Loading...
HomeMy WebLinkAbout4.12 TY Lin Int'l Scope of Wk CITY CLERK File # D[l2][Q][Q]-[2][Q] AGENDA STATEMENT CITY COUNCIL MEETING DATE: May 20, 2008 SUBJECT: Amendment No.6 to the Consulting Services Agreement with TY Lin Intemational/CCS for the I-580/Fallon Road Interchange Improvements Project (Modification to Scope of Work and Additional Compensation) Report Prepared by: Meltssa Morton, Publtc Works DiV'f1T~ ATTACHMENTS: 1) Resolution approving Amendment No.6 to the Agreement, together with Exhibit "A," Amendment Original Agreement dated May 16, 2000, and Amendments No. 1 through 5 2) RECOMMENDATION: ~ ~ FINANCIAL STATEMENT: Adopt resolution approving Amendment No.6 to the Agreement with TY Lin Intemational/CCS. Contract Amendment No.6 will modify the scope of work for TY Lin Intemational/CCS to provide for compensation in an additional not-to-exceed amount of $120,000. The cost ofthis amendment will be paid with monies advanced by the Lin Family to construct the 1-580/Fallon Road Interchange Improvements project. DESCRIPTION: On June 7, 2005, the City Council approved Amendment No.5 to the City's Consulting Services Agreement with TYLin Intemational/CCS Planning & Engineering, Inc., for design of the I-580/Fallon Road Interchange Improvements project. Amendment No.5 included additional design work to finalize the project environmental documents, plans and specifications. However, since the last amendment, further environmental work was required by the U.S. Fish and Wildlife Service in consultation with the federal agency regarding endangered species. In addition, plans were revised to incorporate other environmental mitigation measures required on the job, and supplementary right-of-way and survey work were also performed to comply with Caltrans' request. To expedite environmental work and approval, funds needed to pay for these tasks were provisionally acquired from construction support services budget approved under Amendment No.3 in June 2003. ------------------------------------------------------------------------------------------------------------- COpy TO: TYLinlCCS l~J G:\CONSUL T ANTS\ccs- TY LIN\Fallon\agst]allon Amendment #6.doc ITEM NO. 4-./2 ^ Amendment No.6 to the Agreement with TY Lin IntemationaVCCS will provide for compensation in an additional not-to-exceed amount of $120,000 to replenish the funds for construction support services. The cost of Amendment No.6 will be paid with funds advanced by the Lin Family to construct the I-580/Fallon Road Interchange Improvements project. Staff recommends that the City Council adopt the resolution approvmg Amendment No. 6 to the Agreement with TY Lin IntemationaVCCS. Page 2 of2 /1 &/ RESOLUTION NO. - 08 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN ********* APPROVING AMENDMENT NO.6 TO THE AGREEMENT WITH TY LIN INTERNATIONAL/CCS FOR CONSULTING SERVICES I-580/FALLON ROAD INTERCHANGE IMPROVEMENTS PROJECT WHEREAS, future freeway and inter-agency infrastructure is planned to be constructed as part of the development process in Eastern Dublin, and improvements are required at the I-580/Fallon Road interchange; and WHEREAS, on May 16, 2000, the City Council of the City of Dublin approved an agreement for design services with CCS Planning & Engineering, Inc., now known as TY Lin International/CCS, for the design of said improvements; and WHEREAS, TY Lin InternationaVCCS's scope of work is now being expanded to conduct supplemental environmental, right-of-way and surveying work required by Caltrans; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve Amendment No. 6 to the Agreement with TY Lin International/CCS, attached hereto as Exhibit "A." BE IT FURTHER RESOLVED that the Mayor is authorized to execute the Amendment. PASSED, APPROVED AND ADOPTED this 20th day of May, 2008, by the following vote: AYES: NOES: ABSENT: ABSTAIN: Mayor ATTEST: City Clerk G:\CONSUL T ANTS\ccs- TY LIN\Fallon\reso Jallon Amendment #6.doc ~J1'~ 1t 4 ., d .~ /'2A7/ 0 ~ ATTACIMmT' I. c? ~' g, EXHIBIT "A" OF RESOLUTION -08 AMENDMENT NO.6 TO AGREEMENT BETWEEN CITY OF DUBLIN AND TY LIN INTERNATIONAL/CCS FOR ENGINEERING SERVICES WHEREAS, the City of Dublin (hereinafter referred to as "CITY") and TY Lin International/CCS (hereinafter referred to as "CONSULTANT"), entered into an agreement on May 16,2000 to design the 1- 580/Fallon Road Interchange Improvements; and WHEREAS, the City Council of the City of Dublin approved Amendment #1 through #5 to the Consultant agreement to include additional services, and WHEREAS, the City desires to amend the consultant contract to include additional services, and the not-to-exceed contract amount is proposed to be increased to cover the cost of the additional work; NOW, THEREFORE, the parties hereto agree as follows: Scope of Work The Scope of Work shall be extended to include additional scope of work as described in Consultant's letter dated May 6, 2008 for the I-580/Fallon Road Interchange Improvements Project (attached). Extension of Fees The total cost for time-and-materials work under this amendment shall not exceed an additional $120,000. CITY OF DUBLIN Mayor ATTEST: City Clerk TY LIN INTERNA TIONAL/CCS ~ /~- --L J~ Thomas Wintch, Vice President Date: ;11/1'1 7? 2o'::''t , G:\CONSUL T ANTS\ccs\Fallon\Exhibit A- Amendment #6 .DOC EXlIIIT A "1"_ "'1..._ r""I___I. ....:__ 3 ~g] n'-LININTERNATIONAL Ices 2010 Crow Canyon Place, Suite 350 San Ramon, CA 94583 (925) 365-3960 . Fax (925) 275-0117 E-mail: sro@tylin.com TYLI Ices 320048.00 (#98104) May 06, 2008 Mr. Ferd Del Rosario City of Dublin 100 Civic Plaza Dublin, CA 94568 Subject: I-580/Fallon Road Interchange Request for Amendment No.6 - Construction Support Service Ferd: Although this request is titled for Construction Support Service, this request is basically for replenishment of our Construction Support Service budget which was utilized to finish final design and environmental approvals, and project advertisement. Brief History: The budget for Construction Support Service was requested and approved for $93,520 in June 2003 as pm1 of Amendment No.3. At that time, construction was anticipated to begin in 2004. By late 2006, we had exhausted our Final Design budget, and with City approval, we began to bill our effort against the Construction Supp011 Service budget, with the understanding that final design approval was f011hcoming, especially required approval from the U.S. Fish and Wildlife Services. Since our last Amendment (Amendment No.5 - dated April 2005), our additional out-of-scope work beyond those covered in Amendment 5 include: );- Additional Environmental Work · Revised Biological Assessment - The original scope did not include consultation with US Fish and Wildlife Services (USFWS). However, USFWS reviewed the initial Biological Assessment in May 2006, and raised many issues and concerns (e.g. kit fox and fairy shrimp mitigation). The Team responded to the comments and prepared a Revised