Loading...
HomeMy WebLinkAboutReso 188-1986 RESOLUTION NO. 188-86 CITY COUNCIL, CITY OF SOUTH SAN FRANCISCO, STATE OF CALIFORNIA A RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT FOR CONSULTING SERVICES FOR THE OYSTER POINT INTERCHANGE AND GRADE SEPARATION {CH2M HILL/T.Y. LIN INTERNATIONAL) WHEREAS, the City Manager requires engineering and management services to process, design and construct proposed improvements on State Route 101 at Oyster Point Boulevard at the Southern Pacific Transportation Company track, and other engineering services; and WHEREAS, CH2M HILL/T.Y. LIN INTERNATIONAL, a joint venture, is duly licensed as registered Professional Engineers in the State of California, is qualified and experienced to provide such services and has the personnel and facilities necessary to accomplish the work within the required time; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of South San Francisco tha~ %he Agreemen~ a~ached as Exhibit "A" entitled "Agreemen~ for Consulting Services for the Oyster Point Interchange and Grade Separation, South San Francisco, California" including Task Order No. 1, between the City of South San Francisco and CH2M Hill/T.Y. Lin International is hereby approved and the City Manager is hereby authorized to execute ~he Agreement. I hereby certify that the foregoing Resolution was regularly introduced and adopted by the City Council of the City of South San Francisco at a regular meeting held on ~he lOth day of December , 1986 by the following vote: AYES: Councilmembers John "Jack" Drago, Richard A. Haffey, Gus Nicolopulos and Mark N. Addiego None NOES: ABSENT: Councilmember Roberta Cerri Teglia ~/~ATTEST: ~l~y Cler~~ EXHIBIT A TO RESOLUTION NO. 188-86 AGREEMENT FOR CONSULTING SERVICES FOR THE OYSTER POINT INTERCHANGE AND GRADE SEPARATION SOUTH SAN FRANCISCO, CALIFORNIA THIS AGREEMENT is made and entered into this 10th day of December , 1986, by and between the CITY OF SOUTH SAN FRANCISCO, a municipal California corporation (herein- after referred to as "CITY"), and CH2M HILL/T.Y. LIN INTER- NATIONAL, a joint venture (hereinafter referred to as "CONSULTANT"). WI TNES SETH : WHEREAS, the CITY requires engineering, and management ser- vices to process, design, and construct proposed improvements on State Route 101 in the City of South San Francisco, San Mateo County, at Oyster Point Boulevard at the Southern Pac- ific Transportation Company (SPTC) track (hereinafter re- ferred to as the PROJECT), and other engineering services; and W~EREAS, the CONSULTANT is duly licensed as a registered Professional Engineer in the State of California, is quali- fied and experienced to provide such services, and has the personnel and facilities necessary to accomplish the work within the required time. NOW, T~EREFORE, in consideration of the mutual cove- nants, agreements and conditions contained herein, CITY and CONSULTANT agree as follows: ARTICLE 1: CONSULTANT'S SERVICES. The CONSULTANT shall perform professional services required by the CITY for this PROJECT upon receipt of a fully executed TASK ORDER from the CITY. Each TASK ORDER shall list the scope of services to be performed, state the time within which the work is to be completed, delineate any special conditions, state the method of compensation for services, and authorize the CONSULTANT to proceed. It is agreed between the parties to this AGREE- MENT that the CONSULTANT cannot be responsible for delays occasioned by factors beyond its control, nor by factors which could not reasonably have been foreseen at the time the AGREEMENT was prepared. It is agreed that CONSULTANT will take reasonable steps to comply with time requirements if factors beyond CONSULTANT'S control make the time schedule difficult to achieve. ARTICLE 2: COMPENSATION AND PAYMENT FOR SERVICES. As consideration for providing the services under ARTICLE 1, the CITY shall compensate the CONSULTANT on a Labor and Expenses basis for each TASK ORDER unless specifically modified by the TASK ORDER. The basis of compensation for each TASK ORDER shall be determined at the time the CITY and CONSULTANT engage in meaningful negotiations for that TASK ORDER. A. Labor and Expenses. For the Labor and Expenses compensation basis, the CITY shall pay the CONSULTANT the amount of the CONSULTANT's salary costs expended for each service, times a multiplier