Loading...
HomeMy WebLinkAboutRBF Consulting - Agreement for Santa Teresa Blvd. Widening ProjectAGREEMENT FOR SERVICES hruU� zocc, , This AGREEMENT made this — day of between: CITY: City of Gilroy, having a principal place of business at 7351 Rosanna Street, Gilroy, California and CONSULTANT: —Robert Bein William Frost & Associates, having a principal place of business at 226 Airport Parkway, Suite 600, San Jose CA 95110 -3705 ARTICLE 1. TERM OF AGREEMENT This Agreement will become effective on 2/8/2000 and will continue in effect through 2/8/2003 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 CONSULTANT 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. CONSULTANT shall not be entitled to any of the 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 "). Method of Performing Services CONSULTANT 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. \LAC \322432.04 -1- Employment of Assistants CONSULTANT may, at the CONSULTANT'S own expense, employ such assistants as CONSULTANT deems necessary to perform the services required of CONSULTANT by this Agreement, subject to the prohibition against assignment and subcontracting contained in Article 5 below. CITY may not control, direct, or supervise CONSULTANT'S assistants in the performance of those services. CONSULTANT assumes full and sole responsibility for the payment of all compensation and expenses of these 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 CONSULTANT 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"]. Invoices CONSULTANT shall submit invoices for all services rendered. 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" I.V. 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 of this 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 CONSULTANT 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, all fees, fines, licenses, bonds or taxes required of or imposed against CONSULTANT 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." \LAC \322432.04 -7- ARTICLE 5. OBLIGATIONS OF CONSULTANT Tools and Instrumentalities CONSULTANT shall supply all tools and instrumentalities required to perform the services under this Agreement at its sole cost and expense. CONSULTANT is not required to purchase or rent any tools, equipment or services from CITY. Workers' Compensation CONSULTANT 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, liabilities and expenses, including without limitation attorneys' fees, arising out of any injury, disability, or death of any of CONSULTANT'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 expenses, including without limitation attorneys' fees, to the extent arising or resulting directly or indirectly from any willful misconduct or negligent acts, errors or omissions of CONSULTANT or CONSULTANT'S assistants, employees or agents, including all claims relating to the injury or death of any person or damage to any property. B. As Respects Non - Professional Activities 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 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 of this Agreement: (a) Comprehensive Liability Insurance, including coverage for owned and non -owned automobiles, with a minimum \LAC \322432.04 _� _ 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 CONSULTANT under this Agreement may be assigned or subcontracted by CONSULTANT 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 CONSULTANT; *CITY will not make disability insurance contributions on behalf of CONSULTANT; *CITY will not obtain workers' compensation insurance on behalf of CONSULTANT. ARTICLE 6. OBLIGATIONS OF CITY Cooperation of City CITY agrees to respond to all reasonable requests of CONSULTANT and provide access, at reasonable times following receipt by CITY of reasonable notice, to all documents reasonably necessary to the performance of CONSULTANT'S duties under this Agreement. Assignment CITY may assign this Agreement or any duties or obligations thereunder to a successor governmental entity without the consent of CONSULTANT. Such assignment shall not release CONSULTANT from any of CONSULTANT'S duties or obligations under this Agreement. \LAC \322432.04 -4- events: ARTICLE 7. TERMINATION OF AGREEMENT Termination on Occurrence of Stated Events This Agreement shall terminate automatically on the occurrence of any of the following 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 CONSULTANT 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 any of the services contemplated b t�Agreement. 2. CONSULTANT'S breach of any of its representations, warranties or covenants contained in this Agreement. CONSULTANT 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. Notwithstanding the foregoing, if CITY terminates this Agreement due to CONSULTANT'S default in the performance of this Agreement or material breach by CONSULTANT of any of its provisions, then in addition to any other rights and remedies CITY may have, CONSULTANT shall reimburse CITY, within ten (10) days after demand, for any and all costs and expenses incurred by CITY in order to complete the tasks constituting the scope of work as described in this Agreement, to the extent such costs and expenses exceed the amounts CITY would have been obligated to pay CONSULTANT for the performance of that task pursuant to this Agreement. Termination for Failure to Make Agreed -Upon Payments Should CITY fail to pay CONSULTANT 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, CONSULTANT, at the CONSULTANT'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. \LAC \322432.04 -5- Transition After Termination Upon termination, CONSULTANT 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. CONSULTANT 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 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. CONSULTANT shall also require such compliance of all subcontractors performing 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 CONSULTANT, its 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. \LAC \322432.04 -6- Compliance With Laws 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, CONSULTANT agrees to 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 or 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 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 CONSULTANT 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 \LAC \322432.04 _ 7_ 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 any one 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: By: Social Security or Taxpayer Identification Number 9s- L-01 Z`13 Approved as to Form ity Attorney rTTV- VAC \322432.04 -R- ATTEST: City Clerk EXHIBIT "A" SPECIFIC PROVISIONS L PROJECT MANAGER CONSULTANT 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 Garrett Gritz, P.E. , who will act in the capacity of Project Manager, and who will personally direct such services. Except as may be specified elsewhere in this Agreement, CONSULTANT 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." B. COMPLETION OF SERVICES When CITY determines that CONSULTANT 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 CONSULTANT has not satisfactorily completed all of such services, CITY shall so inform CONSULTANT 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." \LAC \322432.04 -I- 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." Direct expenses are charges and fees not included in Exhibit B, "Scope of Services." 