminated in accordance with the provisions of Article 7 of
this Agreement. '
ARTICLE 2. INDEPENDENT CONTRACTOR STATUS
It is the express intention of the parties that CONSULT ANT is an independent contractor
and not an employee, agent, joint venturer or partner of CITY. Nothing in this Agreement shall
be interpreted or construed as creating or establishing the relationship of employer and employee
between CITY and CONSULTANT or any employee or agent of CONSULTANT. Both parties
acknowledge that CONSULTANT is not an employee for state or federal tax purposes.
CONSULT ANT shall not be entitled to any ofthe rights or benefits afforded to CITY'S
employees, including, without limitation, disability or unemployment insurance, workers'
compensation, medical insurance, sick leave, retirement benefits or any other employment
benefits. CONSULTANT shall retain the right to perform services for others during the term of
this Agreement.
ARTICLE 3. SERVICES TO BE PERFORMED BY CONSULTANT
Specific Services
CONSULTANT agrees to perform the services as outlined in Exhibit "A" ("Specific
Provisions") and Exhibit "B" ("Scope of Services"), within the time periods described in Exhibit
"c" ("Payment Schedule") and Exhibit "D" ("Milestone Schedule").
CITY and CONSULT ANT recognize that many of the engineering, surveying, analysis,
reporting, "potholing" and other tasks and services specified in said Exhibits are contemplated to
be performed by third party individuals and firms ("Subconsultant"). Notwithstanding anything
else in this Agreement to the contrary:
. CONSULT ANT shall remain obligated for the performance of services under this
Agreement as specified in said Exhibits, regardless of whether the services are to be performed
directly by Consultant or by a Subconsultant.
INVHI627203.3
01-070804-04706091
-1-
. CONSULTANT shall contract directly with Subconsultants to perform services
required under this Agreement and CITY shall have no contractual or other relationship with
Subconsultants. CONSULTANT shall include in its contract with each Subconsultant a
provision stating that the Subconsultant has no contractual relationship with the CITY, together
will all other provisions required under this Agreement.
. CONSULTANT shall pay each Subconsultant all sums due for all tasks and
services described herein performed by said Subconsultant, and CITY shall have no liability to
pay any Subconsultant. Upon request of CITY, CONSULTANT shall furnish to CITY evidence
in a form acceptable to CITY of each Subconsultant's release of any and all rights the
Sub consultant may have against the CITY, under Cal. Civil Code ~ 3179 et seq. or any other
provision of law, arising out of the Subconsultant's claim for compensation for services rendered
or tasks performed that are covered under this Agreement.
Method of Performing Services
CONSULT ANT shall determine the method, details and means of performing the above-
described services. CITY shall have no right to, and shall not, control the manner or determine
the method of accomplishing CONSULTANT'S services.
Employment of Assistants
In addition to employing Subconsultants as specified in the Agreement and Exhibits
hereto, CONSULTANT may, at the CONSULTANT'S own expense, employ such assistants as
CONSULTANT deems necessary to perform the services required of CONSULT ANT by this
Agreement, subject to the prohibition against assignment and subcontraGting contained in Article
5 below. CITY may not control, direct, or supervise CONSULTANT'S Subconsultants or its
assistants in the performance of those services. CONSULTANT assumes full and sole
responsibility for the payment of all compensation and expenses of these Subconsultants and
assistants and for all state and federal income tax, unemployment insurance, Social Security,
disability insurance and other applicable withholding.
Place of Work
CONSULTANT shall perform the services required by this Agreement at any place or
location and at such times as CONSULT ANT shall determine is necessary to properly and timely
perform CONSULTANT'S services.
ARTICLE 4. COMPENSATION
In consideration for the services to be performed by CONSULTANT, CITY agrees to pay
CONSULTANT as provided for in Exhibit "C," "Payment Schedule". CONSULTANT shall
perform this Agreement under a time and materials basis, with a firm fixed hourly rate not to
exceed tl1e d911ar amount per task,. as. set forth on pages 5 and 6 of Exhibit ."C." The rates will be
fixed for the duration of the Agreement. The CITY contracts with the CONSULTANT to have
the project designed on a task order basis.
INVHI627203.3
01-070804-04706091
-2-
Invoices
The final, negotiated scope of services and cost estimate by task is attached to this
Agreement in Exhibits "B" and "C," and payment for services will be made on the basis of the
information contained therein. Invoices must be consistent with the contract in order to ensure
that payment for services rendered is made ina timely, efficient manner. Payments shall be
based on invoices submitted for each project task and subtask. CONSULTANT is required to
submit brief monthly progress reports.
Payment
Payment shall be due within thirty (30) days after receipt of invoice describing the work
performed and approved direct expenses as provided for in Exhibit "A" IV incurred during the
preceding period. If CITY objects to all or any portion of any invoice, CITY shall notify
CONSULTANT of the objection within thirty (30) days from receipt of the invoice, give reasons
for the objection, and pay that portion of the invoice not in dispute. It shall not constitute a
default or breach ofthis Agreement for CITY not to pay any invoiced amounts to which it has
objected until the objection has been resolved by mutual agreement of the parties.
Expenses
CONSULT ANT shall be responsible for all costs and expenses incident to the
performance of services for CITY, including but not limited to, all costs of equipment used or
provided by CONSULTANT or Subconsultants, all fees, fines, licenses, bonds or taxes required
of or imposed against CONSULTANT or Sub consultants and all other of CONSULTANT'S
costs of doing business. CITY shall not be responsible for any expenses incurred by
CONSULTANT in performing services for CITY, except for those expenses constituting "direct
expenses" referenced on Exhibit "A."
ARTICLE 5. OBLIGATIONS OF CONSULTANT
Tools and Instrumentalities
CONSULT ANT shall supply all tools and instrumentalities required to perform the
services under this Agreement at its sole cost and expense. CONSULT ANT is not required to
purchase or rent any tools, equipment or services from CITY.
Workers' Compensation
CONSULT ANT agrees to provide workers' compensation insurance for
CONSULTANT'S employees and agents and agrees to hold harmless, defend with counsel
acceptable to CITY and indemnify CITY, its officers, representatives, agents and employees from
and against any and all claims, suits, damages, costs, fees, demands, causes of action, losses,
INVH1627203.3
01-070804-04706091
-3-
liabilities and expenses, including without limitation attorneys' fees, arising out of any injury,
disability, or death of any of CONSULTANT'S employees.
CONSULTANT agrees to require, in written agreements with all Subconsultants, that
each Subconsultant provide workers' compensation insurance for Subconsultant's employees and
agents and that each Subconsultant agree to hold harmless, defend with counsel acceptable to
CITY and indemnify CITY, its officers, representatives, agents and employees from and against
any and all claims, suits, damages, costs, fees, demands, causes of action, losses, liabilities and
expenses, including without limitation attorneys' fees, arising out of any injury, disability, or
death of any of Subconsultant' s employees.
Indemnification of Liability, Duty to Defend
A. As Respects Professional Liability:
To the fullest extent permitted by law, CONSULTANT shall defend through counsel
approved by CITY (which approval shall not be unreasonably withheld), indemnify and hold
harmless CITY, its officers, representatives, agents and employees against any and all suits,
damages, costs, fees, claims, demands, causes of action, losses, liabilities and reasonable
expenses, including without limitation attorneys' fees, to the extent arising or resulting directly or
indirectly from any willful or negligent acts, errors or omissions of CONSULTANT or
CONSULTANT'S Subconsultants, assistants, employees or agents, including all claims relating
to the injury or death of any person or damage to any property.
B. As Respects Other Liability:
To the fullest extent permitted by law, CONSULTANT shall defend through counsel
approved by CITY (which approval shall not be unreasonably withheld), indemnify'and hold
harmless CITY, its officers, representatives, agents and employees against any and all suits,
damages, costs, fees, claims, demands, causes of action, losses, liabilities and expenses,
including without limitation attorneys' fees, to the extent arising or resulting directly or indirectly
from any act or omission of CONSULTANT or CONSULTANT'S Subconsultants, assistants,
employees or agents, including all claims relating to the injury or death of any person or damage
to any property.
Insurance
In addition to any other obligations under this Agreement, CONSULTANT shall, at no
cost to CITY, obtain and maintain throughout the term ofthis Agreement: (a) Comprehensive
Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum
combined single limit coverage of $1,000,000 per occurrence for all damages due to bodily
injury, sickness or disease, or death to any person, and damage to property, including the loss of
use thereof; and (b) Professional Liability Insurance (Errors & Omissions) with a minimum
coverage of $1,000,000 per occurrence and aggregate. As a condition precedent to CITY'S
obligations under this Agreement, CONSULT ANT shall furnish evidence of such coverage
INVHI627203.3
01-070804-04706091
-4-
(naming CITY, its officers and employees as additional insureds on the Comprehensive Liability
insurance policy referred to in (a) immediately above) and requiring thirty (30) days written
notice of policy lapse or cancellation, or of a material change in policy terms.