for general overhead and profit, plus direct expenses in connection therewith for the services listed in the TASK ORDER. Each TASK ORDER may include a Not-to-Exceed Cost Ceiling. Except as otherwise specified herein, the total payment for each service shall not exceed the Cost Ceiling listed in the TASK ORDER, without a formal amendment of the TASK ORDER. Payment shall be made for the amount due for each service rendered during the monthly billing period based on salary costs expended times a multiplier, plus direct expenses. Representa- tive hourly billing rates which include the general overhead and profit multiplier are shown in the attached Exhibit A. Payment shall be made within 2 45 days after date of monthly billing for the CONSULTANT's actual value of work accomplished from the date of the TASK ORDER authorization, less previous payments. For the purpose of payment, the salary costs, mul- tiplier and expenses shall be those rates typically utilized by the CONSULTANT for billing purposes as de- fined in Section B below. B. Definitions. 1. CONSULTANT's salary costs are the amount of the direct wages and salaries of the CONSULTANT's employees working on the PROJECT, plus a percent- age of such wages or salaries to cover all taxes, payments, and premiums measured by or applicable at the time of performance to such wages or sal- aries, such as, but not limited to, Worker's Com- pensation Insurance, Social Security, State and Federal unemployment insurance, pension plan costs, and pro rata allowances for vacation, sick leave, and holiday pay. 2. CONSULTANT's general overhead costs are those general administrative and operating costs, exclusive of salary cost overheads, that are in- curred by the CONSULTANT during the period of per- formance of the services. The multiplier to cover the CONSULTANT's general overhead costs and profit shall be 2.20, or as indicated in the TASK ORDER. 3. CONSULTANT's direct expenses are the costs incurred on, or directly for, the PROJECT, other than the salary costs and general overhead costs (as defined hereinbefore). Direct expenses shall mean all expenses incurred by the CONSULTANT including, but not limited to, materials, supplies, subsistence, transportation, outside services, and equipment rental expenses incidental to and rea- sonably necessary for the performance of the proj- ect. Fees for subconsultant and other outside services shall be charged at CONSULTANT's cost plus 5 percent for administration. Certain direct expenses shall be charged in accordance with the CONSULTANT's Standard Schedule of Rates and Charges applicable at the time of invoicing. ARTICLE 3: AVAILABILITY OF DATA. The CITY shall make available to the CONSULTANT all technical data in the CITY's possession, including maps, reports, drawings, surveys, soil boring logs, and other information required by the CONSULTANT relating to this work. ARTICLE 4: PROFESSIONAL STANDARDS. CONSULTANT shall be responsible, to the level of competency presently main- tained by other practicing professional engineers in the same type of work in CITY's geographic area, for the profes- sional and technical soundness, accuracy, and adequacy of all designs, drawings, specifications, and other work and materials furnished under this AGREEMENT. CONSULTANT makes no other warranty, express or implied. ARTICLE 5: SOILS WORK. In soils investigation work and in determining subsurface conditions for the PROJECT, it is understood that soil characteristics may vary greatly between successive test points and sample intervals. The CONSULTANT will perform this work in accordance with gen- erally accepted soils engineering practices and shall use this information to the same extent as would any independent engineer in making its recommendations to the CITY on the PROJECT, and makes no other warranty, express or implied. ARTICLE 6: COST ESTIMATES. The estimates of cost for the PROJECT provided for herein are to be prepared by the CONSULTANT through exercise of its experience and judgement in applying presently available cost data, but it is recog- nized that CONSULTANT has no control over cost of labor and 4 materials, or over competitive bidding procedures and market conditions, so that it cannot warrant that the project con- struction costs will not vary from its cost estimates. ARTICLE 7: TERMINATION. This