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 of billing(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 CONSULTANT 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 it 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 skills, qualifications and licenses. CONSULTANT 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. RESPONSIBILITY OF CONSULTANT CONSULTANT shall be responsible for the professional quality, technical accuracy, and the coordination of the services furnished by it under this Agreement. The CITY'S review, \LAC \322432.04 -7- 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 CONSULTANT shall be and remain liable to CITY in accordance with applicable law for all damages to CITY caused by CONSULTANT'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 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 CONSULTANT, all of which shall be made available to CITY at the CITY's offices within five (5) business days after CITY's request. 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 CONSULTANT and all other written and oral information developed or received by or for CONSULTANT and all other written and oral information submitted to CONSULTANT in connection with the performance of this Agreement shall be held confidential by CONSULTANT 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 CONSULTANT 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. CONSULTANT 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. F. NO PLEDGING OF CITY'S CREDIT. Under no circumstances shall CONSULTANT 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 \LAC \322432.04 -I- (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. I. NOTICES. Notices are to be sent as follows: CITY: Rick Smelser, City Engineer City of Gilroy 7351 Rosanna Street Gilr , CA 95020 CONSULTANT: �Y J. FEDERAL FUNDING REQUIREMENTS. 1. DBE Program CONSULTANT shall comply with the requirements of Title 49, Part 23, Code of Federal Regulations (49 CFR 23) and the City- adopted Disadvantaged Business Enterprise programs, and agrees to subcontract designated portions of the work to Caltrans' certified DBE's (see Local Program Manual Vol. I, Section 11, page 27, attached). 2. Cost Principles Federal Acquisition Regulations in Title 48, CFR 31, shall be used to determine the allowable cost for individual items. \LAC \322432.04 -4- 3. 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 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. \LAC \322432.04 -5- Santa Teresa Boulevard Widening and Mantelli Drive Gap Closure Project ROBERT BEIN, WILLIAM FROST AND ASSOCIATES Prepared for: City of Gilroy Job No: 35- 100063 Date: 02101/2000 Prepared By: Garrett Gritz Page 1 h:\ gp6\ pdata435100063\rxoposa[\RBFhours rol ect I-rojecit uesign Principal Manager Engineer Engineer Tech. Clerical Survey Final Hours Final Fee Hours Hours Hours Hours Hours Hours Crew Hours Total Total Preliminary Engineering PHASE 1 Task 1.1 Kickoff Meeting 8 8 0 0 0 8 0 24 $2,680.00 1.2 Research, Investigation and Field Review 6 24 24 32 0 8 0 94 $9,030.00 1.3 Field Topographic Surveys 4 48 0 124 0 0 192 368 $$8,560.00 1.4 Storm Drain Assessment 4 12 24 48 0 12 0 100 $8,580.00 1.5 Geometric Approval Drawings 12 72 96 72 0 0 0 252 $25,500.00 1.6 Preliminary Cost and Quantity Estimate 4 12 0 36 0 36 0 88 $6,480.00 1.7 Preliminary Desi n Report 4 60 0 0 0 24 0 88 $9,240.00 1.8 Landscape Concept Plan and Rendering 0 0 40 0 0 0 0 40 $3,800.00 1.8a Supplemental Concept Plan and Rendering (Optional) 0 0 40 0 0 0 0 40 $3,800.00 1.9 Project Management, Project Coordination 8 24 0 0 0 16 0 48 $5,040.00 Subtotal -PHASE 1 50 260 224 312 0 104 192 1142 $123,710.00 PHASE 2 Environmental Document Task 2.1 Environmental Kickoff Meeting 0 4 0 4 0 0 0 8 4 $800.00 $400.00 22 Prepare Project Description 0 2 0 2 0 0 0 0 0 0 3 $325.00 2.3 Prepare and Issue Notice of Preparation 0 0 2 100 0 50 1 280 0 100 0 530 $42,750.00 2.4 Prepare and Issue Administrative Draft EIR 0 20 0 10 0 46 $3,950.00 2.5 Prepare and Issue Draft EIR and Notice of Completion 0 16 8 $800.00 2.6 Attend Public Hearings and EIR 0 4 0 0 4 28 0 0 0 16 0 0 76 $6,820.00 2.7 Prepare and Issue Administrative Final EIR 0 32 2 0 16 $1,440.00 2.8 Prepare Final EIR 0 0 6 4 0 0 8 12 0 0 6 0 22 $1,670.00 2.9 Preparation of Findings and Mitigation Monitoring 0 0 0 16 $2,000.00 2.10 Attend Public Hearings for Certification of EIR 0 16 0 0 2.11 Environmental Project Coordination Meetings 0 64 0 0 0 14 0 78 $8,630.00 Subtotal -PHASE 2 0 250 50 359 0 148 0 807 $69,585.00 PHASE 3 Final Plans, Specifications and Estimates Task 3.1 Street Improvement Plans 8 68 128 152 248 0 0 604 $49,500.00 3.2 Design Cross Sections 2 12 0 48 48 0 0 0 0 110 148 $8,550.00 $11,620.00 3.3 Storm Drain Improvement Plans 4 8 24 8 40 20 72 28 16 0 76 $5,300.00 3.4 Waterline, Utility Relocation Plans and Notifications 0 4 0 0 220 $18,060.00 3.5 Traffic Signing and Striping Plans 4 8 24 16 48 60 48 80 96 120 0 0 284 $22,820.00 3.6 Traffic Signal and Street Light Plans 0 8 12 16 32 0 0 68 $5,420.00 3.6a Traffic Signal Interconnect System 8 10 26 36 0 0 80 $6,240.00 3.6b Traffic Signal Timing and Coordination Plans 0 0 0 8 $760.00 3.6c Intersection Turning Movement Traffic Counts 0 0 8 0 0 0 0 0 150 $14,250.00 3.7 Landscape Construction Drawings 0 4 0 24 150 48 0 48 96 0 0 220 $18,060.00 3.8 Construction Staging/Traffic Control Plans 2 24 24 0 48 0 0 98 $8,730.00 3.9 Legal Descriptions and Exhibits 6 0 24 0 8 0 40 $3,240.00 3.10 Final Quantity and Cost Estimates 2 8 12 24 0 0 16 0 60 $5,820.00 3.11 -312 Specifications 24 24 0 0 0 0 0 48 $6,960.00 Meeting Attendance 16 32 0 0 0 0 0 48 $6,640.00 3.13 Project Management 4 24 8 0 0 8 0 44 $4,780.00 3.14 Government Processing Subtotal - PHASE 3 86 294 552 502 824 48 0 2306 $196,750.00 PHASE 4 Construction Support Services Task 4.1 Construction Control -Survey 0 4 0 0 0 0 0 0 8 0 12 20 $1,900.00 $2,660.00 4.2 Bid and Award Support Services 4 16 0 0 0 0 0 0 64 $7,600.00 4.3 Construction Support Services 8 32 1 24 0 0 52 $4,980.00 4.4 As -Built Record Drawings 4 16 8 0 24 u tots - 15 HOURSTOTAL 152 872 858 1173 848 300 2001 4403 $407,185.00 Hourly Rate 165.00 125.00 95.00 75.00 65.00 45.00 175.00 Fee Total $25,080.00 $109,000.00 $81,510.00 $87,975.00 $55,120.00 $13,500.00 $35,000.00 $407,185.00 Reimbursable Budget $15,000.00 Total 422,1 Page 1 h:\ gp6\ pdata435100063\rxoposa[\RBFhours Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 1 of 25 EXHIBIT "A" SCOPE OF WORK SANTA TERESA BOULEVARD WIDENING AND MANTELM DRIVE GAP CLOSURE PROJECT The project will consist of widening Santa Teresa Boulevard from First Street to Mantelli Drive and designing the gap closure of Mantelli Drive from Santa Teresa Boulevard to Zinnea Way. This work will include an EIR, two (2) necessary traffic signal modifications and a new signal at Mantelli Drive. Field survey, geometric approval drawings and preliminary cost and quantity estimates will be prepared for Santa Teresa Boulevard from First Street to Day Road (east). Submittals will be made for Landscape and Engineering plans at the 50 %, 90% and final stage of development. PHASE I PRELIMINARY ENGINEERING TASK 1.1 "KICKOFF" MEETING Consultant will attend "kickoff meeting" with Project Team and other agencies as directed by the City during the implementation of the Work Program. Consultant will initiate the kick off meeting and coordinate the required agency attendance and provide meeting notes at the completion of the meeting. TASK 1.2 RESEARCH. INVESTIGATION AND FIELD REVIEW Consultant will research and review available data from First Street to Day Road (east) for use and reference for preparation of the Preliminary Plans and Final PS &E. Anticipated tasks include: 1. Perform field review of the site to verify record drawings including: a. Photo log of key project elements, b. Current signing and pavement delineation, C: \WINDOWS \TEMP \SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 2 of 25 C. Document areas of distressed pavement and drainage conditions, 2. Review "as- built" drawings against field conditions and aerial topography and note corrections as required. Collect right -of- way data and incorporate into base sheets. 