Biological Assessment and re-submitted to Caltrans in July 2006. · Respond to Caltrans Comments - Caltrans review of the Revised BA asked for additional revisions and a change in approach on some technical issues. The Team responded and incorporated Caltrans comments and re-submitted the Revised BA to Caltrans in mid October 2006. EXlIIIT Tn fhoAIM.t":AJAmENT L; Sf. 81 I-580/Fallon Road Interchange . Additional Meetings - Additional meetings, field visits, phone and email correspondence with City of Dublin, Caltrans Environmental, our Environmental Consultants (David J. Powers, and H.T. Harvey), and with USFWS. . Biological Opinion - USFWS review insisted that consultation would be required, which led to preparation of a Biological Opinion. The amount previously budgeted within Amendment 5 ($15,115) to address USFWS comments and requirements were insufficient to cover the work that was being requested. . Respond to USFWS Comments - The Team responded to USFWS extensive comments, request for additional detail/follow-up information, and concerns on the initial Biological Opinion, which also requested additional mapping, additional area of impact calculations, construction equipment and vehicles to be used during construction, etc. USFWS also proposed a rather severe mitigation ratios (3: 1 for habitat within interchange area), which the Team, including Caltrans, did not agree. . Incorporated Mitigation Measures into Proiect Plans and Specs - The Draft Biological Opinion included language required to be included in the project specifications, including definition of "dry season" and do's and don't for the contractor's operation; and also requested that temporary wildlife exclusion fencing and ESA fencing and details be included into the project plans. . Assisted Caltrans and City of Dublin in Negotiation for a lesser Mitigation Ratio - For purchase of land from the Ohlone Bank . Amendment to the Biological Opinion - Upon acceptance of our responses, USFWS issued an Amendment BO. The Team reviewed and provided recommendations to City of Dublin. . Caltrans Workshop - Attended Caltrans workshop for preparation of Enviromnental Specifications, and procedure for request for Non-Standard Special Provisions approval. 'Y Additional Caltrans Requirements . Signal WalTants - Perfonned additional traffic counts and speed survey on Fallon IE! Charro Road to justify to Caltrans that signals at both ramp intersections are indeed warranted. This task had to be repeated a second time due to Caltrans concerns, . Utility Fact Sheet - Prepared and submitted for Caltrans approval the "Encroachment Policy Variance Request" for maintaining the existing PG&E overhead line along the east side of EI Charro Road within the existing State R/W. The approval necessitated revisions to plans for additional metal beam guard railings, . Update Plans and Specifications - Since the PS&E had been completed and shelved for on- hold an extended period of time, Caltrans requested an updated, interim submittal for their review. This involves updating all standard special provisions and standard plans lists to the current edition, and also updating the engineer's estimate, . Additional Comments - Changes in Caltrans personnel, which led to additional new comments that we had to address, . Additional Meetings - Additional PDT meetings, and separate meetings with Design Oversight, and Caltrans Functional Units. r Additional Right-of-Way I Surveying . Right-of- Way Hard Copy Map - Prepared Right-of- Way Hard Copy Maps for the parcel to be transferred to the State, {; of (~? I ~c I-580/Fallon Road Interchange · Surveying - Surveyed and staked the 20' Public Service Easement (PSE) for meetings between City of Dublin and utility companies, for their relocation into the PSE. ~ Additional Construction Support Services · Prepared Addendums - Two addendums were prepared for the initial bid (bid opened February 28, 2008), · Re-bid ofProiect - Addendums prepared for the initial bid were incorporated into the final bid package (bid opened April 7, 2008). We, respectfully, are requesting consideration of an increase in the amount of$120,000 to our overall budget to reinstate our Construction Support Service budget. The increase from the previously approved $93,520 is a result of rate schedule difference between 2003 and 2008. Please feel free to call Tom Wintch or me for any additional questions or clarifications that may arise. Sincerely, TYLin International IX- I ~ 580 I FaUon Road Interchange Modification Project City of Dublin ADDITIONAL SCOPE OF WORK #6 COST SUMMARY 5/6/2008 T.Y. Lin STAFF TYLIN -0 "'z ffi~ "'- 0'" i:~ "'< 1:iz <'" 0< ~ I:: "'!S", i'ii'" '" ~ffi '" ....'" '3 ~ . Vi ...."'''' "'~ ....'" '" ~'" 0 .... 0 .... .. uo::'" u'" -'" Z'" t;;~ "'- ",'" .... "'OZ 8~ "'z ~8 OZ 8~ uO ~ ~ Z ~ :t ~ffi~ 80 cnts CiiS _0. ~~ i'ii:> zu ...0. t~ g:f,; "'z "'z ~i'ii ~l:' ...:> 0."'''' "'''' <'" 0'" 0", Rate ( $ / hr) - 2008 rates $240.00 $205.00 $]80.00 $160.00 $145.00 $135.00 $125.00 $110.00 --- $ T.Y, Lin TEAM - SUBCONSULTANTS Subconsultants DRAINAGE CIVIL GEOTECH LANDSCAPE TRAFFIC Parikh WRECO AAM ~t; ~ '" '" Team '" '" '" '" 0:: B l'l . ~ Team Total ....'" '" ....O.l ....'" <O.l 0 ~ffi ~~ '" 0 Total u'" Z'" uO.l uO.l ~!:: ~ ~~ Amount ",z OZ ~i!: ",Z 0;1: e::?:: C....l Hours 00 CiiO 00 00 ~u u ~~ 8" ~'3 '" - ~Z "'z o::z ",Z ....l~ '" a~ ~~ O.l Q", 0.0.l 0.0.l $\40.00 $160.00 $\50.00 $90.00 --- $ u_ $ ADDITIONAL ENGINEERING SERVICES 16 50 24 40. 130 $17,440 660 $1 ]8,390 Construction Support Service 180 30 160 80 20 20 40 530 $100,950 Additional Environmental Work Additional Caltrans Reauirements Add;,ional Ri.h,-of- Way I Surveyin. . Additional Construction Sunnorl Services Sub~T(}tal - Additional Staff Hours Sub-Total - Additional Labor Cost ($) ~ ~ Total Additional Labor I T.Y. Lln II $100.950 II 51,300 II 50 Subconsultant Team Total Additional Direct Expenses Sub-Consultant Admin Costs (0%) 517,440 5310 50 5118,390 51,610 50 TOTAL ADDITIONAL COST - AMENDMENT No.6 Conslruction Support Services - Amendment No. 6_05060B.xls r\~ ;-...."j - , 1\" '1 o;f8J STANDARD CONSULTING ENGINEERING SERVICES AGREEMENT THIS AGREEMENT is made at Dublin, California, as of May 16,2000, by and between the CITY OF DUBLIN, a municipal corporation ("City"), and CCS PLANNING AND ENGINEERING, INC. ("Consultant"), who agree as follows: 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in Exhibit A. Consultant shall provide said services at the time, place, and in the manner specified in Exhibit A. 2. PAYMENT. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth in Exhibit B. The payments specified in Exhibit B shall be the only payments to be made to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all billings for said services to City in the manner specified in Exhibit B; or, if no manner be specified in Exhibit B, then according to the usual and customary procedures and practices which Consultant uses for billing clients similar to City. 3. FACILITIES AND EOUIPMENT. Except as set forth in Exhibit C, Consultant shall, at its sole cost and expense, furnish all facilities and equipment which may be required for furnishing services pursuant to this Agreement. City shall furnish to Consultant only the facilities and equipment listed in Exhibit C according to the terms and conditions set forth in Exhibit C. 4. GENERAL PROVISIONS. The general provisions set forth in Exhibit D are part of this Agreement. In the event of any inconsistency between said general provisions and any other terms or conditions of this Agreement, the other term or condition shall control insofar as it is inconsistent with the general provisions. 5. EXHffiITS. All exhibits referred to herein are attached hereto and are by this reference incorporated herein. 6. SUBCONTRACTING. The Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by the City, except that which is expressly identified in the Consultant's proposal. 7. CHANGES. City may from time to time require changes in the scope of the services by Consultant to be performed under this Agreement. Such changes, including any change in the amount of Consultant's compensation which are mutually agreed upon by City and Consultant, shall be effective as amendments to this Agreement only when in writing. 8. RESPONSIBLE CHARGE. Consultant shall assign a project manager(s) to the project for the duration of the project. There shall be no change in the Project Manager or members of the project Agreement Page 1 of2 05/09/00 ATTACIMENT 2. . . g 19} team without prior written approval by the City. The Project Manager for Consultant shall be THOMAS M. WINTCH. 9. CONTRACT ADMINISTRATION. This Agreement shall be administered by LEE S. THOMPSON ("Administrator"). All correspondence shall be directed to or through the Administrator or his or designee. 10. NOTICES. Any written notice to Consultant shall be sent to: Tom Wintch, Project Manager CCS Planning and Engineering, Inc. 6 Crow Canyon Court SanRamon CA 94583-1621 Any written notice to City shall be sent to: Lee S. Thompson Director of Public Works/City Engineer P. O. Box 2340 Dublin, CA 94568 Executed as of the day first above stated: CITY OF DUBLIN, am B Attest: B; I JL "" -LJft "Consultant" Approved as to form: ~~ .~( ~~.. City Attorney Agreement Page 2 of2 05/09/00 '. cq 1,2/ EXHIBIT A SCOPE OF SERVICES AND SCHEDULE PER PROPOSAL DATED APRIL 25, 1999, FROM CCS PLANNING AND ENGINEERING, INC. (ATTACHED). Exhibit A Page 1 of 1 () '\ /OQ /O{) -, }{) ~gl I-S8D/Fallon Road Interchange - PS&E Scope of Work Page 1 of 16 I-580/Fallon Road Interchange Modification Project Final Design (PS&E) Scope of Work CCS Planning and Engineering, Inc. (Consultant) shall provide the following Scope of Work to the City of Dublin: General Description of Wark This scope of work shall provide for preparing construction bid documents including; plans, general provisions, standard special provisions (SSP's), and estimates for the I-580lFallon Road Interchange Modification Project (Project). Also included in this Scope of Work are various construction support activities. The Project is generally defined as modifications to the existing interchange including, widening the existing bridge over 1-580, widening and reconstructing existing ramps, and widening and reconstructing portions of Fallon Road-El Charro Road, as defined and approved in the combined Project Study Report (PSR)/Project Report (PR). In addition, a Plan Line will be developed for the ultimate "BART + Buildout" alternative. All work will be administered under contract with the City of Dublin. However, the Construction . Documents (PS&E) will be generally developed per the requirements of the State Department of Transportation (CAL TRANS) for all work within the State right-of-way. All work shall conform to the design standards and requirements and be subject to the oversight and approval of the appropriate governmental entities, This scope of work assumes that the construction of the Project will be administered by the City of Dublin, with an Encroachment Permit from Caltrans for all work within the State right-of-way. Final design and the development of the; bid documents shall be performed simultaneously with the development of the combined PSR/PR. It is assumed that the final alignment and configuration of the various elements of the Project will have been established prior to beginning final design. Once final design has started, any changes to roadway alignments or configurations that result in significant lost work or rework shall be considered as Extra Work, for which a contract budget amendment will be required. The proposed interchange modifications include: . Widening the existing Fallon RoadlEl Charro Road overcrossing (by modifying the existing pridge) to provide two 3.6 m wide lanes in each direction, a 1.2 m wide painted median, 1.2 m right shoulders, and a ].8 m wide sidewalk. . Widening the eastbound off-ramp to provide a second left turn lane at the ramp terminii at the intersection of El Charro Road. . Constructing the eastbound two-lane (one mixed flow lane with an HOV bypass lane) loop on-ramp. . Widening Fallon Road north of the overcrossing to provide additional left turn storage at the intersection with the westbound ramps. ~. 1/18) I-S8D/Fallon Road Interchange - PS&E Scope of Work Page 2 of 16 . Widening the westbound off-ramp to provide four-lanes (two left and two right turn lanes) at the ramp intersection with Fallon Road. . Widening Fallon Road north of the intersection with the westbound ramps. . Installing traffic signal systems at the ramp intersections with Fallon Road and EI . Charro Road. . Widening the westbound on-ramp to accommodate two-lanes near the intersection with Fallon Road. Work Included in this Final Desien Shall Be: . Development of the final layouts and concepts for the improvements and modifications as defined for the project and approved in the combined Project Study ReportlProject Report (PSR/PR). . Development of a Plan Line for the ultimate "BART + Buildout" alternative. These will generally be developed per Caltrans guidelines for Geometric Base Maps at 1: I 000 scale. . Construction of the westerly (southbound Fallon bridge over 1-580 with a new two span, two lane structure.. This new southbound structure will tie to the existing westerly (northbound) bridge with a closure pour to provide the required four lanes plus shoulders and a sidewalk along the easterly side of the existing structure. The existing toe of the southerIyabutment slope may be set back by the construction of a tie-back retaining wall. The resulting bridge structure will span a I O-lane 1-580 with a widened median that will accommodate BART in the future. . Other than the conform of the eastbound loop on-ramp to the 1-580 mainline, no other impacts to the 1-580 mainline are assumed in this scope-of-work. . The