AGREEMENT may be termi- nated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this AGREEMENT through no fault of the terminating party. The CITY may terminate this AGREEMENT at any time upon mailing of notice in writing to the CONSULTANT that the AGREEMENT is terminated. Upon receipt of a notice of ter- mination, CONSULTANT shall promptly cease work on the PROJECT (unless the notice directs otherwise) and cancel services or products which CONSULTANT had ordered in accordance with this AGREEMENT. CONSULTANT shall be compensated for all work performed prior to time of receipt of notice of termination, and shall be compensated for materials ordered by the CONSULTANT or its employees, or services of others ordered by the CONSUL- TANT or its employees prior to receipt of notice of termina- tion whether or not such materials or final instruments of services of others have actually been delivered, provided that CONSULTANT is not able to cancel such orders for mate- rials or services of others. City shall compensate CONSULTANT in the event of termi- nation based upon the amounts established by this AGREEMENT and attachments hereto. Where the provisions of this AGP~E- MENT cannot be applied, the payment shall be based upon a reasonable estimated percentage of the work completed. In the event of termination, CONSULTANT shall deliver or otherwise make available to CITY all data, drawings, specifications, reports, estimates, summaries, and other such information and materials as may have been accumulated by CONSULTANT in performing this AGREEMENT, whether completed or in progress. ARTICLE 8: CHANGES: CITY may request, from time to time, changes in the Scope of Services to be provided. Com- pensation for any such change shall be in accordance with Article 2. ARTICLE 9: OWNERSHIP OF DOCUMENTS. All maps, designs, reports, work, data, and other documents completed or par- tially completed by CONSULTANT in the performance of this AGREEMENT shall become the property of CITY. Any reuse of documents by CITY for purposes other than intended by this PROJECT will be at CITY's risk and CITY will hold CONSULTANT harmless from all claims and damage arising out of reuse of CONSULTANT's work. ARTICLE 10: INDEPENDENT CONTRACTOR. CONSULTANT is an independent contractor retained by the CITY to perform the work described herein. All personnel employed by the CON- SULTANT, including subcontractors and personnel of said subcontractors, are not and shall not be deemed to be employees of the CITY. The CONSULTANT and approved subcontractors shall comply with all State and Federal laws pertaining to employment and compensation of their employees or agents, including the provision of Worker's Compensation. The CITY shall not, under any circumstances, be liable to CONSULTANT or any person or persons acting for CONSULTANT for any death, injury, or property destruction or damage received or claimed relating to or stemming from the activi- ties undertaken pursuant to the AGREEMENT. ARTICLE 11: ASSIGNMENT. CITY is entering into this AGREEMENT in consideration of the rendition of services re- quired herein by CONSULTANT. CONSULTANT shall not assign any of the duties, responsibilities, or obligations of this AGREEMENT to any other firm, company, entity, or individual, except with the express written consent of CITY, and then only upon such terms and conditions as CITY may set forth in writing. Nothing set forth in this paragraph shall preclude CONSULTANT from assigning any of the money due and owing to it from CITY. 6 ARTICLE 12: ~NDEMNIFICATION. CONSULTANT shall defend, indemnify, and hold harmless, the CITY and its officers and employees from and against all claims, losses, damage, in- jury, and liability for damages arising from negligent acts, errors or omissions of the CONSULTANT in the performance of its services under this AGREEMENT. This indemnification shall extend for one year after completion of the PROJECT as well as during the period of actual performance of services under this AGREEMENT. Acceptance by the CITY of the insur- ance certificates required under this AGREEMENT does not relieve the CONSULTANT from liability under this indemnity and hold harmless clause. CONSULTANT's liability to the CITY for any cause or combination of causes is, in the ag- gregate, limited to an amount no greater than the fee earned under