CONSULTANT shall require, in written agreements with all Subconsultants, that each
Subconsultant, at no cost to CITY, obtain and maintain throughout the term of this Agreement:
(a) Comprehensive Liability Insurance, including coverage for owned and non-owned
automobiles, with a minimum combined single limit coverage of $1,000,000 per occurrence for
all damages due to bodily injury, sickness or disease, or death to any person, and damage to
property, including the loss of use thereof; and (b) Professional Liability Insurance (Errors &
Omissions) with a minimum coverage of $1,000,000 per occurrence and aggregate. As a
condition precedent to CITY'S obligations under this Agreement, CONSULTANT shall furnish
evidence of such coverage (naming CITY, its officers and employees as additional insureds on
the Comprehensive Liability insurance policy referred to in (a) immediately above) and requiring
thirty (30) days written notice of policy lapse or cancellation, or of a material change in policy
terms.
Assignment
Notwithstanding any other provision of this Agreement, neither this Agreement nor any
duties or obligations of CONSULT ANT under this Agreement may be assigned or subcontracted
by CONSULT ANT without the prior written consent of CITY, which CITY may withhold in its
sole and absolute discretion.
State and Federal Taxes
As CONSULTANT is not CITY'S employee, CONSULTANT shall be responsible for
paying all required state and federal taxes. Without limiting the foregoing, CONSULTANT
acknowledges and agrees that:
*CITY will not withhold FICA (Social Security) from CONSULTANT'S payments;
*CITY will not make state or federal unemployment insurance contributions on
CONSULTANT'S behalf;
*CITY will not withhold state or federal income tax from payment to CONSULT ANT;
*CITY will not make disability insurance contributions on behalf of CONSULTANT;
*CITY will not obtain workers' compensation insurance on behalf of CONSULT ANT.
ARTICLE 6. OBLIGATIONS OF CITY
Cooperation of City
CITY agrees to respond to all reasonable requests of CONSULT ANT and provide access,
at reasonable times following receipt by CITY of reasonable notice, to all documents reasonably
necessary to the performance of CONSULT ANT'S duties under this Agreement.
INVH1627203.3
01-070804-04706091
-5-
Assignment
CITY may assign this Agreement or any duties or obligations thereunder to a successor
governmental entity without the consent of CONSULT ANT. Such assignment shall not release
CONSULTANT from any of CONSULTANT'S duties or obligations under this Agreement.
ARTICLE 7. TERMINATION OF AGREEMENT
Termination on Occurrence of Stated Events
This Agreement shall terminate automatically on the occurrence of any of the following
events:
1. Bankruptcy or insolvency of either party;
2. Sale of the business of either party;
3. Death of either party.
Termination by City for Default of Consultant
Should CONSULT ANT default in the performance of this Agreement or materially
breach any of its provisions, CITY, at CITY'S option, may terminate this Agreement by giving
written notification to CONSULTANT. For the purposes of this section, material breach of this
Agreement shall include, but not be limited to the following:
1. CONSULTANT'S failure to professionally and/or timely perform
anv of the services .contemplated by this Agreement. whether such services are
contemplated hereunder to be performed directly by CONSULTANT or by a
Subconsultant.
2. CONSULTANT'S breach of any of its representations. warranties
or covenants contained in this Agreement.
CONSULT ANT shall be entitled to payment only for work satisfactorily completed
through the date of the termination notice, as reasonably determined by CITY, provided that such
payment shall not exceed the amounts set forth in this Agreement for the tasks described on
Exhibit C" which have been fully, competently and timely rendered by CONSULTANT.
Termination for Failure to Make Agreed-Upon Payments
Should CITY fail to pay CONSULT ANT all or any part of the compensation set forth in
Article 4 of this Agreement on the date due, then if and only if such nonpayment constitutes a
default under this Agreement, CONSULT ANT, at the CONSULT ANT'S option, may terminate
this Agreement if such default is not remedied by CITY within thirty (30) days after demand for
such payment is given by CONSULTANT to CITY.
INVH1627203.3
01-070804-04706091
-6-
Transition After Termination
Upon termination, CONSULT ANT shall immediately stop work, unless cessation could
potentially cause any damage or harm to person or property, in which case CONSULTANT shall
cease such work as soon as it is safe to do so. CONSULT ANT shall incur no further expenses in
connection with this Agreement. CONSULTANT shall promptly deliver to CITY all work done
toward completion of its services, and shall act in such a manner as to facilitate any new
CONSULTANT'S assumption of duties.
ARTICLE 8. GENERAL PROVISIONS
Amendment & Modification
No amendments, modifications, alterations or changes to the terms of this Agreement
shall be effective unless and until made in a writing signed by both parties hereto.
Americans With Disabilities Act of 1990
Throughout the term of this Agreement, the CONSULTANT shall exercise due
professional care to comply fully with all applicable provisions of the Americans With
Disabilities Act of 1990 ("the Act") in its current form and as it may be amended from time to
time. CONSULT ANT shall also obtain a stateme!1t from Subconsultants as part of their
agreements to perform work under this Agreement, subject to the prohibition against assignment
and subcontracting contained in Article 5 above. The CONSULTANT shall defend with counsel
acceptable to CITY, indemnify and hold harmless the CITY OF GILROY, its officers,
employees, agents and representatives from and against all suits, claims, demands, damages,
costs, causes of action, losses, liabilities, expenses and fees, including without limitation
attorneys' fees, that may arise out of any violations of the Act by the CONSULT ANT, its
Subconsultants, subcontractors, or the officers, employees, agents or representatives of either.
Attorneys' Fees
If any action at law or in equity, including an action for declaratory relief, is brought to
enforce or interpret the provisions of this Agreement, the prevailing party will be entitled to
reasonable attorneys' fees, which may be set by the court in the same action or in a separate
action brought for that purpose, in addition to any other relief to which that party may be entitled.
Captions
The captions and headings of the various sections, paragraphs and subparagraphs of the
Agreement are for convenience only and shall not be considered nor referred to for resolving
questions of interpretation.
Compliance With Laws
INVHI627203.3
01-070804-04706091
-7-
The CONSULTANT shall keep itself informed of all State and National laws and all
municipal ordinances and regulations of the CITY which in any manner affect those engaged or
employed in the work, or the materials used in the work, or which in any way affect the conduct
of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or
authority over the same. Without limiting the foregoing, CONSULT ANT agrees that
CONSULT ANT and each Subconsultant will observe the provisions of the Municipal Code of
the City of Gilroy, obligating every contractor or subcontractor under a contract or subcontract to
the City of Gilroy for public works or for goods or services to refrain from discriminatory
employment or subcontracting practices on the basis of the race, color, sex, religious creed,
national origin, ancestry of any employee, applicant for employment, or any potential
subcontractor.
Conflict of Interest
CONSULTANT certifies that to the best of its knowledge, no CITY employee or office of
any public agency interested in this Agreement has any pecuniary interest in the business of
CONSULTANT or any Subconsultant and that no person associated with CONSULTANT has
any interest that would constitute a conflict of interest in any manner or degree as to the
execution or performance of this Agreement.
Entire Agreement
This Agreement supersedes any and all prior agreements, whether oral or written,
between the parties hereto with respect to the rendering of services by CONSULT ANT for CITY
and contains all the covenants and agreements between the parties with respect to the rendering
of such services in any manner whatsoever. Each party to this Agreement acknowledges that no
representations, inducements, promises or agreements, orally or otherwise, have been made by
any party, or anyone acting on behalf of any party, which are not embodied herein, and that no
other agreement, statement or promise not contained in this Agreement shall be valid or binding.
No other agreements or conversation with any officer, agent or employee of CITY prior
to execution of this Agreement shall affect or modify any of the terms or obligations contained in
any documents comprising this Agreement. Such other agreements or conversations shall be
considered as unofficial information and in no way binding upon CITY.
Governing Law
This Agreement will be governed by and construed in accordance with the laws of the
State of California.
Notices
Any notice to be given hereunder by either party to the other may be effected either by
personal delivery in writing or by mail, registered or certified, postage prepaid with return receipt
INVHI627203.3
01-070804-04706091
-8-
requested. Mailed notices shall be addressed to the parties at the addresses appearing in Exhibit
"A", Section V.I. Notices, but each party may change the address by written notice in accordance
with this paragraph. Notices delivered personally will be deemed delivered as of actual receipt;
mailed notices will be deemed delivered as of three (3) days after mailing.
Partial Invalidity
If any provision in this Agreement is held by a court of competent jurisdiction to be
invalid, void or unenforceable, the remaining provisions will nevertheless continue in full force
without being impaired or invalidated in any way.
Time of the Essence
All dates and times referred to in this Agreement are of the essence.