Project limit to the north is the existing limit of Caltrans access control/right-of-way crossing Fallon Road (approximately 90 meters northerly of the WB. 1-580 ramps intersection) and the southerly limit is the conform to the Friesman Road intersection. . Coordination with the staffs of the City of Dublin, City of Pleasanton, Caltrans, utility companies, regulatory agencies and with others as required. . Preparation of applications for Caltrans Encroachment Permits for City signature. . Preparation of Design Exception Fact Sheets as required and as appropriate. . Project Plans will be developed utilizing Microstation format. . Project specifications and special provisions will generally conform to the Caltrans format and as approved by the City. . Right-of-way activities will be limited to establishing the existing rights-of-way and preparing the descriptions and corresponding plats for temporary construction easements (TCE's). . Aerial topographic mapping to be used for the base plans was prepared in the PSR phase of this Project. No new aerial topographic mapping is included or provided for in this scope of work. . Site (ground) surveys will be conducted as necessary to accurately tie down topographic features, to provide for design cross-sections throughout the Project, at conforms, and to supplement the existing aerial topographic mapping. Design cross-sections will be developed at generally twenty (20) meter spacing. Design cross-sections. will not be part of the contract plans, but will be made available at time of bidding. . A Materials Report will provide recommendations for pavement design, embankment placement and other appropriate issues. . A Geotechnical Design Report will provide recommendations for any required retaining walls and the signal pole foundations. . A Foundation Report for the new bridge foundation design will be prepared. . A Site Investigation Report for aerially deposited lead will be prepared. . A Site Investigation Report for potential pesticides and herbicides will be prepared. ". (1-- '1 251 I-5801Fallon Road Interchange - PS&E Scope of Work Page 3 of 16 . Retaining walls may be required in this project, specifically at the existing southerly bridge abutment. It is assumed in this Scope of Work that these will be "tie-back" retaining walls or other types, as approp,riate. . Design of City owned utilities (storm drainage, sanitary sewer, lighting and water) is included in this scope of work. However, the Consultant shall only review non-City owned utilities (gas, electric, telephone, cable, etc) and show them on the project utility plans for reference and coordination only. This scope of work does not include or provide for the design of non-City owned utilities. . Utilities will be potholed in accordance with the Caltrans "Manual on High & Low Risk Underground Facilities within Highway Rights-of-Way". The utilities at potholed locations will be field surveyed to determine the horizontal and vertical location of the utility. For purposes of budgeting, 15 pothole locations will be assumed. . A box culvert may be required in this project, specifically under Fallon Road. It is assumed in this Scope of Work that this will be standard Caltrans box culvert, requiring no special design. . Traffic .signal designs shall be included at the intersections of Fallon Road and EI Charro Road with the 1-580 ramp termini (total of two locations). Note that this scope-of-work and corresponding estimated fees include and provide for two distinct traffic signal designs at each of the two locations. Designs are included for initial signals with the existing roadways (prior to these proposed . interchange improvements) and for the signal design corresponding to the interchange improvements. This scope-of-work provides for an independent and stand-alone design and preparation of Bid Documents for the Initial Traffic Signal Installation. This includes all necessary minor roadway widening and modifications required for the initial traffic signal. If the initial signal design is determine to not be required, the related work and design fees will be deducted from this scope-of- \\iorkand fees, as appropriate. . Ramp metering and TOS facilities will be included. Ramp meters are to be designed for only the eastbound loop on-ramp that is being constructed. TOS facilities shall be limited to th<l:t which is required within the interchange. Facilities outside the interchange are not provided for in this scope- of-work. . Street/roadway lighting shail be included at the intersections and for the ramp gore areas within the Project limits. . Replacement landscape and irrigation shall be included within the interchange area where the existing landscaping will be disturbed by the construction. . Guidelines and requirements for a Storm Water Pollution Prevention Plan (SWPPP) will be included in the Bid Documents. The construction contractor will be required to develop and gain approval for a Project specific SWPPP. Work Not Included in this Final Desif:n (PS&E) Scope of Work . No additional hazardous material investigations will be performed beyond the Aerial Deposited Lead Investigations and PesticidelHerbicide Investigations. . Additional Traffic Counts or Traffic Operational Studies. . Engineering or design associated with non-City or non-Caltrans owned utilities. . Design of sound walls, wetlands and other environmental mitigations. . The landscaping and irrigation plans are part of the roadway plans and will not be a separate construction contract. . Improvements to downstream (outside Project limits) drainage facilities. . Submittal to or review by Caltrans Headquarters. . Submittal of electronic (CADD) files to Caltrans for review. . Right-of-\\iay appraisals, negotiations, acquisition deeds, or Caltrans appraisal maps. " 13 ~gl 1-5801Fallon Road Interchange - PS&E Scope of Work Page 4 of 16 . Preparation of construction slope stake notes/information. . Engineering Services During Construction (ESDC). Specific Description of Work The construction Bid Documents shall be prepared in accordance with the Caltrans' Guide for the Submittal of Plans, Specifications, and Estimates, except as provided for in this scope of work. The milestones which are described in detail in this section of the Scope of Work for Final PS&E are as follows: Milestone 1: Milestone 2: Milestone 3: Milestone 4: Milestone 5: Project Management Preliminary PS&E (35% Submittal) Interim PS&E (65% Submittal) Draft PS&E (95% Submittal) Final PS&E (100% Submittal) Milestone 1: Proiect Mana2ement Project Management involves setting up operations of the project team, internal and external coordination, supervision of the team, progress monitoring and reporting. The anticipated elements of this task are the following: 1.1 Project Control 1.1.1 Team Supervision. Consultant will supervise the team, coordinating and monitoring design for conformance with City of Dublin and Caltrans standards and policies. 