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