this AGREEMENT, whether such liability arises in breach of Contract or Warranty, tort including negligence, strict liability or otherwise. ARTICLE 13: INSURANCE. During the term of this AGREE- MENT, CONSULTANT shall maintain in full force and effect at its own cost and expense, the coverage stated in paragraphs A, B, and C. The insurance coverages required herein shall be provided separately and equally by the two joint venture partners, with each firm providing one-half of the required coverage. A. Worker's Compensation Insurance Full Worker's Compensation Insurance shall be pro- vided with a limit of at least $100,000 for any one person. General Liability and Bodily Injury Insurance CONSULTANT shall obtain and keep in full force and effect, a comprehensive general liability policy for at least $500,000 combined limit for bodily injury and property damage; provided that the CITY, its officers, employees, and agents are to be named additional insureds under the policy, and that the Ce policy shall stipulate that this insurance will operate as primary insurance for work performed by CONSULTANT and its subconsultants, and that no other insurance effected by CITY or other named insureds will be called on to cover a loss covered thereunder. Said policy may contain an exception for bodily injury and property damage claims aris- ing out of the rendering or failure to render pro- fessional services by such CONSULTANT, including: 1. The preparation of maps, drawings, reports, surveys, change orders, designs, or specifi- cations; and 2. Supervisory inspection, surveying or engi- neering services. Professional Liability Insurance CONSULTANT shall carry professional liability insurance to the amount of $1,000,000. Certificate of Insurance CONSULTANT shall complete and file with the City Engineer, within fifteen (15) days of the execution of the AGREEMENT, and prior to engaging in any op- eration or activity set forth in this AGREEMENT, certificates of insurance which shall provide that no cancellation, major change in coverage, or ex- piration by the insurance company will be made during the term of this AGREEMENT, without thirty (30) days written notice to CITY prior to the effective date of such cancellation, or change in coverage. Both firms of the joint venture shall submit separate insurance certificates stating their coverage as hereinbefore required. ARTICLE 14: NOTICES. All notices herein required shall be in writing and shall be sent by certified or registered mail, postage prepaid, addressed as follows: TO CITY: Robert S. Yee Deputy City Manager/City Engineer 400 Grand Avenue P.O. Box 711 South San Francisco, California 94083 TO CONSULTANT: George E. Romolka CH2M HILL/T.Y. LIN INTERNATIONAL, a joint venture 2200 Powell Street, 8th Floor Emeryville, California 94608 ARTICLE 15: CONFORMANCE TO APPLICABLE LAWS. CONSULTANT shall comply with all applicable Federal, State, and munici- pal laws, rules, and ordinances. No discrimination shall be made by CONSULTANT in the employment of persons to work under this AGREEMENT because of race, color, national origin, an- cestry, sex or religion of such person. CONSULTANT shall comply with provisions of CITY's Affirmative Action Contract Compliance Program. ARTICLE 16: WAIVER. In the event that either CITY or CONSULTANT shall at any time or times waive any breach of this AGREEMENT by the other, such waiver shall not constitute a waiver of any other or succeeding breach of this AGREEMENT, whether of the same or any other covenant, condition or obligation. ARTICLE 17: ATTORNEY'S FEES. The prevailing party in any action brought to enforce or construe the terms of this AGREEMENT may recover from the other party its reasonable costs and attorney's fees expended in connection with such an action. ARTICLE 18: BINDING ON SUCCESSORS. This AGREEMENT is binding on the heirs, successors, and assigns of the parties hereto and is not to be assigned by either party without first obtaining the written consent of the other. 9 7 ~T IT ARTICLE 19: AMENDMENT. This AGREEMENT may be amended, modified, or changed by the parties provided that said amendment, modification, or change is in writing and approved by both parties. ARTICLE 20: SCOPE OF AGREEMENT. This writing consti- tutes the entire agreement between the parties relative to consulting services for the PROJECT. IN WITNESS WREREOF, the parties have executed this AGREEMENT the day and year first above written. CITY OF SOUTH SAN FRANCISCO CH2M HILL/T.Y. LIN INTERNATIONAL a joint venture 6o .ge Prgject .