Waiver
CONSULTANT agrees that waiver by CITY of anyone or more of the conditions of
performance under this Agreement shall not be construed as waiver(s) of any other condition of
performance under this Agreement.
Executed at Gilroy, California, on the date and year first above written.
CONSULTANT:
CITY:
CITY OF GILROY
By:
DOKKEN ENGINEERING
'lffL-tt A-:~
Matthew N. Griggs, PE
By: ~ p. IP--r-
Jay Baksa, City Administrator
Taxpayer Identification Number 6~oo 'lq~6l..\
Approved as to Form
ATTEST:
~~} City Attorney
)~
~\_I~~V{I
City Clerk
J?~~,-'
INVH1627203.3
01-070804-04706091
-9-
EXHIBIT" A"
SPECIFIC PROVISIONS
I. PROJECT MANAGER
CONSULT ANT shall provide the services indicated on the attached Exhibit "B" - Scope
of Services. (All exhibits referenced are incorporated herein by reference.) To accomplish that
end, CONSULTANT agrees to assign Matthew N. Griggs of Dokken Engineering, who will act
in the capacity of Project Manager, and who will personally direct such services, and Sohrab
Rashid, ofFehr & Peers, as the Traffic Analysis and Calming Project Manager.
Except as may be specified elsewhere in this Agreement, CONSULT ANT shall furnish
all technical and professional services including labor, material, equipment, transportation,
supervision and expertise to perform all operations necessary and required to satisfactorily
complete the services required herein.
II. NOTICE TO PROCEED/COMPLETION OF SERVICE
A. NOTICE TO PROCEED
CONSULTANT shall commence services upon delivery to CONSULTANT of written
Notice to Proceed. Notice shall be deemed to have been delivered as provided in the Section in
Article 8 entitled "Notices." Notices to Proceed shall be given on a Task and Subtask basis.
B. COMPLETION OF SERVICES
When CITY determines that CONSULT ANT has satisfactorily completed all of the
services defined under this Agreement, CITY shall give CONSULTANT written Notice of Final
Acceptance, and CONSULTANT shall not incur any further costs hereunder. CONSULTANT
may request this determination of completion when, in its opinion, it has satisfactorily completed
all of the services under this Agreement, and if so requested, CITY shall make this determination
within two (2) weeks of such request, or if CITY determines that CONSULT ANT has not
satisfactorily completed all of such services, CITY shall so inform CONSULT ANT within this
two (2) week period.
III. PROGRESS SCHEDULE
The Progress Schedule will be as set forth in the attached Exhibit "D" entitled "Milestone
Schedule."
IV. PAYMENT OF FEES AND DIRECT EXPENSES
Payments shall be made to CONSULTANT as provided for in Article 4 "Payment" and
based on Exhibit C, "Payment Schedule."
Exhibit "A", Specific Provisions, Page 1 of 5
Payments will be made on a time and material basis by Task and Subtask, , with a firm
fixed hourly rate and a "not-to-exceed" amount. The rates will be fixed for the duration of the
Agreement.
Direct expenses are charges and fees not included in Exhibit C, "Payment Schedule."
CITY shall be obligated to pay only for those direct expenses which have been previously
approved in writing by CITY. CONSULTANT shall obtain written approval from CITY prior to
incurring or billing of direct expenses.
Copies of pertinent financial records, including invoices, will be included with the
submission ofbilling(s) for all direct expenses.
V. OTHER PROVISIONS
A. CONSULTANT'S SERVICES TO BE APPROVED BY A
REGISTERED PROFESSIONAL ENGINEER
All reports, costs estimates, plans and other documents which may be submitted or
furnished by CONSULT ANT or any Subconsultant shall be approved and signed by a qualified
registered professional engineer in the State of California.
The title sheet for specifications and reports, and each sheet of plans, shall bear the
professional seal, certificate number, registration classification, expiration date of certificate and
signature of the professional engineer responsible for their preparation.
B. STANDARD OF WORKMANSHIP
CONSULTANT represents and warrants that CONSULTANT, and any Subconsultant
performing services described hereunder, has the qualifications, skills and licenses necessary to
perform the services, and its duties and obligations, expressed and implied, contained herein, and
CITY expressly relies upon CONSULTANT'S representations and warranties regarding its and
its Subconsultants' skills, qualifications and licenses. CONSULTANT and each Subconsultant
shall perform such services and duties in conformance to and consistent with the standards
generally recognized as being employed by professionals in the same discipline in the State of
California.
The plans, designs, specifications, estimates, calculations, reports and other documents
furnished under this Agreement shall be of a quality acceptable to CITY. The minimum criteria
for acceptance shall be a product of neat appearance, well-organized, technically and
grammatically correct, checked and having the maker and checker identified. The minimum
standard of appearance, organization and content of the drawings shall be that used by CITY for
similar purposes.
C. RESPONSffiILITY OF CONSULTANT
Exhibit "A", Specific Provisions, Page 2 of 5
CONSULT ANT shall be responsible for the professional quality, technical accuracy, and
the coordination ofthe services furnished by it or its Subconsultant under this Agreement. The
CITY'S review, acceptance or payment for any of the services required under this Agreement
shall not be construed to operate as a waiver of any rights under this Agreement or of any cause
of action arising out of the performance of this Agreement, and CONSULT ANT shall be and
remain liable to CITY in accordance with applicable law for all damages to CITY caused by
CONSULT ANT'S negligent performance of any of the services furnished under this Agreement.
D. RIGHT OF CITY TO INSPECT RECORDS OF CONSULTANT
CITY, through its authorized employees, representatives or agents, shall have the right, at
any and all reasonable times, to audit the books and records (including, but not limited to,
invoices, vouchers, canceled checks, time cards, etc.) of CONSULTANT and all Subconsultants
for the purpose of verifying any and all charges made by CONSULTANT in connection with this
Agreement. CONSULTANT shall maintain for a minimum period of three (3) years (from the
date of final payment to CONSULTANT), or for any longer period required by law, sufficient
books and records in accordance with standard California accounting practices to establish the
correctness of all charges submitted to CITY by CONSULT ANT, all of which shall be made
available to CITY at the CITY's offices within five (5) business days after CITY's request.
CONSULTANT agrees to require, in a written agreement with each Subconsultant, that CITY
may audit the books and records of the Subconsultant as provided in this paragraph.
E. CONFIDENTIALITY OF MATERIAL
All ideas, memoranda, specifications, plans, manufacturing procedures, data (including,
but not limited to, computer data and source code), drawings, descriptions, documents,
discussions or other information developed or received by or for CONSULT ANT and all other
written and oral information developed or received by or for CONSULTANT and all other
written and oral information submitted to CONSULT ANT in connection with the performance of
this Agreement shall be held confidential by CONSULT ANT and shall not, without the prior
written consent of CITY, be used for any purposes other than the performance of the PROJECT
services, nor be disclosed to an entity not connected with the performance of the PROJECT
services. Nothing furnished to CONSULT ANT which is otherwise known to CONSULTANT or
is or becomes generally known to the related industry (other than that which becomes generally
known as the result of CONSULTANT'S disclosure thereof) shall be deemed confidential.
CONSULT ANT shall not use CITY'S name or insignia, or distribute publicity pertaining to the
services rendered under this Agreement in any magazine, trade paper, newspaper or other
medium without the express written consent of CITY. CONSULTANT agrees to require, in a
written agreement with each Subconsultant, that the information developed or received by
Subconsultant shall be held confidential by Subconsultant and shall not, without the prior written
consent of CITY, be used for any purposes other than the performance of the PROJECT.
F. NO PLEDGING OF CITY'S CREDIT.
Exhibit "A", Specific Provisions, Page 3 of 5
Under no circumstances shall CONSULT ANT have the authority or power to pledge the
credit of CITY or incur any obligation in the name of CITY.
G. OWNERSHIP OF MATERIAL.
All material including, but not limited to, computer information, data and source code,
sketches, tracings, drawings, plans, diagrams, quantities, estimates, specifications, proposals,
tests, maps, calculations, photographs, reports and other material developed, collected, prepared
(or caused to be prepared) under this Agreement shall be the property of CITY, but
CONSULTANT may retain and use copies thereof subject to Paragraph E immediately above.
CITY shall not be limited in any way in its use of said material at any time for any work,
whether or not associated with PROJECT. However, CONSULTANT shall not be responsible
for damages resulting from the use of said material for work other than PROJECT, including, but
not limited to, the release of this material to third parties for work other than on PROJECT.
H. NO THIRD PARTY BENEFICIARY.
This Agreement shall not be construed or deemed to be an agreement for the benefit of
any third party or parties, and no third party or parties shall have any claim or right of action
hereunder for any cause whatsoever.