1.1.2 NJaintain Project Files. Project files will be set up and maintained throughout the design period. 1.1.3 Prepare and Update Design SchedulelWork Plan. Consultant will provide a design schedule and update as necessary. 1.1.4 Prepare Monthly Progress Reports. Monthly progress reports will be prepared in a form acceptable to the City of Dublin. 1.1.5 Perform QA/QC. All major project deliverables will be checked by project staff, and will receive quality reviews before being released to persons outside the team. Subconsultant Team Members are required to perform similar reviews before submittal of documents to Consultant for further processing. The budget for QAlQC tasks is included in the individual milestones. /4 ~1 g I . I-5801Fallon Road Interchange - PS&E Scope of Work Page 5 of 16 1.2 Meetings The following meetings are anticipated for this project: . Monthly Progress MeetingslMinutes - Eight Monthly Progress Meetings are anticipated and provided for in this scope-of-work. . Project Development Team (PDT) MeetingslMinutes - The Project Development Team (PDT) was formed during the combined PSR/PR preparation phase of this project to act as a steering group during the course of the work. This same PDT will continue through the PS&E phase of this project. The Consultant will coordinate, participate and support the PDT efforts, providing agendas, study information, minutes, etc. Eight Monthly PDT Meetings are anticipated. . Project Meetings - Technical meetings will be held among the Consultant Team, City of Dublin, City of Pleasanton, City of Livermore and Caltrans staff as often as necessary to discuss issues and other items needing resolution. Meetings with other agencies and property owners will also be held as needed. Meeting miilutes will be provided for' City review and approval. . Utility Coordination Meetings - The Consultant will conduct and attend meetings with utility owners (including both private and city-owned) to determine existing utility locations, potential conflicts and possible relocations. If utility relocation is necessary, then further discussions will also include who will perform the. engineering, compensation if any for the engineering of the relocation design, and funding arrangements for the actual relocation. . Dublin City Council Meetings - The Consultant will assist City staff in presenting this project to the Dublin City Council including preparation of exhibits. 1.3 Modify PSRlPR The PSR/PR will be modified to include the westbound 1-580 auxiliary lane. 1.4 Initial Traffic Signal Installation The Initial Traffic Signal Installation shall be designed for the two existing ramp terminii intersection locations with the existing roadways, prior to the proposed interchange improvements. The Initial Traffic Signal Installation shall be a separate and independent set of construction Bid Documents, including all roadway and civil improvements required to provide a complete and approved installation. It is assumed that the roadway widening improvements associated with this initial traffic signal installation will be the minimum required. Included in the design shall be signal interconnects between the two locations. This sub-task incorporates and provides for the complete final design and construction Bid Document preparation for the stand-alone Initial Traffic Signal Installation. Included shall be the preparation of a Caltrans Encroachment Permit, including a PEER, Design Exception fact sheets, Right-of-Way Certification, and Utility Certification. 1-5801Fallon Road Interchange - PS&E j:;- (9;{ 8/ Scope of Work Page 6 of 16 '. Milestone 2: Preliminary PS&E and Geometric Base Maps 2.1 Collect Additional Data Preliminary investigations will involve the accumulation and review of all additional existing data .and detailed field investigations to verify existing site conditions. Additional data that may be collected include: · Existing Geotechnical Reports and Soil Logs · Available hydrology and hydraulic information · As-builts 2.2 Review Preliminary Geometries Using information developed in the combined PSR/PR, and the results and findings of the other preliminary investigations, the Consultant will review the proposed alignment alternative and develop revisions as appropriate. 2.3 Perform Field Surveys The field surveys will consist of the following: . Topographic features (areas under tree coverage, trees greater than O.ISm in diameter, fire hydrants, light standards, location of driveways and curb ramps, etc.) Surface utility facilities (including inverts for accessible sanitary sewer manholes/inlets and valves for utilities) Existing storm drainage systems (including inverts for accessible storm drain manholes and inlets) Potholed utilities (in conformance with Caltrans "Manual on High and Low Risk Underground Facilities within Highway Rights of Way") Conform areas at loc~l streets and driveways Cross sections at 20 m intervals . . . . . 2.4 Prepare Preliminary Drainage Report The Consultant will review and refine existing hydrology and hydraulic data/studies. After study of local drainage and overland flow conditions, the Consultant will conduct drainage and hydrological analysis, and document such studies in the appropriate reports. The drainage areas of the project will be developed, inlet placement will be determined and pipe size will be designed. The drainage design will be developed to the point where impacts on geometric features, right-of-way, and bridge foundations can be ascertained. A preliminary Drainage Report will be prepared summarizing the above studies and preliminary plans. 2.5 Determine Utility Locations and Potential Relocations Existing utility facilities will be identified by field review, through discussion with affected utility companies and potholing, where necessary (potholing will be done in conformance with Caltrans "Manual on High and Low Risk Underground Facilities Within Highway Rights of Way"). The location of existing utilities will be delineated on 1-5801Fallon Road Interchange - PS&E Ih~21 Scope of Work Page 7 of 16 skeleton layouts with conflicts and necessary relocations identified. The plans will be forwarded to the City of Dublin and Caltrans for their review and comment. Note that potholing mayor may not be done at this stage of design. Where feasible, potholing may be delayed until Milestone 3 (Interim PS&E). 