~anager ~ Deputy Project Manager ATTEST: , City Clerk APPROVED AS TO FORM: , City Attorney SFA9/055 10 EXHIBIT A AGREEMENT FOR CONSULTING SERVICES FOR OYSTER POINT INTERCHANGE AND GRADE SEPARATION SOUTH SAN FRANCISCO, CALIFORNIA REPRESENTATIVE 1987 HOURLY RATES AT BILLING MULTIPLIER* Classification Engineer 0 Engineer 1 Engineer 2 Engineer 3 Engineer 4 Engineer 5 Engineer 6 Engineer 7 Planner 1 Planner 2 Planner 3 Planner 4 Planner 5 Technician ! Technician 2 Technician 3 Technician 4 Technician 5 Junior Engineer Staff Engineer Staff Engineer Project Engineer Senior Engineer Project Manager Senior Project Manager Principal Junior Planner Staff Planner Staff Planner Project Planner Senior Planner Hourly Rate $ 44.00 52.00 57.75 64.25 73.25 83.00 92.00 107.50 44.00 52.00 64.25 73.25 83.00 Draftsman 35.00 Draftsman 42.25 Designer 50.50 Designer 58.50 Senior Technician 67.50 Office 32.00 *These rates will be confirmed in January, 1987. The above billing rates are approximate average rates for the staff level indicated. Projected actual 1987 billing rates for individuals expected to work on the project are shown on the following pages. SFA9/039 1 CH2M HILL Employee Grade Projected 1987' Hourly Billing Rate Weihs, E. EN 1 $ 48.47 Sears, M. EN 1 53.06 Ashford, S. EN 2 56.25 Mog, D. EN 2 59.53 Ionta, T. EN 2 60.09 Johnson, M. EN 2 63.18 Levernier, D. EN 3 60.74 Corpuz, F. EN 3 63.44 Aldrich, J. EN 3 66.21 Johnson, J. EN 3 71.45 Cole, H. EN 4 74.93 Melhorn, L. EN 4 84.89 Wilburn, H. EM 5 72.10 Kelstrom, D. EM 5 72.94 Nyby, D. EN 5 73.34 Kiang, D. EN 5 77.70 Harrasser, E. EM 6 78.87 Elliott, R. EN 6 104.94 Homolka, G. EN 6 102.98 O'Leary, W. EN 6 118.68 Bender, O. EN 7 95.73 Dominguez, S. TA 1 19.53 Douglas, A. TA 1 24.61 Nassar, C. TE 1 32.68 Cortez, A. TE 1 33.04 Leong, S. TA 3 32.19 Haecker, D. TE 3 44.14 Angelo, D. TE 3 46.09 Remolder, M. TE 3 48.17 Chittenden, T. TE 4 57.97 Pouliot, P. TE 4 61.42 Newman, D. TM 5 57.39 Johnson, K. TE 5 63.83 Lawson, R. SC 4 56.05 Van Schaack, J. ED 4 58.39 Vaughn, R. SV 5 57.73 Word Processing Avg. Rate 31.47 *The above billing rates are projections for 1987. Actual 1987 billing rates may vary. SFR16/266-1 T.Y. LIN Employee Grade Projected 1987' Hourly Billing Rate Fei, M. P 2 $ 42.35 Cormier, K. P 2 44.04 Druillard, F. P 2 47.07 Ho, T. P 3 48.30 Kompfrer, T. P 3 50.81 Hsiao, K. P 3 59.14 Lu, H.S. P 4 66.47 Zimmerman, R. P 4 80.75 Pu, D. P 5 95.63 Seim, C. P 5 105.49 Tai, J. P 5 111.42 Redfield, C. P 5 119.36 Connell, R. Principal 106.63 Yang, Y.C. Principal 164.64 Lin, T.Y. Principal 180.33 Noyk, S. T 2 34.67 Kwok, B. T 2 37.66 Chien, L. T 3 33.23 Levine, J. T 3 45.15 Leung, S. T 4 54.46 Hung, F. T 4 56.60 *The above billing rates are projections for 1987. Actual 1987 billing rates may vary. SFR16/266-2 TASK ORDER NO. ! OF THE AGREEMENT CITY OF SOUTH SAN FRANCISCO AND CH2M HILL/T.Y. LIN INTERNATIONAL, a joint venture AUTHORIZATION OF SERVICES FOR PROJECT REPORT AND CONCEPTUAL DESIGN FOR THE OYSTER POINT INTERCHANGE AND GRADE SEPARATION ® Purpose: The purpose of the TASK ORDER is to authorize and direct the CONSULTANT to proceed with the work specified in Item 2 of this TASK ORDER, in accordance with the provi- sions of Article 1 of that AGREEMENT between the parties hereto dated , 1986. Scope of Work The work authorized by this TASK ORDER is described in the "Scope of Services" attached hereto as Exhibit 1-A. Time of Performance: The work authorized by this TASK ORDER shall be per- formed as shown on the attached schedule on Exhibit 1-B. Compensation and Payment: Compensation shall be on a Labor and Expense basis as provided in Article 2 of the AGREEMENT. The cost ceil- ing for the work authorized by this TASK ORDER shall be $185,000. Support data are attached as Exhibit 1-C. Payment shall be in accordance with Article 2 of the AGREEMENT. Effective Date: This TASK ORDER shall become effective immediately upon its execution by both parties. Spec/al Conditions: CONSULTANT shall assign the following members of its staff to perform the work included in this TASK ORDER. The individuals shall not be removed from the PROJECT without the written consent of the City. o George