1. NOTICES.
Notices are to be sent as follows:
CITY:
Don Dey, City Traffic Engineer
City of Gilroy
7351 Rosanna Street
Gilroy, CA 95020
CONSULT ANT:
Matthew N. Griggs, PE
Dokken Engineering
11171 Sun Center Drive, Suite 250
Rancho Cordova, CA 95670
J. FEDERAL FUNDING REQUIREMENTS.
1. DBE Program
CONSULTANT and each Subconsultant shall comply with the requirements of Title 49,
Part 26, Code of Federal Regulations (49 CFR 26) and the City-adopted Disadvantaged Business
Enterprise programs.
2. Cost Principles
Exhibit "A", Specific Provisions, Page 4 of 5
Federal Acquisition Regulations in Title 48, CFR 31, shall be used to determine the
allowable cost for individual items.
3. Covenant Against Contingent Fees
The CONSULT ANT warrants that he/she has not employed or retained any company or
person, other than a bona fide employee working for the CONSULT ANT, 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 or formation of this Agreement. For
breach or violation of this warranty, the Local Agency 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.
Exhibit "A", Specific Provisions, Page 5 of 5
EXHIBIT "B"
SCOPE OF SERVICES
A. Scope of Work
* Indicates task applies to Camino Arroyo Project Only. The schedule for this Scope can be
found in the Appendix.
1. Project Management
This continuous activity commences with the receipt of the Notice to Proceed and continues
through submittal of the final project deliverables. Key elements of our project management
program include regular progress reports, work progress direction and monitoring, coordination,
and communications.
1.1 Proiect Management - Dokken Engineering's Project Manager will monitor and direct
work activities on this project in accordance with the contracted work scope, schedule, and
budget. Regular communications will be facilitated through the Project Manager. Dokken
Engineering staff and other team members will be available to meet with the City or other
agency personnel to discuss technical or administrative issues to keep the project on track.
Progress Reports will be prepared by Dokken Engineering and submitted monthly to the City.
These reports will include progress and budget status by task, including the progress of
Subconsultants. They will also include a discussion of issues requiring actions or decisions
that may impact project deliverables. Schedule and Action Item lists will be updated as
appropriate. The Project Manager will provide weekly emails to keep the City abreast of
project progress at all times.
1.2 Kick-Off and PDT Meetings - The kick-off meeting should include representatives from,
but not be limited to, City Planning and Engineering, Dokken Engineering, and
Subconsultants. The primary objective is to establish project protocol, inform the project
development team of the proposed project schedule, and identify critical environmental and
technical issues.
Regular Project Delivery Team (PDT) meetings will be held to review the work in progress.
Dokken Engineering anticipates 18 project team meetings. Occasionally, these meetings may
consist of only the Dokken and City of Gilroy project managers. The purpose of the PDT
meetings is to ensure understanding of objectives, discuss the work schedule and resolve
issues. The meeting agenda will be coordinated with the City representative prior to the
meeting. Dokken Engineering will be responsible for meeting minutes and action items.
1.3 Other Meetings - Three meetings will be held with the Santa Clara Valley Water District
to coordinate channel access, future bicycle path alignments, construction easements, bridge
embankment requirements and bridge pier construction. In addition, the Dokken Engineering
Project Manager will attend two City Council Meetings for project presentations.
1.4 Quality Control - The Project Manager recognizes that Dokken Engineering is
responsible, as prime consultant, for the quality of the project deliverables, whether they are
prepared by Dokken Engineering staff or by another firm on the project team. F or that
reason, the Project Manager will prepare a Quality Control Plan that will be adopted by all
Exhibit "B", Scope of Services, Page 1 of 13
parties on the Dokken Engineering team. All work will be done in accordance with The City
of Gilroy, and Caltrans standards.
2. Preliminary Engineering
2.1 Surveying and Mapping
2.1.1 Topographic Surveys - Espinosa Surveying will provide topographic mapping,
cross-sections, profiles, furnish control points, research and develop right of way data,
and develop base maps.
Surveying and Mapping includes mapping the bridge sites, their approaches, and 1800
feet of Sixth Street and Gilman Road. The total length of mapping is expected to be
approximately 2800 feet. Existing overhead and underground utilities as well as trees will
be mapped.
The width of the mapping will be approximately 200 feet centered about the existing
centerline. The mapping will be done at a scale of 1 "=20' with one foot contours and
spot elevations at critical transition points. The deliverables will be a hardcopy map,
sealed and signed by a registered civil engineer or licensed land surveyor, and an
electronic file. The topographic mapping will be prepared in english units.
2.1.2 Survey Control Network - Espinosa will provide a Primary Horizontal Control
Network, throughout the project area, based upon existing (GPS) Global Positioning
Systems, Precision Geodetic Network, for the State of California. A secondary control
network for mapping will be set, based upon the Primary Control Network. Vertical
Control will be based on the North American Vertical Datum of 1929 (NGVD29) or
agreed upon with the city surveyor.
2.1.3 Primary Control - Espinosa will perform GPS surveys throughout the project
area. Two (2) points at each end of the bridge will be set. Each monument to be of
sufficient character to achieve the required accuracy and conform to city standards. The
final number of monuments may increase or decrease depending on research. Surveying
services rendered will conform to the "Geometric Geodetic Accuracy standards and
specifications for G.P.S. Positioning, Caltrans, State of California.
2.1.4 Miscellaneous Surveys - Miscellaneous surveys will consist digital topography,
cross-sections, survey ties to existing control points, property corners, street centerline
and right-of-way data.
Channel cross sections will be taken at locations determined by Questa. Data will be
provided in tabular format. Digitized data files will be three-dimensional and in a format
defined by Dokken Engineering.
Deliverables:
Electronic topographic files
Computer (paper) plot of topography
Channel cross sections in tabular format.
Exhibit "B", Scope of Services, Page 2 of 13
2.2 Utility Coordination - Dokken Engineering will provide utility coordination including
utility company contact and resolving conflicts. Dokken Engineering w ill distribute "A"
plans along with a Utility Request Letter approved by the City to utility agencies and
companies for identifying and marking locations of utilities. Plans will be marked as "A"
plans and transmittal will identify the project as a City project. Information provided by the
utilities w ill b e inc orporated int 0 t he project plans. Dokken Engineering will design the
bridge to carry new and relocated utilities (depending the size and type of utility), as well as
provide openings in the bridge for future utilities. Existing utilities will be shown on the base
mapping, cross sections, and profiles.
2.3 Geotechnical Investigation and Reports - Dokken will perform the required geotechnical
investigations and prepare a Geotechnical Report in accordance with Caltrans guidelines and
procedures.
2.3.1 Geotechnical Studies
Research and Data Collection: Dokken will review additional available geologic and soil
literature in the vicinity of the site including the as built drawings and existing LOTB.
Permits/USA Clearance: Dokken will comply with any special permit requirements by
SCVWD and will field locate the borings and call for USA clearance.
Field Exploration: Dokken will use the research data and any data from previous borings
in the project vicinity. For the proposed bridge Dokken will drill 6 borings up to 60 feet
deep. These explorations will provide an evaluation of subsurface conditions for the
proposed Structure. In addition, 5 borings will be drilled to 10' depth for the approach
roadways. .
Laboratory testing: Perform laboratory tests on representative soil samples such as
moisture density, unconfined compression, gradation analyses, corrosion tests, r value,
Expansion Index, and Plasticity Index test as necessary.
Soils Analysis/Evaluation: Perform engineering analyses and develop design
recommendations for the proposed foundations.
Prepare Draft Foundation Memo (for Type Selection Report): Prepare memorandum
providing recommendations for foundation type and seismic design parameters.
2.3.2 Geotechnical Design
Prepare Final Geotechnical Foundation Report: Dokken will prepare a detailed report
including design recommendations for foundation type and footing elevations lateral
design capacities, pile foundation recommendations or spread footings.
Dokken will discuss seismic considerations, evaluate the liquefaction potential and
comment on the site soil conditions from that standpoint. Information in accordance with
Seismic Design Criteria (SDC) v 1.2 guidelines will be included.
Dokken will prepare a Geotechnical Foundation report for both structures, and the
approaches. Using the General Plans as a base map, Dokken will provide boring logs in
accordance with Caltrans standards.
2.3.3 Gilman Overcrossing Embankment Study
Exhibit "B", Scope of Services, Page 3 of 13
Dokken Engineering plans the following work to determine the cause of settlement at the
Gilman Avenue Overcrossing approaches. An additional boring at each approach
location to a maximum depth of 50-feet for the recovery of relatively undisturbed and
disturbed soil samples as the holes are advanced for visual classification and later
laboratory testing.
Selected samples recovered will be sent to a laboratory for testing which will include
moisture/density (minimum of 6) Atterberg Limits (minimum of 4), and consolidation
testing (minimum of 4) for use in analyses in determining the cause of the settlement.