2.6 Draft Geotechnical Design Report, Draft Materials Report, and Draft Foundation Report The Geotechnical Design Report, Materials Report and Foundation Report will require a field exploration and laboratory testing program. The City of Dublin and Caltrans will be consulted on the number and method of test borings required. Following the field investigations, the Draft Geotechnical Design Report, Draft Materials Report and Draft Foundation Report will be prepared in accordance with Caltrans requirements including Test Method 130 and the Caltrans Bridge Design Aid. A Log of Test Borings (LOTB) will be prepared in the required DOS format for inclusion into the contract plans. The key geologic and geotechnical Issues affecting the design of the highway improvements are: . Embankment earthwork including the need for keyways and underdrainage . Groundwater . Subgrade support for the new embankments . EmbanJ<ment settlement (construction period, surcharge or preload and lag time) . Embankment and cut slope stability . Stability of adjacent existing slopes . Foundation support of the new bridge structures, retaining walls and box culverts . Impact and appropriate mitigation to the adjacent bridge foundation The Materials Report will address the following: . Description of Terrainand Geology . Existing Facilities . Structural Sections (Pavement Design) . Materials Available . Recommended Materials Specifications The Geotechnical Design Report will address the following: . Existing Facilities . Cuts and Excavations · Embankments . Earthwork Factors · Corrosion Investigation . Culvert, Retaining Wall and Embankment Foundations 1-5801Fallon Road Interchange - PS&E /118/ Scope of Work Page 8 of 16 The Foundation Report will address the following: . Existing Facilities · Bridge Foundation Requirements · Seismic Conditions 2.7 Aerial Lead Investigation & PesticideIHerbicide Investigations 2.7.1 Aerial Lead Investigation. Prepare a Letter Report on the investigation and findings concerning aerialIy deposited lead in the surface soil within the Project area. The test results will be used to develop the necessary procedures and program for identifying the extent of the contaminated soil and removal (if any). The results may further be utilized to determine the applicability of the California Department of Toxic Substances Control (DTSC) variance prepared for the reuse of aerial lead impacted soil within the State highway right-of-way. 2.7.2 Pesticide/Herbicide Investigations. Prepare a Letter Report on the investigation and findings concerning pesticides and/or herbicides that may exist in the soil within the Project area. The test results will be used to develop the procedures and program for identifying and removing contaminated soil (if any) and for the proper method of disposing of the material. 2.8 Prepare Geometric Base Maps 2.8.1 Prepare Geometric Base Alaps (35% Roadway Plans). The preliminary horizontal and vertical alignments developed in the PSR/PR will be refined and the Project Geometric Base Maps will be developed. All control lines will be calculated and edges of pavement, curb returns, tapers, and other geometric features will be accurately delineated on the Base Maps. The format of the Geometric Base Map shall be plans developed at a scale of I: 1000 and shall be on one over-sized exhibit (not on individual standard plan sheets). The topographic base mapping shall be that developed during the PSR preparation, per Caltrans requirements. As practical, additional information such as typical sections, traffic volume information, etc; will also be shown on the plan exhibit. Additional information that is not practical to be placed on the plan exhibit, shall be included on individual exhibit sheets. Information to be included in the Geometric Base Map submittal includes: · Calculated Roadway Control Lines · Accurately plotted edges of lanes, roadways, curb returns, and tapers · Profiles and Superelevation Diagrams for proposed work · Text Call-outs for taper lengths and rates · Traffic Volume information 16 (~gJ . 1-5801Fallon Road Interchange - PS&E Scope of Work Page 9 of 16 . Typical Roadway Sections . Typical Bridge Sections . Existing Utility Plans and Preliminary Relocations It is the intent that the Geometric Base Map submittal, including supplemental information, will be inclusive of the 35% submittal. This scope-of-work does not include nor provide for a separate 35% submittal. 2.8.2 Prepare Plan Line - "BART Plus Buildout" Alternative. In addition to the Geometric Base Maps (GBM) developed for the Build Alternative in Task 2.8.1, a Plan Line shall also be developed for the ultimate "BART plus Buildout" alternative. The format and information included in the "BART plus Buildout" Plan Line shall be similar to that for the Build Alternative defined in Task 2.8.1. The base used to define the existing condition for the development of the "BART plus Buildout" alternative, shall be the proposed Build Alternative. a) Submit Draft "BART plus Buildout" Plan Line for Review: The "BART plus Buildout" Plan Line shall be submitted to the City of Dublin, Caltrans, BART, and other reviewing agencies. b) Resolve Comments and Revise Plan: This scope-of-work provides for two rounds of review by the City, Caltrans, and other agencies and the corresponding Plan Line revisions to be done by the Consultant. c) Submit Final "BART plus Buildout" Plan Line: The Final "BART plus Buildout" Plan Line incorporating all the resolved review comments will be issued to the City, Caltrans, and other appropriate agencies. The Final "BART plus Buildout" Plan Line will not be submitted to Caltrans for formal approval. 2.9 Bridge General Plan and Type Selection Memo and Meeting 2.9.1 Bridge General Plan. Bridge General Plans will be prepared for each structure in accordance with Bridge Design Details Section 3 and Bridge Design Aids Section 10. 2.9.2 Preliminary Quantities and Estimates. General Plan quantity take-offs and construction cost estimates will be prepared. 2.9.3 Stnicture Type Selection lvfemo. The Consultant Team will prepare a Caltrans Structure Type Selection Memo and vicinity map for each structure. Upon . completion of this task, copies of the proposed General Plan, General Plan Estimate, Type Selection Memo and Vicinity Map will be submitted for review prior to the Structure Type Selection meeting. 2.9.-1 Structure Type Selection Meeting. Upon completion of initial review by Caltrans DOS, a Type Selection Review meeting will be held in which the Consultant 1-580lFallonRoad Interchange - PS&E JGJ ~ g I Scope' of Work Page 10 of 16 Team will be prepared to discuss and provide infonnation on foundation requirements, seismic considerations, construction cost and other pertinent infonnation that is needed to detennine the proper structure type. 2.9.5 Update and Finalize General Plan. Comments from the Type Selection Meeting will be incorporated into the Structure Type Selection Memo and it will then be resubmitted to Caltrans DOS for approval. -'. 2.10 Review Right-of-Way Information 2.10.1 Obtain Existing Right-af-WayMapping. Existing Right-of-Way mapping will be reviewed for current conditions and to provide a basis for development of updated right-of-way requirements. 2.10.2 Review Right-af-Way with Affected Agencies. The current project proposal and associated right-of-way requirements will be reviewed with affected agencies for applicability and to ascertain if any revisions, additions and/or deletions are required. 