E. Homolka, Project Manager o Charles Seim, Deputy Project Manager o Les Melhorn, Assistant Project Manager--Design Development Process T T11I Incorporation by Reference: All items and conditions contained in the aformentioned AGREEMENT between the City of South San Francisco and CH2M HILL are incorporated herein by reference. Executed this /~%kday of ~a~6/~ 1986. CH2M HILL/.T.Y. LIN INTERNATIONAL, a joint ~nture ~ Project Manager Deputy Project Manager ATTEST: , City Clerk APPROVED AS TO FORM: By , City Attorney SFA9/056 EXHIBIT 1-A TASK ORDER NO. 1 THE OYSTER POINT INTERCHANGE AND GRADE SEPARATION SOUTH SAN FRANCISCO, CALIFORNIA SCOPE OF SERVICES BACKGROUND The City of South San Francisco is proposing to finance and construct improvements to the Oyster Point Boulevard Inter- change at Highway 101 and a grade separation to eliminate the existing at-grade crossing of Oyster Point Boulevard at the Southern Pacific Transportation Company (SPTC) tracks. The City prepared a Grade Separation Feasibility Study to identify alternatives and is currently preparing an environ- mental document to investigate and develop plans for mitigat- ing the potential impacts of the proposed improvements. Caltrans has revised the conceptual geometrics and is actively developing the project through their project development process. The Project Study Report has been approved, the Project Development Team has been formed, and the Memorandum of Understanding for the planning and design phase, is being prepared. The purpose of this TASK ORDER is to perform the necessary studies and preliminary designs to prepare a Draft Project Report, a Draft Project Approval Report, and other documents leading to the formal clearance and approval of the proposed improvements by the California Department of Transportation (Caltrans), the Federal Highway Administration (FHWA), the California State Public Utilities Commission (PUC), and the Southern Pacific Transportation Company (SPTC). SCOPE OF SERVICES The CONSULTANT's work is described in the following tasks: TASK 1-1: ADMINISTRATION CONSULTANT will be the contractor with the City of South San Francisco for all services for this project. Environmental and traffic consultants are presently under separate contract with the City. Coordinating and managing the work of the CITY's other consultants is not included in the scope of work for this TASK ORDER unless specifically indicated. Subtasks for the work in this task are: Subtask 1-1.1: Administration Administer the contract with the City and the contracts with subconsultants. Monitor compliance with the provi- sions of the contracts. Provide a single point of con- tact for the City with regard to contractual matters. Subtask 1-].2: Monitoring Monitor progress of the project regarding budget and schedule. Provide status reports and billings on a monthly basis. TASK ]-2: ENGINEERING MANAGEMENT CONSULTANT will be responsible for management of the project consultant team, coordination with the City and affected agencies and production of reports, maps, and graphics. In- cluded are the following subtasks. Subtask 1-2.1: Management Manage the work efforts of the project team. Provide work plans, schedules, and budgets. Provide direction regarding project goals and policy. Establish standards regarding product quality, format, presentation, graph- ics, and content. Coordinate the activities of the project consultant team. Disseminate information, di- rect team efforts, coordinate work tasks and outside contacts. Subtask 1-2.2: Coordination Assist the City by participating in Project Development Team meetings. Provide agenda items, presentation material, and reports. Make presentations and partici- pate in discussions. Prepare followup data for the activities assigned at the meetings. Schedule and conduct meetings with the City, Caltrans, FHWA, and other affected agencies and organizations to obtain data, perform project work, expedite reviews, and accomplish processing requirements. Subtask 1-2.3: Production Prepare Project Work Plans and other documentation required by Caltrans. Assist in the preparation of the freeway agreement(s) and encroachment permit requests. Manage the assembly and production of the Draft Project Report and Draft Project Approval Report, including the draft and final environmental document furnished and prepared