Once the results of the laboratory testing are received, a comprehensive analysis will be
performed to attempt to determine the cause of the continuing settlement of the
approaches. As this problem has been ongoing since the completion of the bridge
construction, the initial cause which will be investigated is the settlement is a
consolidation problem either by a deep deposit of soft unconsolidated materials or a layer
of organics which is compressing from both primary and secondary consolidation.
Once a cause is determined, methods of remediation will be evaluated based upon
effectiveness and cost and presented in a report format.
Deliverab les:
5 Copies - Draft Foundation Memo
5 Copies - Final Geotechnical Foundation Report
5 Copies - Remediation Report for Gilman Avenue OC
Electronic Copies of Reports and Written Communications
2.4 Hydrology/Hydraulic Analysis and Report - QUEST A will perform Hydrology/Hydraulic
Analysis and prepare reports.
2.4.1 Location Hydraulic Study - To assist the Project Team in project permitting,
development of a Habitat Mitigation and Monitoring Plan(if Required), environmental
analysis, confirmation of roadway profiles and bridge structure depths QUEST A will:
A local hydraulic design analysis will be completed, consistent with the requirements and
procedures of the City of Gilroy, the Santa Clara Valley Water District, and Caltrans.
The analysis will include construction of a backwater hydraulic model using the U.S.
Army Corp of Engineers hydraulic model HEC-RAS. An analysis of bridge scour will be
prepared using the FHW A bridge scour model, HEC-18.
The model will be used to size the bridge opening, evaluate potential construction and
post-construction impacts of the bridge structure on flooding and downstream channel
morphology and channel stability, and determine abutment and bank stabilization,
restoration and protection needs. Conceptual bank stabilization and abutment protection
solutions will be developed for use in project environmental evaluation and permitting
and to guide final design drawings. Exiting conditions and any final engineering design
alternatives will be evaluated in the geomorphic and hydraulic analysis.
Flows(Q's) for the hydraulic model will be obtained from the City of Gilroy and the
Schaff and Wheeler 2001 FMP, the Santa Clara Valley Water District, or FEMA. Any
Exhibit "B", Scope of Services, Page 4 of 13
existing available hydraulic studies and models of Ronan Creek will be used as a starting
point for the local hydraulic analysis and will be analyzed to provide further insight into
existing and potential bank erosion problems on Ronan Creek and potential channel
stabilization and restoration obligations and mitigation requirements of the project.
2.4.2 Bridge Design Hydraulic Report - QUEST A will prepare a Bridge Design
Hydraulic Report for the proposed bridge. The report will include the configuration of
the bridge and the final hydraulics for the new structure. QUEST A will perform bridge
scour analysis to provide design scour data. The bridge scour analysis will be based on
the FHW A's HEC-18 and HEC-20 Design Manuals.
DeUverables:
5 Copies - Location Hydraulic Study Report
5 Copies - Bridge Design Hydraulic Report
Electronic Copies of Reports
2.5 Public Outreach Program - Dokken Engineering will perform Public Outreach to provide
early, consistent and meaningful information to the public. Dokken Engineering will
schedule all meetings, work with the City in the preparation of an agenda, coordinate
arrangements for facilities, issue meeting notices and prepare minutes.
During these meetings, and for ongoing information, an engineer fluent in Spanish will be
available to discuss the project and impacts with the Spanish speaking members of the
community. In an effort to minimize misinformation, we will engage the community early
and consistently.
2.5.1 Public Meetings, Camino Arroyo/Sixth Street - Four public meetings are planned
for the Camino Arroyo, Sixth Street Project and two public meetings for the Farrell
Avenue Widening.
The first public meeting will be held at the beginning of the project to explain the scope
of the project to the community and to solicit their concerns and ideas. The four meeting
process will also be explained to the community to understand their opportunities for
future involvement.
The second public meeting will present some alternatives to the community for
consideration and provide information in response to inquiries and concerns during the
first meeting. This will be a good time to explain many of the project parameters under
which the City has limited flexibility(emergency vehicles, traffic safety, etcetera).
The third meeting will outline proposed final solutions. These solutions will be installed
as temporary measures to be tested during the early phase ofthe project construction. An
explanation of the intended results and the testing period will be provided.
The fourth and final meeting will hear suggestions for adjustments to the temporary
measures to enhance their effectiveness prior to finalizing them as permanent
construction. This meeting will be held during the construction phase of the project.
2.5.2 Public Meetings, Farrell Avenue Widening - The first meeting, at the beginning of
the project, will give the public an overview of project opportunities and constraints. We
Exhibit "B", Scope of Services, Page 5 of 13
will gather their input for incorporation into the alternatives analysis. This early meeting
will demonstrate to the community that the City is truly interested in working with them
and care about their questions and concerns.
The second public meeting will be held to show the public results of their input and to
provide more opportunities for the community to learn about the project details. This
meeting will be held during the 60% design phase.
Deliverables:
Meeting invitations, exhibits, graphics and handouts
Agendas, sign-in sheets, meeting summaries
Electronic copies of materials and exhibits
2.6 Traffic
2.6.1 Traffic Calming* - Neighborhood Traffic Management Evaluation - Fehr & Peers
will evaluate the impacts of the Camino Arroyo Gap Closure in terms of the potential
diversion of traffic to Sixth Street between Monterey Road and US Highway 101, as well
as other neighborhood street segments. The closure could result in additional trips to
these facilities, which include front-on housing and were not intended to carry substantial
through traffic. The following tasks are proposed and have proved successful in
developing a neighborhood traffic management plan (NTMP) in numerous other
jurisdictions.
2.6.1.1 - Collect Data - Fehr & Peers will assemble existing intersection turning
movement counts and daily volume counts from City staff and from our files from
the Gilroy Monitoring Study. We will supplement this data with new daily
volume/speed counts at up to three locations, and new turning movement counts
at three intersections. We will also conduct a field survey of the greater Sixth
Street neighborhood to determine the traffic control devices, street widths, and
other features.
Traffic volume projections from developments east of the freeway will be
obtained from the corresponding traffic studies. Projection of trips will be
conducted as an additional service if data is not available.
2.6.1.2 - Estimate Changes in Traffic - Based on existing volumes and the
projected traffic from developments east 0 ft he freeway, t he a mount 0 ft raffic
expected to divert to neighborhoods will be estimated. We will consult with City
staff to determine if the projected volume change is significant based on our
experience, City volume thresholds, and other supporting data.
2.6.1.3 - Initial Public Meeting - We will meet with residents to present the
preliminary results of the data collection including speed and volume information,
and the projected change in traffic volume. This meeting will be used to solicit
input on circulation problems, identify potential solutions, and discuss the
advantages and disadvantages of those solutions. Additional data may be
collected as an additional service based on community input. This proposal
Exhibit "B", Scope of Services, Page 6 of 13
assumes Dokken staff will arrange, notice and introduce all public meetings,
while F ehr & Peers w ill he lp facilitate the dis cussion and provide appropriate
graphics, maps and response to comments.
2.6.1.4 - Prepare Preliminary Management Plan - Based on community input,
technical findings, and staff input, we will prepare a draft NTMP to address
existing issues (if applicable) and potential impacts of the gap closure project.
The plan will include a map and some descriptive text in memorandum form
regarding the improvements and justification.
2.6.1.5 - Additional Public Meetings - Fehr and Peers will attend 3 additional
public meetings as described in 2.5.1.
2.6.1.6 - Prepare Draft Final Plan - The draft plan will be modified based on the
results of the second public meeting and a draft final plan will be prepared.
2.6.1.7 - Meetings and Hearings - Fehr & Peers will attend up to six project
meetings, and four public meetings( described above), as part of the NTMP effort.
Presentation 0 f the dr aft final p Ian is expected to b e made at the third public
meeting.
The schedule for this work is highly dependent on the timing of the public
meetings. The process typically takes three months before a plan is ready for
presentation to the planning commission or City Council.
2.6.2 Traffic Design Analysis - Fehr and Peers will provide traffic design for the Farrell
Avenue Widening a nd Camino Ar royo Ga p Closures. Based upon traffic proj ections
provided b y the City, 1 ane configurations a nd appropriate turn pocket 1 engths will be
determined at the intersections of Farrell Avenue / Church Street and Camino Arroyo /
Gilman Avenue. Required turn lanes, storage lengths and initial (i.e., near term) signal
timings will be determined using Synchro/SimTraffic software. Access recommendations
for parcels a djacent to Camino Arroyo and for channel maintenance will be prepared
based on proposed lane configurations and standard traffic engineering practice.
Deliverables:
5 Copies - Draft Neighborhood Traffic Management Plan (NTMP)
5 Copies - Traffic Design Memorandum
Electronic copies ofNTMP and Traffic Design Memorandum
2.7 Drainage Report - Dokken Engineering will perform drainage design calculations
for the proposed roadway and bridge deck drainage systems. A Drainage Report will be
prepared summarizing the findings.