2.11 PeT/orm Value Analysis. Value engineering techniques will be employed during this phase of the project to investigate potential cost saving options. Traffic control issues, pavement structural section, and bridge/retaining wall type selection are among items for value analysis consideration. A letter report summarizing the Value Engineering effort will be prepared. 2.12 Prepare Requestsfor Additional Exceptions to Design Standards. An exception request, including fact sheets, will be prepared and processed through Caltrans as appropriate for any additional design exceptions from mandatory or advisory standards that were not identified in the combined PSRlPR. 2.13 Determine Required Permits A list of potential pennit requirements will be updated from the combined PSRlPR. Some potential pennitting and/or approving agencies that may be involved are: . State Water Resources Control Board . Regional Water Quality Control Board . PUC · Zone 7 NPDES NPDES Utility Relocation Existing Facilities 2.14 Prepare Preliminary Construction Estimate A preliminary construction estimate will be prepared consistent with the level of plan development. 2.15 Perform Quality Assurance/Quality Control Prior to the release of this submittal, all submittal documents will undergo the Consultant's internal Quality Assurance/Quality Control review. 1-5801Fallon Road Interchange - PS&E 020 ~81 Scope of Work Page 11 of 16 2.16 Submitfor City of Dublin, Caltrans and Agency Reviews The Geometric Base Maps, Plan Line, and accompanying information will be submitted to all reviewing agencies. Milestone 3 Interim PS&E (65% Submittal) 3.1 Preliminary Design Review Comment Resolution Review comments received from the City, Caltrans and other review agencies will be reviewed by the Consultant and incorporated in the plans, if appropriate and as directed by the City. .If necessary, a meeting to clarify or resolve the comments will be held and will result in a listing of those comments to be included in the plans, those comments that will not be included and those comments requiring further investigation. 3.2 Prepare Draft Drainage Report The Preliminary Drainage Report will be expanded to incorporate the 35% submittal comments and include backwater calculations, inlet capacity calculations, and other detailed hydraulic calculations in accordance with Caltrans standard practices and procedures. 3.3 Prepare Utility Relocation Plans The Consultant will prepare the Utility Relocation Plans based upon discussions with the City on City-owned utilities and utility relocation plans provided by private utility companies. For non-City owned utilities, the Consultant will show information provided by others on the plans for coordination purposes only. 3.4 Prepare Final Geotechnical Design Report, Materials Report and Foundation Report The Consultant will resolve review comments from the City and Caltrans review and prepare the final reports. 3.5 Prepare Final Aerial Lead Investigation Report The Consultant will resolve review comments from the City and Caltrans review and prepare the final report. .' c?) t;f dl l 1-5801Fallon Road Interchange - PS&E Scope of Work Page 12 of 16 3.6 Interim Submittal 3.6.1 Prepare Interim Submittal: Roadway Plans (65%). The typical list of design drawings may include the following: Title Sheet Typical Cross Sections Key Map and Line Index Layouts Profiles and Superelevation Diagrams Construction Details Pavement Elevations Contour Grading Drainage Plans, Profiles, and Details Box Culvert Plans Utility Relocation Plans and Details Construction Area Signs Pavement Delineation Traffic SignallInterconnect Plan Ramp MeteringITOS Retaining Wall Plans and Details Bridge General Plans Bridge Plans and Details LandscapelIrrigation Plans and Details Electrical and Roadway Lighting Plans and Details Traffic Handling Plans Sign Plans and Details Stage Construction Plans 3.6.2 Traffic Signal Design. Traffic signal designs shall be included at the intersections of Fallon Road and El Charro Road with the 1-580 ramp termini (total of two locations). This scope-of-work provides for two independent designs at each of the two locations as follows: a) Initial Traffic Signal Design: Traffic signal systems shall be designed at the two locations for the existing roadways, prior to these proposed interchange improvements as defined and provided for in sub-task 1.4 of this scope-of-work. b) Interchange Modifications Traffic Signal Design: Traffic signal systems shall be designed at the two locations corresponding to the interchange improvements defined in this scope-of-work. Included shall be signal interconnects between the two locations and provisions to extend the interconnections in the' future. The existing condition to be used as the basis of design shall be either the existing unsignalized ramp termini intersections or the initial signals defined in Task 1.4, as will be determined prior to beginning the signal design tasks. 3.6.3 Develop Design Cross-Sections. Preliminary Design Cross-Sections will be developed typically on twenty (20) meter spacing for the Project roadways. The primary function for developing cross-sections will be to allow an accurate estimation of contract earthwork and paving quantities. 3.7 Prepare Unchecked Bridge Plans Unchecked Bridge Plans will be prepared for the new Fallon Road Overcrossing (westerly bridge) and existing bridge modifications. dc218,1 I-S8D/Fallon Road Interchange -PS&E Scope of Work Page 13 of 16 3.8 Prepare Right-aI-Way Maps 3.8.1 Prepare Right-of-Way Requirements lvlaps. The right-of-way requirements, if any, will be delineated and submitted for review.and approval by the City of Dublin and Caltrans. 3.8.2 Prepare Temporary Construction Easement (TCE) Exhibits. Based on the results of Milestone 3.6, TCE exhibits will be prepared. Review comments will be incorporated into the exhibits for final approval. This Scope of Work assumes that no new right-of-way will be required for this project, other than the TCEs. 3.8.3 Prepare Record of Survey. A Record of Survey will be prepared and submitted for review and approved by the City of Dublin, Caltrans, and Alameda County. 3.9 Finalize Requestsfor Additional Exceptions to Design Standards Exception requests, including fact sheets, prepared under Task 2.12 will be finalized based upon Caltrans comments. 3.10 Prepare Draft Permit Applications Permit Applications will be completed for review by the City of Dublin. 3.11 Prepare Preliminary Quantities and Estimates The quantities and estimates for the proposed work will be updated to reflect the improved level of design completion. No quantity tables will be prepared at this time. 3.12 Outline of Special Provisions An outline of the unedited draft of the Standard Special Provisions will be prepared and submitted for review. 