by OTHERS. The Notice of Preparation, public meeting notices, public presentation material, handout material, and the records of public meetings and hear- ings will be prepared by OTHERS. Subtask 1-2.4: Quality Control Monitor the overall process for conformance with Cal- trans, FHWA, the National Environmental Policy Act (NEPA), the California Environmental Quality Act (CEQA), and City processing requirements. TASK 1-3: DATA COLLECTION CONSULTANT will obtain from Caltrans, City of South San Fran- cisco, City of Brisbane, County of San Mateo, SPTC, utility companies, and land developers within the area the following available data: o Site survey records o Mapping and survey control records o Site topographic maps o Right-of-way maps o Tentative maps and landscaping master plans o Assessor's maps, deeds, and property reports o As-built utilities records for power, gas, water and telephone City subdivision maps o As-built improvements plans o Geotechnical reports o Hazardous materials reports o Other proposed transportation projects CITY shall assist in obtaining this data in the event that such data is not made available directly to CONSULTANT. TASK 1-4: MEETINGS AND COORDINATION CONSULTANT will attend and provide technical support for the CITY and environmental consultant during the initial meeting at the project site with FHWA representatives. Schedule and conduct meetings with the City, Caltrans, FHWA, developers, and other affected agencies and organizations to obtain data, perform project work, expedite reviews, and accomplish processing requirements. These meetings are to satisfy individual requests and requirements by affected agencies and organizations and will be limited to a total of 20. TASK 1-5: PREPARE BASE MAPS CONSULTANT will develop controlled topographic base mapping at a 1 inch equals 100 feet scale, and I inch equals 50 feet covering the project limits and immediate vicinity. Mapping will be pencil manuscript format and will conform to Caltrans mapping standards as of the date of this contract. These maps will be a compilation of information gathered previ- ously in Task 1-3 above and will include ground control surveys, aerial photography, and map compilation. CONSULTANT will plot the following: 0 0 0 0 0 0 0 Private property ownerships Existing drainage features Existing topography As-built improvements Applicable city and county boundaries Street names Existing utility information CONSULTANT will also provide two oblique photographs enlarged to a suitable scale. TASK 1-6: REFINE CONCEPTUAL PLAN CONSULTANT will refine Caltrans concept plan. This refine- ment will be based on a 1 inch equals 100 feet scale concept plan being developed by Caltrans and information regarding interchange, intersection, and roadway operations analyses prepared by OTHERS. The new concept plan will reflect City and Caltrans standards or known design exceptions required. The Plan will be plotted on the base maps developed in Task 1-5. Based on this plot, right-of-way requirements will be scaled and preliminary utility relocation requirements will be developed for the use by the utility companies. These plans will include plan, profile, and detour require- ments for purpose of developing a budget estimate as de- scribed later in this document. TASK 1-7: PREPARE PREI.IMINARY REPORTS BASED UPON EXISTING DATA Subtask 1-7.1: Preliminary Geotechnical Investigation and Report The Geotechnical Report will be based on existing data and reports. Supplemental field investigation may be necessary and will be covered under the additional services identified as Task 1-13. Basic information regarding the design of foundations for the bridge structures, the approach fills, and the roadway retaining walls will be developed. Also included will be the preliminary roadway structural sections. The traffic index, necessary for the roadway structural section design, will be provided by OTHERS. Subtask 1-7.2: Preliminary Drainage Report The Preliminary Drainage Report will be based on exist- ing data and reports only. The report will be based on planned private developments and improvements proposed by CALTRANS. Recommendations for the size and location of drain inlets, cross culverts, and shoulder drains will be included. Subtask 1-7.3: Bridge Structure Type Report The bridge structure type concept will be