3. Research and collect existing public records and communicate with utility companies to determine size and location of wet and dry utilities and incorporate into base sheets. TASK 1.3 FIELD TOPOGRAPHIC SURVEYS Consultant will perform field cross sections at 50' intervals from right -of -way to right -of -way. Spot elevations will be obtained at pavement joins and at other locations where existing vertical and horizontal localized survey data is needed for design. Locations of surface features will be collected including, but not limited to, existing sound wall heights, fire hydrants, utility structures and other manmade features not identified by the aerial topography. Consultant will provide a topographic map file in AutoCAD, Version 14 format derived form the field survey. Mapping will cover the limits of the project and will be compiled at a scale of 1" =40'. Field surveys will also include a 10' X 10' spot elevation grid at three intersections to be utilized for the intersection designs. This survey will extend from First Street to Day Road (east). TASK 1.4 STORM DRAINAGE ASSESSMENT Consultant will conduct a review of the existing drainage patterns, and conduct a hydrology analysis for the proposed new and relocated catch basins. This assessment will extend from First Street to Day Road (east). Formal drainage studies and hydraulic analysis of the existing systems are excluded from this scope of work. TASK 1.'5 GEOMETRIC APPROVAL DRAWINGS Consultant will prepare preliminary drawings at a scale of 1" = 40' which will reflect the field information, detailing number of lanes and C: \WINDOWS \TEMP\SCOPE. DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 3 of 25 widths, required right -of -way, if any, horizontal alignment, transitions, and join conditions to gain City and other agency approvals of the preliminary drawing before commencing with final plans, specifications and estimates. Typical sections will be included. Geometrics will illustrate transition from the existing improvements south of First Street to join the proposed improvements north of First Street. Geometrics will illustrate transition from the existing improvements north of Mantelli Drive to the proposed improvement south of Mantelli Drive. Geometrics will illustrate the join conditions east and west of Santa Teresa Boulevard on First Street, Welburn Drive and Mantelli Drive. Geometrics of Mantelli Drive from Santa Teresa Boulevard to Zinnea Way will be included. Preliminary utility information collected as a result of utility notifications will be shown on the preliminary improvement plans for information purposes. Plans will be provided at approximately a 30% level of completion. Geometric Approval Drawings will also be provided from the proposed Santa Teresa Boulevard widening at Mantelli Drive to Day Road (east). The GAD will be provided as one complete set from First Street to Day Road (east). TASK 1.6 PRELIMINARY COST AND QUANTITY ESTIMATE Consultant will prepare one (1) preliminary quantity take off and budgetary cost estimate in accordance with Client requirements based on the preliminary plans using unit prices from the most current Client and City of Gilroy provided data to assist the City with budgeting and prioritizing the improvements based on the 30% level of plan completion. This estimate will be submitted in two sections - one from First Street to Mantelli Drive and one from Mantelli Drive to Day Road (east). TASK 1.7 PRELIMINARY DESIGN EVALUATION REPORT Consultant will prepare a preliminary design report to accompany the geometric approval drawings presented under Task 1.5 and the preliminary cost estimate present under Task 1.6. The report shall identify potential alternative solutions and project scope depending upon the budget constraints of the project. The report shall evaluate C: \WINDOWS \TEMP \SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 4 of 25 the cost differences between the various pavement structural sections and AC overlay scenarios, and identify the storm drainage assessment findings. C: \WINDOWS \TEMP \SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 5 of 25 TASK 1. S LANDSCAPE CONCEPT PLAN AND RENDERING Consultant shall prepare one (1) presentation quality Landscape Concept Plan for the project area between First Street and Mantelli Drive at a minimum scale of 1" = 20'. The plans will be prepared based on site opportunities and constraints, Client goals and objectives and the design requirements of the City of Gilroy. The plan shall depict landscape design concepts, plant palette and plant sizes. The plan will be rendered in color on base maps prepared by Consultant under a separate task. The plan and a preliminary estimate of construction costs will be submitted to the Client for review, comment and approval. TASK 1.8A SUPPLEMENTAL LANDSCAPE CONCEPT PLAN AND RENDERING (Optional) At the City's request, Consultant shall prepare a second Landscape Concept Plan and Rendering based on new criteria provided by the Client. The scope of services shall conform to Task 1.8 above. TASK 1.9 PROJECT MANAGEMENT, PROGRESS REPORT AND PROJECT COORDINATION Consultant will provide project management, general project coordination, scheduling, and progress reporting. RBF will submit monthly progress reports which include progress to date, identification of problem areas, evaluations, recommendation and steps for the Project Team to follow to resolve issues. PHASE II ENVIRONMENTAL DOCUMENT The EIR shall be prepared in accordance with the California Environmental Quality Act(CEQA) and the CEQA Guidelines. The scope of work includes the following tasks and will extend from First Street to Day Road (east): TASK 2.1 PROJECT KICK-OFF/ INTERNAL SCOPING MEETING (1 C: \WINDOWS \TEMP\SCOPE. DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 6 of 25 The purpose of this task is for RBF's EIR Manager to participate in a project kick- off /internal scoping meeting with City staff to discuss and confirm the project approach, responsibilities and schedules, identify information needs, and discuss other relevant issues to begin the CEQA process. This task is also intended to ensure that the end result of the project is a technically accurate and legally defensible EIR. Products: 1. Attendance at one kick -off meeting. 