2.8 Environmental Support
2.8.1 Nationwide Permit Verification (Clean Water Act, Section 404). The bridge
construction will likely result in discharge of material into waters of the U.S. associated
with the Ronan Channel. In the event this occurs, the project will require authorization
from the Corps. It is likely that any discharge resulting from this project can be
authorized using one or more Nationwide Permits (NWP). Dokken will prepare a
Exhibit "B", Scope of Services, Page 7 of 13
Preconstruction Notification (PCN) to submit to the Corps requesting verification that the
project can be authorized using the specified NWP(s). The PCN includes a project
description and other relevant information used by the Corps to evaluate the project.
2.8.2 Water Quality Certification (Clean Water Act, Section 401). A Water Quality
Certification will be required from the RWQCB. Dokken will prepare support materials
for an application for Water Quality Certification that will include a project location map,
and design plans.
2.8.3 Environmental Coordination. Dokken will coordinate with the City's
environmental consultant to provide footprints of the proposed work, sketches, details
and descriptions of the proposed construction activities, construction schedules and
project exhibits for use in obtaining environmental clearance and permits.
2.9 Proiect Report - Alignment Geometrics and Bridge Advance Planning Studies will be
prepared for the bridge sites.
2.9.1 Striping and Access Exhibit - Dokken Engineering will prepare a large,
presentation quality striping and access exhibit for each project site.
2.9.2 Geometric Approval Drawings - Dokken Engineering will prepare Geometric
Approval drawings for City approval. Dokken Engineering will prepare design exception
fact sheets for up to 2 non standard features.
2.9.3 Advance Planning Studies - Prepare Advance Planning Studies for two bridge
alternatives. The alternatives will be evaluated on the criteria of maintenance,
environmental impacts, hydraulics, community and stakeholder concerns, and
construction cost.
2.9.4 Project Report - Dokken Engineering will prepare a Project Report detailing the
findings of the preliminary studies and recommending project features for City
consideration. Cost estimates, layouts, and Bridge Planning Studies for each of the
projects will be included in the report. The report will address as a minimum:
geometrics, bridge type, hy draulics, dr ainage, ut ility relocations, right-of-way impacts,
and total project cost. This report will be part of the basis upon which the VE study will
begin.
Deliverables:
2 Copies - Drainage Report
Environmental Coordination Materials
2 Copies - Striping and Access Exhibit
5 Copies - Project Report with Geometric Approval Drawing and Bridge Planning Studies
5 Copies - Preconstruction Notification for the Corps
Electronic copy of reports, written communications, exhibits and drawings
Exhibit "B", Scope of Services, Page 8 of 13
3. 30% Design - Bridge General Plan and Roadway Geometric Design - Concurrent
with the City preparing the environmental documentation, and after selection of the preferred
alternative, Dokken Engineering will proceed with completion of the plans, specifications and
estimate for the project in order to expedite the schedule for completion of the project.
3.1 Bridge General Plan and Estimate- Dokken Engineering will prepare the Bridge General
Plans for the selected bridge type. Dokken Engineering will prepare the type selection
memo, a brief report of the type selection considerations, and estimate of construction cost.
3.2 30% Roadway Design - Dokken Engineering will prepare 30% roadway drawings. These
drawings will include layout, profile, typical sections, conceptual drainage, and survey base
maps. These preliminary roadway drawings will be prepared at a scale of 1 "=40'.
3.3 Potholing - Dokken Engineering will utilize Cruz Brothers Locators to perform
"potholing" of utilities that may be in conflict with the proposed project improvements. The
potholing effort will determine the depth and location of utilities that may be in conflict with
bridge abutments, drainage facilities or signal/electrical pole foundations. Up to 8 potholes
will be performed at each site.
3.4 Right-of-Way - Upon approval of the Bridge General Plan and Geometric Approval
Drawings, Dokken Engineering will determine right-of-way and construction easement
requirements. Dokken Engineering will prepare a Right-Of-Way exhibit for each affected
parcel indicating the location, parcel number, parcel area, and ROW or easement required.
3.4.1 Right-of- Way Engineering - Using the configuration of the final right-of-way
necessary for the project supplied in graphical form by Dokken Engineering, Espinosa
will draft acquisition maps of proposed right-of-way take. For each adjoining landowner
an acquisition map will be prepared for use in right-of-way negotiations. Draft legal
descriptions will accompany each draft acquisition map. Final acquisition maps and legal
descriptions will be prepared and submitted, with up to 5 parcels included in this
proposal.
3.4.2 Construction Easements - Espinosa will draft maps of proposed construction
easements. Draft legal descriptions will accompany each construction easement map.
Final easement maps and legal descriptions will be prepared and submitted, with up to 3
parcels included in this proposal.
3.5 Value Engineering - Value Management Strategies will perform a 3 day Value
Engineering Session for the Camino Arroyo Gap Closure and Farrell Road Widening
Projects. T he session w ill b e ho sted b y T erry H ayes and inc ludes site visit, alternatives
analysis, estimates a nd a final report. T he Value Engineering session will be performed
immediately following the development of the 30% design, to maximize the benefit to the
project before extensive design and details are prepared.
Dokken Engineering will have 3 members of the design team in attendance.
Deliverab les:
10 Copies - Structure Type Selection Report
10 Copies - 11"x17" Roadway Plan, Profile, Typical Sections, Striping & Stage Construction
Exhibit "B", Scope of Services, Page 9 of 13
2 Copies - ROWand Construction Easement Exhibits, Maps and Legal Descriptions
3 Copies - Value Engineering Report
Electronic copies of Reports, Exhibits and written communications
4. 60% Design - Plans and Estimate
Design will conform to Chapter 11, "Design Standards," of the Local Assistance Procedures
Manual. PS&E will be prepared in English units in accordance with chapter 12, "Plans,
Specifications, & Estimate," of the Local Assistance Procedures Manual.
4.1 Bridge Design/Plans - Upon approval of the Bridge General Plans, Dokken Engineering
will complete the design plans and calculations for the bridges in accordance with Caltrans
Bridge Design Manuals, incorporating recommendations from the Design Hydraulics Study
Report, the Foundation Report, environmental documents, and permit requirements. All
bridge plans will be prepared using computer aided drafting. Electronic plan files will be
provided to the City. A full set of detailed bridge plans will be prepared including:
· Typical Section
· Girder Layout and Reinforcement
· Railing Details
· Approach Slab Details
· Log of Test Borings
.
General Plan
Deck Contours
Foundation Plan
Abutment Layout and Details
Pier Details
.
.
.
.
4.2 Roadway Design/Plans - Upon approval of the 30% roadway package and conclusion of
the Value Engineering Study, Dokken Engineering will develop the plans to the 60% level of
detail. These plan sheets will be prepared in accordance with Caltrans Drafting Plans
Manual, CADD User's Manual, Caltrans Standard Plans dated July 2002 and 1998 City of
Gilroy Standards. Typical cross sections will be prepared for proposed roadway
improvements.
4.3 Traffic Signal* - Fehr and Peers will prepare traffic signal plans to City standards. The
signal interconnect to existing lights on Camino Arroyo will be detailed for addition to the
electrical/lighting plans. Plans will be prepared assuming interconnect wiring is already in
place on the existing section of Camino Arroyo south ofthe drainage channel to SR152.
4.4 Utility Coordination - Dokken Engineering will coordinate with utility companies to
relocate or protect facilities in place as necessary. Dokken Engineering will send "B"
plans to applicable utility companies after the City has approved the "B" plans and
transmittal letter. The transmittal letter will identify the project as a City project. Dokken
Engineering will mark conflicts on the plan.
4.5 Gilman Avenue Overcrossing Improvements* - Dokken Engineering will evaluate the
existing approaches to the Gilman Avenue Overcrossing and prepare a memorandum
outlining potential alternatives to reduce the ongoing settlement. The memorandum will
provide estimated construction costs for each proposed alternative. With City
concurrence, Dokken Engineering will prepare construction plans and specification for
the selected improvements. If necessary, details will be prepared for the attachment of
luminaries and electrical conduits to the barrier of the existing overcrossing.
Exhibit "B", Scope of Services, Page 10 of 13
Dokken Engineering will coordinate with Caltrans to obtain an encroachment permit to
perform the necessary modifications to the Gilman Avenue Overcrossing.
4.6 Traffic Calming Construction Details* - Dokken Engineering will prepare typical
construction details for the temporary and final traffic calming features. This is assumed
to be 2 sheets of details.
4.7 Street Lighting Design - Dokken Engineering will design street lighting utilizing IES
lighting design guidelines and AGI 32 Lighting software. Street lighting plans will be
prepared.
4.8 Bicycle Path Conceptual Design* - A draft conceptual bicycle path plan along the Ronan
Channel with connection to west side ofUS-101 and Camino Arroyo will be developed
for coordination with the Santa Clara Valley Water District. The plan will indicate layout
connections from Camino Arroyo to the future through path.