studied to develop concepts that best meet the goal of providing aesthetically pleasing, economical structures. The structure type alternatives will be investigated within the required constraints of the project site, Caltrans, and SPTC. Bridge superstructure types to be investi- gated will include steel, cast-in-place concrete, and precast concrete. The report will include descriptions of the structure type recommended, sketches and renderings of the possi- ble improvements, and typical structural sections. TASK 1-8: PREPARE PLANNING ESTIMATE Consultant will prepare a planning level estimate based on the revised conceptual geometrics. The planning level estimate will be made in advance of approval of the Project Report. TASK 1-9: PREPARE PROJECT SCHEDULE A project schedule will be developed based on the Caltrans "Major Project Primary Activities and Major Milestones" chart dated February 1984. The schedule will extend to the pro- posed contract advertisement date. TASK 1-10: PREPARE DRAFT PROJECT REPORT AND DRAFT PROJECT APPROVAL REPORT Report drafts will be prepared in accordance with guidelines as shown in Caltrans Project Development Procedures Manual. TASK 1-11: COORDINATE ACTIVITIES WITH ENVIRONMENTAL CONSULTANT Because the environmental study requires investigation of alternative configurations, the CONSULTANT will furnish the environmental consultant with required input during their studies. The information may include preliminary structure type and size, roadway fill height and extent, alternative ramp and roadway locations, and right-of-way requirements. Also required will be the preliminary information from the engineering studies and reports, including the preliminary geotechnical, and drainage data. TASK 1-12: PREPARE REVISED PUBLIC UTILITIES COMMISSION (PUC) PRIORITY APPLICATION FOR GRADE SEPARATION CONSULTANT will prepare information required for application to the PUC for grade separation funding. This information will be based on the revised geometrics and budget estimate established under previous tasks. TASK 1-13: PROVIDE SUPPLEMENTAL SERVICES CONSULTANT shall provide any additional services as requested by the CITY to include the following items: Perform additional field surveys to supplement information obtained within Task 1-3. Perform boundary resolution and right-of-way_ survey. Provide design services for alternative concept development. o Attend meetings in addition to those in Task 1-4 o Other items as determined by the CITY. Since the extent of these services is not established at this time, the required fee for this task cannot be determined. An amount of $20,000 is included in the total fee to allow for work which may be required for the task. SFA9/057 6 EXHIBIT 1-B THE OYSTER POINT INTERCHANGE AND GRADE SEPARATION SOUTH SAN FRANCISCO, CALIFORNIA SCHEDULE TASK ORDER NO. 1 Task 1-1 1-2 1-3 1-4 1-5 1-6 1-7 1-8 1-9 1-10 l-ll 1-12 1-13 Administration Engineering Management Data Collection Meetings and Coordination Prepare Base Maps Refine Conceptual Plan Prepare Preliminary Reports Based Upon Existing Data Prepare Planning Estimate Prepare Project Schedule Prepare Draft Project Report and Draft Project Approval Coordinate Activities with Environmental Consultant Prepare Revised Public Utilities Commission (PUC) Priority Application for Grade Separation Provide Supplemental Services 1986 1987 Dec Jan Feb ~ar Apr XX XXXX XXXX XXXX XXXX XXXX XXXX XXXX X X X Xx xx XX XXXX XXXX XXXX XX XX XX XX XXXX XXX XXXX XXX X XX XX XX XX XX April 14 Completion of Task Order No. ] SFP45/002 FXHIBIT 1-C THE OYSTER POINT INTERCHANGE AND GRADE SEPARATION SOUTH SAN FRANCISCO, CALIFORNIA FEE The maximum fee for the project is: Task 1-1: 1-2: 1-3: 1-4: 1-5: 1-6: 1-7: 1-8: 1-9: 1-10: 1-11: 1-12: Administration Engineering Management Data Collection Meetings and Coordination Prepare Base Maps Refine Conceptual Plan Prepare Preliminary Reports Based Upon Existing Data Prepare Planning Estimate Prepare Project Schedule Prepare Draft Project Report and Draft Project Approval Report Coordinate Activities with Environmental Consultant Prepare Revised P.U.C Priority Application for Grade Separation Subtotal 1-13: Provide Supplemental Service (Allow) TOTAL NOT-TO-EXCEED FEE Maximum Fee 2,100 5,300 5,300 23,100 48,900 37,000 21,300 10,500 2,100 2,100 5,200 2,100 $165,000 20,000 $185,000 SFA9/058