2. Prepare meeting summary and detailed schedule. TASK 2.2 PREPARE PROJECT DESCRIPTION A critical aspect of preparing a defensible environmental document is to accurately describe the project. RBF's environmental and engineering staff will work closely to define the project improvements. The EIR project description will include discussions regarding the regional and local setting, project history, project objectives, project characteristics, including any discretionary actions required by the City, and the intended uses of the EIR (as required by Section 15124[d] of the State CEQA Guidelines), including a list of responsible and other agencies expected to use the EIR in decision making, and a list of approvals for which the EIR will be used. Products: 1. Draft Project Description (6 copies). 2. Final Project Description (10 copies). 3. List of responsible and trustee agencies. 4. Descriptions of alternatives to be carried forward in the EIR. TASK 2.3 PREPARE AND ISSUE NOTICE OF PREPARATION RBF will be responsible for preparing and issuing the CEQA required Notice of Preparation. Products: 1. Draft Notice of Preparation (5 copies for review). 2. Final Notice of Preparation (20 copies). TASK 2.4 PREPARE AND ISSUE ADMINISTRATIVE DRAFT EIR C: \WINDOWS \TEMP \SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 7 of 25 The Administrative Draft EIR will document the existing setting, identify thresholds of significance to be used for determining significance of the impacts, conduct impact evaluations, and formulate mitigation measures. The level of significance of the impacts both before and after mitigation will be identified. Our scope of analysis is based on a review of the background studies and a site visit. Growth- inducing and cumulative impacts will be comprehen- sively evaluated separately in the EIR. a. Geology/ Soils: Existing information as supplemented with the engineering studies will be used to prepare this section of the EIR. Mitigation measures will be recommended to reduce or eliminate any adverse geology /soils impacts. RBF will also prepare a hazardous material investigation. The purpose of this analysis is to identify potential environmental hazardous material sites resulting from previous and /or current land uses. A records search will be conducted of local, state and federal regulatory agencies to identify known hazardous material sites. This background search of hazardous spills or contamination areas will cover a one -half mile radius around the project area. Follow up calls will be made to regulatory agencies to clarify the status of documented hazardous material sites. Based on the data compiled, RBF will interpret the information and provide conclusions regarding the potential existence of hazardous materials in the project area. If necessary, recommendations for subsequent investigations will be made. b. Surface Water Hydrology: Existing information as supplemented with the engineering studies will be used to prepare this section of the EIR. Mitigation measures will be recommended to reduce or eliminate any adverse land use impacts. C: \WINDOWS \TEMP \SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 8 of 25 C. Land Use: Existing land uses will be mapped for approximately 500 feet on each side the roadway improvements. The land use section will evaluate the project in relation to existing and proposed land uses and City General Plan and policies. Impacts will be assessed for both short-term construction and long -term operations impacts. Mitigation measures will be recommended to reduce or eliminate any adverse land use impacts. d. Traffic: RBF will prepare a traffic analysis which documents existing and forecast traffic operating conditions along the proposed roadway. The existing conditions section will describe the existing roadway conditions within the improvement segment, including peak hour intersection operation of key intersections. Any existing operating deficiencies (peak hour intersection operation at LOS C or worse) will be identified. Based on forecast future volumes provided by the City, future horizon year operating conditions of the roadway improvement segment will be discussed and documented with and without the proposed roadway improvement project. If necessary, mitigation measures will be recommended to achieve the City of Gilroy goal of peak hour intersection operation of LOS C or better. The analysis will also discuss the proposed improvement project's consistency with the City of Gilroy General Plan (existing and proposed) and related zoning ordinance, as well the County of Santa Clara Congestion Management Program, the County's ultimate plans for Santa Teresa Boulevard (expressway), and the South County Joint Area Plan. e. Air Quality: The air quality section will be prepared in accordance with the Bay Area Air Quality Management District CEQA Guidelines. Mobile source air quality emission will be quantified for with and without project conditions. Impacts will be assessed for both short -term construction and long -term operations impacts. Mitigation measures will be recommended to reduce or eliminate any adverse air quality impacts. f. Noise: The noise section will focus on impacts to existing and proposed residential land uses. The effectiveness of the C: \WINDOWS \TEMP\ SCOPE. DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 9 of 25 existing sound wall will be quantified to determine if additional height is required to adequately mitigate noise impacts. The predicted noise levels will be compared to existing noise levels, the appropriate General Plan Noise Element criteria, and to the relative changes in overall noise levels, to define the potential noise impacts due to the project. Noise mitigation measures will be described where necessary and feasible for the project. g. Biological Resources: Biotic Resources Group will prepare the biological resources section of the EIR. The plant communities within the surrounding area will be described in the existing setting section, including a narrative of dominant plant species, salient environmental features and the known /potential occurrence of sensitive plant habitats (if applicable). An analysis of potential impacts to biological resources from the proposed development (and alternatives) will be conducted as per CEQA requirements. Possible direct impacts that will be evaluated include removal of large -sized native trees, alteration of riparian woodland and /or wetlands, and removal of locally unique or rare species/ habitats. A tree count will also be conducted to document the number, species and size class of trees in the project area and which trees may be impacted by the project. The field surveys will ascertain the need, if any, for focused species surveys. This would include the California tiger salamander (known from the vicinity), the California red - legged frog, and the burrowing owl. h. Cultural Resources: A literature search shall be conducted to determine if any sensitive resources have been previously identified in the area. While none are expected, if the literature search proves otherwise, an augment to the budget may be necessary. L Aesthetics: A visual impact assessment will be prepared to document the visual intrusion of the proposed projects into the surrounding view shed. Mitigation measures will be recommended to reduce or eliminate any adverse aesthetic impacts. j. Public Services, Facilities, and Utilities: RBF staff will contact C: \WINDOWS \TEMP \SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 10 of 25 potentially affected public service and utility purveyors to assess impacts of the proposed project. At a minimum, electrical, natural gas, water supply, sewer /wastewater, agencies will be contacted to determine if any relocations are necessary. Letters will be sent to the service and utility agencies describing the proposed improvements. Written responses will be requested documenting existing and planned facilities in the immediate area. Impacts will be assessed for both short -term construction and long -term operations impacts. Mitigation measures will be recommended to reduce or eliminate any adverse land use impacts. This research will be coordinated and utilized with Task 1.2 of the proposal. k. Significant Unavoidable Adverse Impacts: RBF will discuss all significant unavoidable adverse impacts, in conformance with the State CEQA Guidelines, Section 15126(b). Included in the discussion will be any impacts that can be partially mitigated, but not to a level that is less than significant. Any mitigation measures considered, but eliminated from suggestion because of new impacts that would be associated with their implementation, will also be discussed. 