Deliverables:
7 Copies - 11"x17" Project Plan Sets
7 Copies - Marginal Estimate
2 Copies - Foundation Reports
1 Copy - Caltrans Encroachment Permit
3 Copies - Conceptual Bicycle Path Plan
Electronic copies of plans, estimates, reports and written communications
Project Plans are expected to include:
Title Sheet
Typical Cross Sections
Layout and Profile
Construction Details
Grading Plans
Drainage Plan, Details, &
Quantities
Utilities
Stage Const. & Traffic Handling
Construction Area Signs
Roadway striping and signing
Traffic signals & Interconnect
Street lighting
Summary of Quantities
Structure Plans
Camino Arroyo
1
2
6
5
3
4
Total
2
2
1
6
2
5
2
19
60
Exhibit "B", Scope of Services, Page 11 of 13
Farrell Avenue
1
2
2
2
1
3
1
2
1
2
o
2
1
13
33
5. 90% & 100% Design - Plans, Specifications and Estimate.(PS&E): 90% and 100%
Design submittals to be ACAD 2000 formatting.
5.1 90% Bridge Design & Independent Check - Dokken Engineering will incorporate City
comments into the 60% Plans and will perform an independent design check of the bridge
plans. The independent check will confirm structural adequacy and assure that details are
complete and constructable. Dokken will provide check calculations which will consist of
computer runs, hand calculations, and sketches necessary to clarify calculations. Dokken
will prepare quantity and quantity check calculations for the bridge.
5.290% Roadway Design - Upon receipt of comments, Dokken Engineering will schedule a
review session, if required, with the City to confirm the resolution of comments. The design
team will incorporate comments from the Cities review and provide a complete bid-ready
plan set for the 90% submittal.
5.3 Specifications - Dokken Engineering will prepare Special Provisions for the project
based on Caltrans' Standard Special Provisions and Standard Specifications. These will be
modified, where appropriate, to meet City standards and requirements. Specifications will
include City Boiler Plate. Specifications will be in WORD format.
5.4 Quantities and Engineer's Estimate - Dokken Engineering will prepare roadway quantity
calculations and compile the Engineer's Estimate using unit costs included in the latest
Caltrans Cost Data Book.
90% Deliverables:
2 Copies - 24"x36" prints of complete plans
7 Copies of 11 "x 17" prints of complete plans
7 Copies - Boiler Plate and Special Provisions
1 Copy - Boiler Plate and Special Provisions on CD
7 Copies - Marginal Estimate
1 Copy - Working Day Schedule
The City's original red-lined set of comments on the 60% plans and Estimate
5.5 Resident Engineer's File - Dokken Engineering will prepare a Resident Engineer's File in
accordance with the EFPB Information and Procedures Guide 4-2, and PDPM .
5.6 100% Submittal - Dokken Engineering will furnish 100% Plans, Specifications and
Estimate for advertising. PS&E will incorporate resolution of 90% comments from
.' .
revIewmg agencIes.
100% Deliverables:
1 Set - Full size Mylar Original Tracing
7 Copies - 11 "x 17" Plan Sets
7 Copies - Contract Specifications
7 Copies - Marginal Estimate
1 Copy - Design and Design Check Calculations
1 Copy - Quantity and Quantity Check Calculations
I Copy - Working day schedule
Exhibit "B", Scope of Services, Page 12 of 13
1 Copy - RE Pending File
1 Copy - 1 : 50 scale drawing of the Deck Contours
Electronic copies of final plans, specifications, estimates, schedules and written
communications
6. Construction Support
6.1 Bidding! A ward Assistance - Dokken Engineering will provide on-going consultation and
interpretation of construction documents during the construction of the proposed project
including answering and documenting questions from prospective bidders, preparation of
addenda (if required), and bid analysis as requested. Dokken Engineering will attend pre-
construction meeting.
6.2 Construction Support Services - Dokken Engineering will provide construction support
services, including:
. Review and approve all submittals and shop drawings
. Provide on-going consultation and interpretation of contract documents, as requested
. Review and comment on contract change orders
. Prepare plan revisions as necessitated by contract change order.
. Site visits as needed
6.3 As Built Plans - Dokken Engineering will prepare and deliver the final As-Built Plans to
the City using marked prints provided by the Construction Resident Engineer.
6.4 Traffic Calming Final Design* - The Traffic Calming Design on Sixth Street is critical to
public acceptance of the project. It is anticipated that some minor adjustments to the
temporary traffic calming will be requested by the public and the City during the final public
meeting (see Task 2.5.1). Fehr and Peers and Dokken Engineering will coordinate the
permanent traffic calming layout and details for construction.
100% Deliverables:
2 Copies - Shop Drawing Reviews with redline mark-ups and approval stamp
1 Set - Revised Original Mylars with construction changes noted for City archiving
1 Copy - 11" x 17" Pinal Traffic Calming Plans
1 Set - Full Size Mylar Traffic Calming Sheets
Electronic copy of Final Traffic Calming Plans and written communications
Exhibit "B", Scope of Services, Page 13 of 13
EXHIBIT "C"
Project Title: Camino Arroyo Bridge Construction & Gap Closure Project
Farrell Road Bridge Widening Project
Corporate Name: DOKKEN ENGINEERING
Rates Effective beginning: May 1, 2004
ending:
I. LABOR RATES
Name
Matthew Griggs
Richard Liptak
Nathan Donnelly
Juann Ramos
John Bishop
David Vandershaf
Robert Lawrence
Joe Ostdiek
Arthur Carlton
Ryan Neves
ValerieVilla
Craig Houghton
Khanh Dang
Claudia Fletcher
John Ambrose
Cathy Chan
April 30, 2006
Labor Category
Hourly Fully Loaded Rate
Project Manager
QNQC
Roadway Project Engineer
Roadway & Geometric Design
Structures Project Engineer
Independent Design Check
Geotechnical
Lighting Design
Associate Design Engineer
Assistant Bridge Engineer
Assistant Roadway Engineer
Drafter
Drafter/T echnician
Drafter/T echnician
Proj ect Administration/Clerical
Proj ect Administration/Clerical
II. OTHER DIRECT CHARGES
Charge
CADD
Communication
Computer Usage
Equipment and Supplies (extraordinary)
Mileage
Reproduction - In-house
Reproduction - Outside
Other:
Potholing
Public Outreach meeting site rental, advertising, postage
Geotechnical drilling/testing
$140
$175
$110
$130
$135
$145
$105
$105
$110
$85
$85
$130
$100
$80
$100
$100
PricelUnit
N/C
N/C
N/C
actual cost
$0.375/mile
N/C
actual
$500/hole
actual
actual
Other direct costs must be invoiced as expended. Complete and detailed backup must be
supplied with invoice.
Exhibit "C", Payment Schedule, Page 1 of 6
Project Title: Camino Arroyo Bridge Construction & Gap Closure Project
Farrell Road Bridge Widening Project
Corporate Name: ESPINOSA SURVEYING
Rates Effective beginning: May 1, 2004
ending:
April 30, 2006
III. LABOR RATES
Name
Pete Espinosa
David Jordan
Michael Anderson
Jason Camit
Narinder Sahota
-- TBD--
-- TBD--
Labor Category
Surveying Principal
Project Manager
Project Surveyor
Office Surveyor
Office Surveyor
Two-Man Crew
Three Man Crew
Hourly Fully Loaded Rate
$140
$85
$85
$75
$75
$180
$250
IV. OTHER DIRECT CHARGES
Charge
Title Report
PricelUnit
Actual Cost
Other direct costs must be invoiced as expended.
supplied with invoice.
Complete and detailed backup must be
Exhibit "C", Payment Schedule, Page 2 of 6
Project Title: Camino Arroyo Bridge Construction & Gap Closure Project
Farrell Road Bridge Widening Project
Corporate Name: FEHR AND PEERS ASSOCIATES
Rates Effective beginning: May 1, 2004
ending:
April 30, 2006
V. LABOR RATES
Name
Sohrab Rashid
Robert Echols
Frank Aochi
Kristiann Choy
Norman Wong
Thanet Chanchareon
Jason N esdahl
Eric Bollich
Jaime Cordoba
Veronica Cruz
Diane Schlager-Bardet
Kristine Ojascastro
Hourly Fully Loaded Rate
$170
$175
$130
$125
$110
$110
$100
$85
$70
$80
$80
$80
Labor Category
Transportation Engineer II
Transportation Engineer II
Sr. Transportation Engineer/Planner ill
Sr. Transportaiton Engineer/Planner II
Sr.. Transportation Engineer/Planner I
Transportation Engineer/Planner ill
Transportation Engineer/Planner II
Transportation Engineer/Planner I
Technician
Administrative Assistant IV
Administrative Assistant IV
Administrative Assistant ill
VI. OTHER DIRECT CHARGES
Charge
Mileage
Postage/Couriers
Communication
Computer Usage
Reproduction - B& W regular
Reproduction - B& W oversize
Reproduction - color regular
Reproduction - color oversized
PricelUnit
$0.375/mile
actual cost
monthly charges based on labor
monthly charge based on labor
monthly charge based on labor
monthly charge based on labor
monthly charge based on labor
monthly charge based on labor
Other direct costs must be invoiced as expended.
supplied with invoice.