1. Cumulative Impacts: RBF will evaluate cumulative impacts in the EIR. The analysis will address known projects, either approved or proposed (applications on file), within a defined area around each proposed project site. The cumulative impact assessment will be based on reasonably anticipated potential development projects that may, in combination with the proposed project, create adverse environmental impacts. The focus of the cumulative impact analysis is anticipated to be 'on traffic, air quality, biological resources, and noise. M. Growth - Inducing_ Impacts: Pursuant to Section 15126(g) of the State CEQA Guidelines, RBF will discuss in the EIR any potential growth- inducing impacts of the proposed project. Potential sources of growth inducement and their corresponding impacts, such as removal of obstacles to growth, major new employment generation, or major economic influences, will be qualitatively analyzed, to the extent that they are applicable. C: \WINDOWS \TEMP\SCOPE. DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 11 of 25 n. Alternatives: Based on the engineering studies and direction from the City, RBF will prepare the alternatives section of the EIR. The alternatives anticipated to be addressed in the EIR include: 1. No Project; 2. Alternative improvement design to mitigate an impact. As required by the State CEQA Guidelines, RBF will discuss the advantages and disadvantages of each alternative and the reasons for rejecting or recommending it. The environmentally superior alternative will be identified. A summary table of the alternatives and their associated impacts will be provided in the EIR summary. o. Executive Summary: RBF will prepare an executive summary, presenting the significant conclusions of the EIR for the projects, in a manner that is easily understood by the public. A summary table of the alternatives analyses will also be presented, as will issues still to be resolved and issues subject to potential controversy. P. Other CEQA Sections: Prepare other CEQA- mandated sections of the EIR as follows: a. Table of Contents; b. Irreversible and Irretrievable Commitment of Resources; C. Effects Found Not to Be Significant; d. List of Organizations and Persons Consulted; e Preparers of the Environmental Document; f. References; and g. Appendices. Product: 1. Administrative Draft EIR (6 copies). TASK 2.5 PREPARE AND ISSUE DRAFT EIR AND NOTICE OF COMPLETION RBF will respond to City staff comments on the Administrative Draft C: \WINDOWS \TEMP\SCOPE. DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 12 of 25 EIR, complete necessary revisions, and print the Draft EIR for public circulation. Revisions to the Administrative Draft EIR will be completed, pursuant to the scope of work. RBF will prepare and print copies of the Draft EIR for public circulation. A Notice of Completion will be prepared for the State Clearinghouse. A legal notice will also be prepared for inclusion in a newspaper of general circulation. Products: 1. Draft EIR (50 copies). 2. Draft EIR Appendices (50 copies). 3. Notice of Completion (5 copies). TASK 2.6 ATTEND PUBLIC HEARINGS ON DRAFT EIR RBF staff will attend up to two public hearings on the Draft EIR to develop an understanding of the public's comments and concerns, to be available to answer questions regarding environmental issues, and to make presentations on the Draft EIR. Product: 1. Attendance at up to two public hearings on the Draft EIR. TASK 2.7 PREPARE AND ISSUE ADMINISTRATIVE FINAL EIR RBF will prepare an Administrative Final EIR, with written responses to comments received on the Draft EIR that raise significant environmental issues. RBF will meet with City staff to review written comments on the draft EIR to develop a general framework and strategies for preparation of responses. The Administrative Final EIR will include the full text of the Draft EIR as revised, with modified portions of the Draft EIR in redline /strikeout format, along with a summary of the public hearing, and a Comment and Responses section. Product: 1. Administrative Final EIR (6 copies). TASK 2.8 PREPARE FINAL EIR RBF will prepare a Final EIR that incorporates City staff comments C: \WINDOWS \TEMP\SCOPE. DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 13 of 25 on the Administrative Final EIR. RBF will print the Final EIR for certification and adoption. Product: 1. Final EIR (20 copies). TASK 2.9 PREPARATION OF FINDINGS/ MITIGATION MONITORING PROGRAM RBF will prepare the necessary findings and statement of overriding considerations for the project. To comply with the Public Resources Code Section 21081.6 (AB 32180), RBF will also prepare a Mitigation Monitoring and Reporting Program for the project. RBF will work with City staff to identify appropriate monitoring steps/ procedures and in order to provide a basis for monitoring such measures during and upon Project implementation. Products: 1. Draft and Final Findings and a Statement of Overriding Considerations. 2. Draft and Final Mitigation Monitoring and Reporting Program (5 copies). TASK 2.1 O ATTEND PUBLIC HEARINGS FOR CERTIFICATION OF EIR AND FILE NOTICE OF DETERMINATION RBF will prepare and deliver presentations at the City's hearings for certification of the Final EIR and will respond to questions raised during the hearings. Upon certification, RBF will prepare and issue a Notice of Determination, in compliance with CEQA Guidelines. Products: 1. Attendance by the EIR Manager at up to two public hearings for Certification of the Final EIR. 2. Preparation of a Notice of Determination (5 copies). TASK 2.11 PROJECT COORDINATION AND MEETINGS RBF's EIR Manager will coordinate with City staff to ensure the timely completion of the EIR. The EIR Manager will also attend meetings on a regular basis with City staff. Product: 1. Attendance by the EIR Manager at up to eight (8) C: \WINDOWS \TEMP \SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 14 of 25 project meetings with City staff. PHASE III FINAL DESIGN PLANS, SPECIFICATIONS AND ESTIMATES Phase III PS8&E extends from First Street to, and including, Mantelli Drive. The portion of Santa Teresa Boulevard north of Mantelli Drive is specifically excluded from this phase. TASK 3.1 STREET IMPROVEMENT PLANS Consultant shall prepare final plan and profile street improvements at a scale of 1" = 40' based upon the approved geometric plans developed under Phase 1. Milestone submittals will be provided at 90% and 100% level of completion for City review, comments and approval. All plans will be completed in conformance with the latest design and drafting standards of the City of Gilroy and Caltrans. Plan sheets within the jurisdictional area of Caltrans will be in dual units showing metric and imperial units. The plans on Santa Teresa Boulevard will extend from approximately 600' south of First Street to 600' north of Mantelli Drive. Full improvements will be designed on Santa Teresa Boulevard from First Street to Mantelli Drive with transitions developed south and north of the intersections, respectively. Join condition transitions will be designed east and west of Santa Teresa Boulevard on First Street, Welburn Drive, and Mantelli Drive. Full improvements on Mantelli Drive from Santa Teresa Boulevard to Zinnea Way will also be provided. Detailed intersection designs will be developed for the four above mentioned intersections with spot elevations shown on a 10'x 10' grid to assure proper drainage through out the intersection. The following are the anticipated plan sheets: Plan Estimated Number of Sheets Title Sheet 1 Typical Cross Sections 2 Detail & Intersection Details 2 Plan and Profile 10 C: \WINDOWS \TEMP\SCOPE. DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 15 of 25 TASK 3.2 DESIGN CROSS SECTIONS Consultant will prepare design cross sections at a scale of 1" = 10' horizontal and 1" =1' vertical which will show original ground, the proposed improvements and removals. The design cross sections will not be a part of the plan set, but will be presented in a 11" x 17" booklet format for the City to verify design elements. TASK 3.3 STORM DRAIN IMPROVEMENT PLANS Consultant will prepare Storm Drain Improvement Plans at a scale of 1" = 40'. Plans will show any new inlets required and the relocation of catch basins with appropriate lateral plan and profile extensions. Main line storm drain improvements are excluded from this scope of work. It is anticipated that three sheets of plans and details will be required for this task. C: \WINDOWS \TEMP\ SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 16 of 25 TASK 3.4 WATER LINE UTILITY RELOCATIONS PLANS/ NOTIFICATIONS Consultant will utilize the utility information gathered under Phase 1 to prepare water line utility relocation plans (i. e. hydrants, meters) for the project at a scale of 1" = 40'. This task also includes the design of any new hydrants as may be required. It is anticipated that two sheets will be required for this task. Consultant will identify other utility owners within the sphere of the project which may be affected by the proposed improvements. Consultant will request locations for existing and proposed utilities, including high risk utilities as identified by Caltrans. Consultant will provide coordination interface to establish controls for utilities that would be included within the right -of -way limits, identify agencies responsible for the design and construction or relocation of said utilities and contact each agency to determine what utilities relocation efforts are required by this project. This task excludes preparation of utility relocation plans which will be prepared by others, if required. Utility potholing, if required, will be by City forces or the serving utility as appropriate. Consultant will request information and notify utility at appropriate milestones as necessary. TASK 3.5 TRAFFIC SIGNING AND STRIPING PLANS Consultant will prepare Traffic Signing and Striping Plans at a scale of 1 "= 40', with plan sheets to be double loaded. Plans will be prepared in accordance with the "Caltrans Traffic Manual ", Standard Plans and Specifications and the requirements of the City of Gilroy. It is anticipated that six sheets will be required for this task. TASK 3.6 TRAFFIC SIGNAL AND STREET LIGHT PLANS Consultant will prepare Traffic Signal / Signal Modification Plans at a scale of 1" = 20' for the three intersections on Santa Teresa Boulevard at First Street, Welburn Avenue, and Mantelli Drive. Plans will be prepare in accordance with the requirements of Caltrans and the City of Gilroy. It is anticipated that four sheets will be required C: \WINDOWS \TEMP \SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 17 of 25 for this task. C: \WINDOWS \TEMP \SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 18 of 25 Consultant will prepare Street Light Plans at a scale of 1" = 40'. Plan sheets will be double loaded. Street light plans will be for Santa Teresa Boulevard only. Plans will show location of street lights, conduit and pull box location. Lighting wiring will be sized with appropriate wiring diagrams. It is anticipated that four sheets will be required for this task. TASK 3.6A TRAFFIC SIGNAL INTERCONNECT SYSTEM Consultant shall prepare plans for installation of traffic signal interconnect conduit and wiring along Santa Teresa Boulevard from State Route 152 to the adjacent (two existing and one new) traffic signals. The plan will also show the installation of traffic signal interconnect hardware / software at the controller cabinets. The two (2) sheet plans shall be prepared at 1" =500' (or appropriate standard unit) scale and in accordance with standards set forth by the City and Caltrans. The length of the proposed traffic signal interconnect is approximately 1/z mile. TASK 3.6B TRAFFIC SIGNAL TIMING AND COORDINATION PLANS AND TIME SPACE DIAGRAMS As part of the RBF Project Team, Hartzog & Crabill Inc.(HCI), shall prepare Traffic Signal Timing Plans and Coordination Plans including Time Space Diagrams for the traffic signals at the following locations: - Santa Teresa Boulevard at First Street - Santa Teresa Boulevard at Welburn Avenue - Santa Teresa Boulevard at Mantelli Drive (new traffic signal) The following services will be provided under this task: Arterial Analysis - Signal timing parameters, travel -time data, twenty -four hour traffic counts and traffic signal plans will be collected from the City of Gilroy to analyze each project intersection. RBF will collect the peak hour traffic counts. C: \WINDOWS \TEMP \SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 19 of 25 The collected data will be analyzed for the project roadway utilizing timing optimization software. This analysis software will assist in the development of the time -space diagram and the related coordination timing plans which will include: Cycle, offset, split, and phase sequencing for each signalized location. "Free" timing parameters at each project intersection will be reviewed and will recommend changes, if any are needed, that will improve the overall operation of the traffic signal systems. Examples of free timing parameters that would be reviewed are: Walk and walk clearance intervals, minimum and maximum green times, yellow, red, extension /gap times and other programmed options. Three copies of the timing sheets will be provided for each intersection. Timing Plan Implementation - Upon approval of the timing plans by the City, the timing plans will be implemented into the local controllers for each project intersection. The implementation of the timing plans into the local controllers will involve manually entering the various timing parameters into