Complete and detailed backup must be
Exhibit "C", Payment Schedule, Page 3 of 6
Project Title: Camino Arroyo Bridge Construction & Gap Closure Project
Farrell Road Bridge Widening Project
Corporate Name: QUEST A ENGINEERING
Rates Effective beginning: May 1, 2004
ending:
April 30, 2006
VII. LABOR RATES
Name
Labor Category
Hourly Fully Loaded Rate
Sydney Temple
Chine Wang
Shane Hsieh
-- TBD--
Hydrology/Hydraulics Project Manager
Hydrology/Hydraulic Engineer
Hydrology/Hydraulic Engineer
Drafter/Admin Clerical
$140
$95
$87
$75
VIII. OTHER DIRECT CHARGES
Charge
CADD
Communication
Computer Usage
Equipment and Supplies
Mileage
Reproduction - B& W regular
Reproduction - B& W oversized
Reproduction -
Other
PricelUnit
N/C
actual
N/C
actual
$0.37/mile
$0.05/sheet
$0.07/sheet
actual
Other direct costs must be invoiced as expended.
supplied with invoice.
Complete and detailed backup must be
Exhibit "C", Payment Schedule, Page 4 of 6
CAMINO ARROYO BRIDGE CONSTRUCTION AND GAP CLOSURE
TASK DESCRIPTION
*T ASK 1 - PROJECT MANAGEMENT
1.1 Project Management
1.2 Kick-Off and PDT Meetings
1.3 Water District and Council Mtgs
1.4 Quality Control
TASK 2 - PRELIMINARY ENGINEERING
2.1 Surveying and Mapping
2.2 Utility Coordination
2.3 Geotechnical Investigations
2.4 Hydraulic Analysis and Reports
2.5 Public Outreach
2.6 Traffic Calming & Design Analysis
2.7 Drainage Report
2.8 Environmental & Permitting Support
2.9 Project Report and Studies
TASK 3 - 30% DESIGN
3.1 Bridge General Plan and Estimate
3.2 30% Roadway Design
3.3 Utility Potholing
3.4 Right of Way
3.5 Value Engineering Study(Both Projects)
TASK 4. - 60% DESIGN
4.1 Bridge Design
4.2 Roadway Design
4.3 Traffic Signal Design
4.4 Utility Coordination
4.5 Gilman Avenue OC Improvements
4.6 Traffic Calming Construction Details
4.7 Street Lighting Design
4.8 Conceptual Bike Path
TASK 5 - 90% & 100% DESIGN
5.1 90% Bridge Design & Independent Check
5.2 90% Roadway Design
5.3 Specifications
5.4 Quantities and Engineer's Estimate
5.5 Resident Engineer's File
5.6 100% Submittal
5.7 Value Engineering
TASK 6 - CONSTRUCTION SUPPORT
6.1 Bidding/Award Assistance
6.2 Construction Support
6.3 As-Built Plans
6.4 Traffic Calming Final Plans
TASK 7 - REPRODUCTION
TOTAL COST
Revised 1/8/04
GRAND TOTAL
$64,820.00
$29,360.00
$26,200.00
$5,120.00
$4,140.00
$132,565.00
$17,480.00
$3,420.00
$24,215.00
$21,000.00
$11,720.00
$26,900.00
$5,200.00
$10,880.00
$11,750.00
$54,350.00
$7,760.00
$10,880.00
$4,720.00
$760.00
$30,230.00
$150,290.00
$53,760.00
$28,630.00
$15,520.00
$5,440.00
$20,700.00
$7,840.00
$8,560.00
$9,840.00
$100,850.00
$51,160.00
$21,200.00
$9,540.00
$8,270.00
$1,560.00
$9,120.00
$0.00
$26,400.00
$3,060.00
$11,280.00
$6,220.00
$5,840.00
$3,840.00
$533,115.00
Exhibit "C", Payment Schedule, Page 5 of 6
FARRELL ROAD BRIDGE WIDENING PROJECT
TASK DESCRIPTION
*TASK 1 - PROJECT MANAGEMENT
1.1 Project Management
1.2 Kick-Off & PDT Meetings
1.3 Other Meetings
1.4 Quality Control
TASK 2 - PRELIMINARY ENGINEERING
2.1 Surveying and Mapping
2.2 Utility Coordination
2.3 Geotechnical Investigations
2.4 Hydraulic Analysis and Reports
2.5 Public Outreach
2.6 Traffic Design
2.7 Drainage Report
2.8 Environmental Support(was Permit Processing)
2.9 Project Report (was Planning Studies)
TASK 3 - 30% DESIGN
3.1 Bridge General Plan and Estimate
3.2 30% Roadway Design
3.3 Potholing (was Utility Coordination)
3.4 Right-of-Way
TASK 4 - 60% DESIGN
4.1 Bridge Design
4.2 Roadway Design & Estimate
4.4 Utility Coordination
4.7 Street Lighting Design
TASK 5 - 90% & 100DfD DESIGN
5.1 90% Bridge Design & Independent Check
5.2 90% Roadway Design
5.3 Specifications
5.4 Quantities and Engineer's Estimate
5.5 Resident Engineer's File
5.6 100% Submittal
5.7 Value Engineering
TASK 6 - CONSTRUCTION SUPPORT
6.1 Bidding/Award Assistance
6.2 Construction Support
6.3 As-Built Plans
Revised 1/8/04
GRAND TOTAL
$76,480.00
$10,500.00
$3,420.00
$9,140.00
$15,250.00
$8,020.00
$5,520.00
$7,760.00
$3,600.00
$13,270.00
$19,700.00
$3,240.00
$10,800.00
$4,940.00
$720.00
$68,420.00
$30,600.00
$27,160.00
$5,720.00
$4,940.00
$64,290.00
$23,440.00
$15,640.00
$7,220.00
$7,310.00
$1,560.00
$9,120.00
$0.00
$18,260.00
$3,060.00
$10,700.00
$4,500.00
REPRODUCTION
$2,880.00
TOTAL COST
$250,030.00
Exhibit "C", Payment Schedule, Page 6 of 6
EXHIBIT "D"
MILESTONE SCHEDULE - PRELIMINARY ENGINEERING
DELIVERABLE ITEM DA TE COMPLETED
Contract Start
1..2 Kickoff Meeting
Determine Lead Agency for NEPA, VTA or CT?
2.5 Outreach Material Prepared
Environmental Consultant C"nfract
Perform Time SensJtiveFijld Stfldies.for Env.
2.1. Surveying & Utility Mapping
2.5 1.st Public Meeting - Full Exhibits
2.8Scoplng Meetingi3ndAPEMap
Type of.~n"lt'onmentilIDocuments&.Studies. Req.'d
2.9 Structure Advance Planning Studies
2.2 Utility Letter "A" and mapping sent out
2.3 Geotechnical Field Work &. Study
2.9 Access and Striping Plans
2.4 Location Hydraulic Study
2.8 Environmental Coordination Report & Exhibits
2.9 Project Report
3.5 Value Engineering Study
3.1.-3.2300/0 Design Submittal
2.5 2nd Public Meeting - Updated Project Exhibits
3.3 Perform Utility Potholing
3.4 ROW Exhibits
Draft Environmentill Technical Studies
Jun 2004
Jun 2004
Jun2004
Jul2004
Jul2004
Summer 2004
Jul2004
Aug 2004
AUg 2.004
Alllf20".tI
Aug 2004
Aug 2004
Aug 2004
Sep 2004
Sep 2004
Nov 2004
Dec 2004
Jan 2005
Feb 2005
Feb 2005
Mar 2005
Mar 2005
Feb 2005
Design Features Approval & Coord. wi Env.
Indicates Environmental Consultant Task
Bold Indicates Dokken Information to Environmental
Exhibit "D", Milestone, Page 1 of2
.. .
MILESTONE SCHEDULE - FINAL DESIGN
Section 106 Clearan - Archaeological
Biological Opinion Issued to start permits
2.8 Permits Submitted
5.1-5.5900/0 Design Submittal, PS&E
Nov 2005
Utility Relocations Complete
5.6 Construction Submittal, PS&E
Project Ready to Advertise (suggest Nov-Apr)
6.1 Award Contract
Apr 2006
Mar 2006
Apr2006
Jun 2006
Indicates Environmental Consultant Task
Exhibit "D", Milestone, Page 2 of 2