the controllers and master controller (if existing) . Timing plan information will include the following: Revised "free" timing, coordination timing (AM, Midday and PM), and any time -of- day parameters. Three copies of the timing sheets for each project intersection will be provided to the City. Calibration of Timing Plans - Following the implementation of the final timing parameters, HCI will drive the corridor during the periods when time -of -day plans are in operation and make fine tuning adjustments. This calibration of the system will take place over a period of three days to thoroughly observe vehicle progression and any impacts to left- turning and side street traffic. Products: 1. Traffic Signal Timing and Coordination Plans 2. Time Space Diagrams 3. Timing Sheets for Each Project Intersection C:\W1NDOWS\TEMP\SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 20 of 25 TASK 3.6C INTERSECTION TURNING MOVEMENT TRAFFIC COUNTS In order to develop the signal timing and coordination plans, intersection turning movement traffic counts will be taken for the morning, mid -day and afternoon peak hour at the three intersections. Projectsion will be made for the east (unbuilt) leg of Mantelli. It is estimated that the City will provide twenty -four hour traffic counts to assist in the development of the signal timing and coordination plans. Product: 1. Morning, Mid -day and Afternoon Intersection Turning Movement Traffic Counts (3 intersections) Bxchtsions - Any work relating to the following items are specifically excluded from the engineering services but may be added as additional services for an additional fee: 2. Left Turn/Right Turn Storage Report 3. Additional Traffic Engineering Reports 4. Subconsultant Meeting Attendance 5. Additional Peak Hour Traffic Counts 6. Twenty -Four Hour Traffic Counts 7. Additional Timing Sheets and Coordination Plans TASK 3.7 LANDSCAPE CONSTRUCTION DRAWINGS Consultant shall prepare one (1) set of Landscape Construction Drawings including plans, specifications and estimates in sufficient form and detail to publically bid and construct landscape improvements. The plans will be prepared in AutoCADD 14 at a minimum scale of 1" = 20' on base sheets prepared by Consultant under a separate task. The plans will be prepared based on the approved Landscape Concept Plan. The plans shall include two (2) irrigation plan sheets, two (2) planting plan sheets and one (1) planting and irrigation detail sheet. TASK 3.8 CONSTRUCTION STAGING / TRAFFIC CONTROL PLANS Consultant will prepare a two phase stages construction plans for C: \WINDOWS \TEMP \SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 21 of 25 this project. Plans will be developed at a scale of 1" = 40' double loaded. Plans will be prepared in accordance with the "Standard Plans" and the "Manual of Traffic Control for Construction and Maintenance Work Zones" published by Caltrans or the work area Traffic Control Handbook published by Building News, Inc. Typical phasing details will be provided. It is anticipated that six (6) sheets will be required for this task. C: \WINDOWS \TEMP\ SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 22 of 25 TASK 3.9 LEGAL DESCRIPTIONS AND EXHIBITS Consultant shall provide the following legal descriptions and exhibits for the right -of -way acquisitions. 1. Two (2) exhibits and descriptions for the right -of -way conflicts at El Dorado Drive. 2. Four (4) exhibits and descriptions for the right -of -way conflicts at the Welburn Avenue intersection. 3. Two (2) exhibits and descriptions for the right -of -way conflicts on the west side of Mantelli Drive. 4. One (1) exhibit and description to close the gap on Mantelli Drive east of Santa Teresa Boulevard. TASK 3.10 FINAL QUANTITY AND COST ESTIMATES Consultant will prepare final quantity take off and cost estimates for each plan submittal at 90% and 100 %. The final quantity take off will utilized in the preparation of the bid schedule. TASK 3.11 SPECIFICATIONS Consultant will prepare contract documents in accordance with the requirements of Caltrans and the City of Gilroy. The City will provide its current `boilerplate" contract forms, general conditions, and general provisions on a diskette in Word format. Consultant will modify this "boilerplate" information and add the technical provisions for this Project utilizing Caltrans specifications in applicable areas. TASK 5.12 MEETING ATTENDANCE Consultant will attend up to six (6) coordination meetings with the City and other agencies during the implementation of Phase II. Consultant will arrange meetings, provide discussion materials and agendas and develop and distribute meeting notes. C: \WINDOWS \TEMP\SCOPE. DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 23 of 25 TASK 3.13 PROJECT MANAGEMENT Consultant will provide project management, liaison with affected entities, progress monitoring and maintenance of project files. Consultant will supervise, coordinate, monitor and review design for conformance with City standards, policies and procedures. Consultant will prepare an action item matrix, document all project decision and distribute correspondence copies. TASK 3.14 GOVERNMENT PROCESSING Consultant will prepare encroachment permits for the City for submittal to Caltrans and the County of Santa Clara. Consultant shall coordinate, provide review and obtain Caltrans and County approval for these permits. PHASE IV CONSTRUCTION SUPPORT SERVICES Phase IV Support Services extend from First Street to, and including, Mantelli Drive. The portion of Santa Teresa Boulevard north of Mantelli Drive is specifically excluded from this phase. TASK 4.1 CONSTRUCTION CONTROL SURVEY Consultant will provide control utilized during the field survey phase to the project contractor. Project datum and coordinates for control will be provided on the project plans. One eight (8) hour field crew day has been included in this task to re- establish the control, if needed. TASK 4.2 BID AND AWARD SUPPORT SERVICES Consultant will provide services during the bidding phase of the project by responding to questions, preparing addenda, and final review of bids, if requested by the City. This task is limited to a maximum of twenty (20) hours. Q \WINDOWS \TEMP \SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 24 of 25 TASK 4.3 CONSTRUCTION SUPPORT SERVICES Consultant will provide services during the construction phase of the project by responding to questions, preparing plan revisions as required and the review of any shop drawings. Services will be provided on a time and material basis within the budget established under the fee section. TASK 4.4 AS -BUILT RECORD DRAWINGS Consultant will prepare one set of duplicate mylars "As- Builts" record plans based on markings provided by Contractor during construction. EXCLUSIONS The following are excluded from the scope of work; 1. Formal drainage studies, with the exception of drainage calculations as necessary to support any proposed drainage system modification to be designed in Phase I. 2. Geotechnical and pavement analysis and or reports. As discussed with City staff, any updating of the existing data and/or supplemental studies (if required) can be contracted directly by the City with the existing Geotechnical Consultants. 3. Utility Relocation Plans other than water relocation plans. 4. Storm Water Pollution Prevention Plan/Notice of Intent. 5. Construction staking, inspection, administration, construction quantity calculations and management. 6. Soundwall and retaining wall design and permitting. 7. Utility design for sewer in Mantelli Drive. C: \WINDOWS \TEMP \SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 25 of 25 EXHIBIT "C" "PAYMENT SCHEDULE" SANTA TERESA BOULEVARD WIDENING AND MANTELLI DRIVE GAP CLOSURE PROJECT The total payment to CONSULTANT for all work, service, material, equipment and incidentals necessary for performing and completing the Tasks set forth in this agreement, shall be for the sum of $422,185.00. CITY shall compensate CONSULTANT in proportion to the services performed and invoiced to the CITY as outlined below, subject to Article 4 of this agreement. PHASE I PRELIMINARY ENGINEERING TASK DESCRIPTION TEE Task 1.1 "Kickoff' Meeting $2,680.00 Task 1.2 Research, Investigation and Field Review $9,030.00 Task 1.3 Field Topographic Surveys $49,560.00 Task 1.4 Storm Drainage Assessment $8,580.00 Task 1.5 Geometric Approval Drawings $25,500.00 Task 1.6 Preliminary Cost and Quantity Estimate $6,480.00 Task 1.7 Preliminary Design Evaluation Report $9,240.00 Task 1.8 Landscape Concept Plan and Rendering $3,800.00 Task 1.8a Supplemental Landscape Concept Plan and $3,800.00 Rendering (Optional) Task 1.9 Project Management, Progress Report and $5,040.00 Project Coordination Phase I Subtotal $123,710.0 0 C: \WINDOWS \TEMP\ SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 26 of 25 PHASE II ENVIRONMENTAL DOCUMENT TASK DESCRIPTION FEE Task 2.1 Project Kick -Off / Internal Scoping Meeting $800.00 Task 2.2 Prepare Project Description $400.00 Task 2.3 Prepare and Issue Notice of Preparation $325.00 Task 2.4 Prepare and Issue Administrative Draft EIR $42,750.00 Task 2.5 Prepare and Issue Draft EIR and Notice of $3,950.00 Completion Task 2.6 Attend Public Hearings on Draft EIR $800.00 Task 2.7 Prepare and Issue Administrative Final EIR $6,820.00 Task 2.8 Prepare Final EIR $17440.00 Task 2.9 Preparation of Findings / Mitigation Monitoring $1,670.00 Program Task 2.10 Attend Public Hearings for Certification of EIR $27000.00 and File Notice of Determination Task 2.11 Project Coordination and Meetings $8,630.00 Phase II Subtotal $69,585.00 PHASE III FINAL DESIGN PLANS, SPECIFICATIONS AND ESTIMATES TASK DESCRIPTION FEE Task 3.1 Street Improvement Plans $49,500.00 Task 3.2 Design Cross Sections $8,550.00 Task 3.3 Storm Drain Improvement Plans $11,620.00 Task 3.4 Water Line Utility Relocations Plans / $5,300.00 C: \WINDOWS \TEMP\SCOPE. DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 27 of 25 PHASE IV CONSTRUCTION SUPPORT SERVICES TASK DESCRIPTION FEE Task 4.1 Construction Control Survey $1,900.00 Task 4.2 Bid and Award Support Services $2,660.00 Task 4.3 Construction Support Services $77600.00 Task 4.4 As -Built Record Drawings $4,980.00 Phase IV Subtotal $17,140.00 C: \WINDOWS \TEMP \SCOPE.DOC Notifications Task 3.5 Traffic Signing and Striping Plans $18,060.00 Task 3.6 Traffic Signal and Street Light Plans $22,820.00 Task 3.6a Traffic Signal Interconnect System $5,420.00 Task 3.6b Traffic Signal Timing and Coordination Plans $6,240.00 Task 3.6c Intersection Turning Movement Traffic Counts $760.00 Task 3.7 Landscape Construction Drawings $14,250.00 Task 3.8 Construction Staging / Traffic Control Plans $18,060.00 Task 3.9 Legal Descriptions and Exhibits $8,730.00 Task 3.10 Final Quantity and Cost Estimates $3,240.00 Task 3.11 Specifications $5,820.00 Task 3.12 Meeting Attendance $6,960.00 Task 3.13 Project Management $6,640.00 Task 3.14 Government Processing $4,780.00 Phase III Subtotal $196,750.0 0 PHASE IV CONSTRUCTION SUPPORT SERVICES TASK DESCRIPTION FEE Task 4.1 Construction Control Survey $1,900.00 Task 4.2 Bid and Award Support Services $2,660.00 Task 4.3 Construction Support Services $77600.00 Task 4.4 As -Built Record Drawings $4,980.00 Phase IV Subtotal $17,140.00 C: \WINDOWS \TEMP \SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 28 of 25 TASK DESCRIPTION FEE Reimbursable Budget $15,000.00 Reimbursable Subtotal $15,000.00 Professional Services Total $422,185.0 0 Blueprinting, reproduction, messenger service and other direct expenses will be charged as additional costs plus a fifteen percent (15 %) handling fee. A Subconsultant Management Fee of fifteen percent (15 %) has be added to the direct cost of any subconsultant services to provide for the costs of administration, subconsultant consultation and insurance. The fees proposed herein shall apply until December 31, 2000. Due to ever - changing costs, Consultant will increase those portions of the contract fee for which work must still be completed after December 31, 2000, by ten - percent (10 %) . C: \WINDOWS \TEMP \SCOPE.DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 29 of 25 EXHIBIT "D" "MILESTONE SCHEDULE" SANTA TERESA BOULEVARD WIDENING AND MANTELLI DRIVE GAP CLOSURE PROJECT Deliverable Schedule Tasks Complete for 3.14 (up to Billing Purposes Field Survey and Topo 2 weeks after Notice to 100% Submittal Compilation Proceed 3.14 (up to Preliminary Design Report 5 weeks after Notice to 1.4 - 1.7, 1.9 Submittal Proceed 2 weeks after receiving City Landscape Concept Plan / 2 weeks after PDR Submittal 1.8 Rendering Notice of Preparation 5 weeks after Notice to 2.1 - 2.3 Proceed period Issue Administrative Draft EIR 9 weeks after Notice to 2.4-2.5 1 week after City Final Proceed Construction Documents 90% Submittal 14 weeks after receiving City 3.1 - 3.14 (up to check prints 90 %) 100% Submittal 3 weeks after receiving City 3.1 - 3.14 (up to check prints 98 %) Completed Documents 2 weeks after receiving City 3.1 - 3.14 (100 %) check prints Prepare and Issue 3 weeks after 45 day review 2.6-2.9 Administrative Final EIR period Final EIR 1 week after City Final 2.10-2.11 Review C: \WINDOWS \TEMP\SCOPE. DOC Revised January 27, 2000 Robert Bein, William Frost & Associates December 8, 1999 Contract Agreement for JN 35- 100063 Page 30 of 25 Note - This schedule assumes a Notice to Proceed of December 21, 1999 and does not include any review time by the City or other agencies. C: \WINDOWS \TEMP \SCOPE.DOC OF Z „ crinom` o a -- �Pq TED Mph (nitu of 61+lrou COMMUNITY DEVELOPMENT DEPARTMENT Norman S. Allen, P.E., Director Planning Division (408) 846 -0440 FAX (408) 846 -0429 Engineering Division (408) 846 -0450 FAX (408) 846 -0429 Building, Life & Environmental Safety Division (408) 846 -0430 FAX (408) 846 -0429 Housing & Community Development (408) 846 -0290 FAX (408) 846 -0429 NOTICE TO PROCEED TO: RBF & Associates DATE: 6/1/2000 1981 North Broadway. Suite 235 Walnut Creek, CA 94596 -3817 PROJECT: ADDENDUM #1 to RFP261, Final Design Plans, Specifications and Estimates for the Santa Teresa Boulevard Widening and Mantelli Drive Gap Closure Project You are hereby given Notice to Proceed with the above - referenced project. The effective date of this Notice to Proceed shall be 6/01/2000. Please acknowledge acceptance of this notice as provided below, and return one copy to the City of Gilroy, Community Development Department, Engineering Division, 7351 Rosanna Street, Gilroy, CA 95020. Owner: Community Development Department By: Title: kc E._. L.r o`, ' E Acceptance of Notice Receipt of this Notice to Proceed is hereb o ledged by: this 'T' day of 2000. By: lwl"L J, Zf 11"It2 Title: V. P, 7351 Rosanna Street, Gilroy, CA 95020