3.13 Perform Quality Assurance/Quality Control Prior to the release of this submittal, all submittal documents will undergo the Consultant's internal Quality Assurance/Quality Control review. 3.14 Perform Safety Review A safety review of the Project and plans will be performed in association with the City and Caltrans. Notes ofthe safety review will be prepared by the Consultant. 3.15 Submitfor City of Dublin, Caltrans and Agency Review Accompanying this submittal will be our responses to the review comments received on the previous submittal. Quality assurance/quality control will be 1-5801Fallon Road Interchange - PS&E c/31 J5j Scope of Work Page 14 of 16 performed on all deliverables before submittal to the City of Dublin, Caltrans, or local agencies for review. Milestone 4: Draft PS&E ( 950/0 Submittal) 4.1 Resolve Milestone 3 Review Comments Review comments received from the City, Caltrans and other review agencies will be reviewed by the Consultant and incorporated into the plans, if appropriate and as directed by the City. If necessary, a meeting to clarify or resolve the comments will 'be held and will result in a listing of those comments to be included in the plans, those comments that will not be included and those comments requiring further investigation. 4.2 Finalize Technical Reports All technical reports will be updated and finalized. All report review comments will be resolved and included as appropriate and all new or revised infonnation developed during the design will be incorporated. 4.3 Independent Structures Check Independent design, details and quantity checks of the bridge plans will be prepared in accordance with Caltrans requirements. 4.4 Incorporate Comments and Finalize Plans All resolved and agreed upon comments from Milestone 3 reviews will be incorporated. All roadway and bridge plans and details will be brought to a 100% level of completion. Compatibility between the roadway and structure plans will be verified. 4.5 Finalize Permits All permit applications required by the design will be updated and finalized. All review comments will be resolved and included as appropriate and new or revised information developed during the design will be incorporated. The permit applications will be submitted to the City of Dublin for signature as the project sponsor. 4.6 Prepare Project SWPPP Guidelines and Requirements The guidelines and requirements for the Project SWPPP will be developed and included in the Project Special Provisions. It will be the construction contractor's responsibility to develop, submit to the Engineer, and obtain an approval for the Project Specific SWPPP per the guidelines and requirements. I-5801FalIon Road Interchange - PS&E ;J4 if 8/ Scope of Work Page 15 of 16 4. 7 Finalize Quantities and Estimates The quantities and construction cost estimates will be updated. The Caltrans marginal estimate will be prepared for the bridge. Included in this task will be the updating and finalization of the Project contract quantities and corresponding construction estimate (BEES format) and the development of an estimated working days of construction. 4.8 Prepare Draft Special Provisions The Consultant will complete the Draft Special Provisions. Draft Special Provisions will be prepared for all items, by incorporating all agreed upon comments and additional specifications that may be necessary. All contract bid items will be covered by measurement and pay clauses. This will also include the lane closure charts and the estimated working days of construction. 4.9 Finalize tlte Rigltt-of-Way Documents All review comments will be resolved and included, as appropriate and approved by the City, and all new or revised information developed during design will be incorporated. The Draft Right-of-Way Certification and Utility Certification will . be prepared. 4.10 Perform Quality Assurance/Quality Control A quality assurance/quality control check will be made prior to release for submittal. 4.11 Submit for City of Dublin, Caltrans and Agency Review The complete set of plans, special provisions, quantities, construction cost estimate, and appropriate final technical reports will be submitted to the City of Dublin and Caltrans and other reviewing agencies for their review and comment. Milestone 5: Final PS&E (1000/0 Submittal) 5.1 Resolve Milestone 4 Review Comments Review comments received from the City, Caltrans and other review agencies will be reviewed by the Consultant and incorporated in the plans, if appropriate and as directed by the City. If necessary, a meeting to clarify or resolve the comments be held. 5.2 Incorporate Milestone 4 Comments and Finalize PS&E All resolved and agreed upon review comments as directed by the City of Dublin will be incorporated into the plans and special provisions, and design documents will be updated as necessary. The final roadway and structure plans, specifications, and Engineer's estimate will be combined into a set of bid documents. I-S8G/Fallon Road Interchange - PS&E ;J5t9fgl -r Scope of Work Page 16 of 16 ~ 5.3 Finalize Design Cross-Sections. Design cross-sections shall not be a part of the bid documents, but shall be available at the time of bidding to assist prospective bidders in determining construction quantities. Preparation of construction survey notes (slope staking, grid grade, etc.) are not included in this scope-of-work. 5.4 Perform Quality Assurance/Quality Control A quality assurance/quality control check will be made prior to release for submittal. 5.5 Submit PS&E to City of Dublin, Ca/trans and Agency Review The Final PS&E will be submitted to the City of Dublin, Caltrans and the appropriate agencies for review. The Final PS&E submittal is considered to be a verification of responses to previous comments. Any comments, other than minor editing, that result in new or rework will be considered as Extra Work. 5.6 Submit Encroachment Permit Application The Consultant will incorporate all the City of Dublin, Caltrans and impacted agencies' review comments. The Consultant shall prepare the Caltrans Encroachment Permit Application, including all required attachments, for signature by the City of Dublin. 5.7 Submit Construction Bid Documents After all appropriate review comments from the 100% verification check (Task 5.5) have been incorporated into the plans, specifications, and estimates, the Consultant shall submit the final Construction Bid Documents to the City. This submittal shall include: . · Reproducibles of all contract drawings · Camera ready special provisions and specifications · Final Estimate of Probable Construction Cost Milestone 6: Biddin!! Assistance and Engineering Services Durin!! Construction Engineering Services during Construction are not included nor provided for in this scope-of- work. Any services to be provided by the Consultant, shall be defined and negotiated at a later date. PROJECT TIMING 2{, 1;6/ Attached is a Project Schedule dated April 25, 2000. CCS will make every effort to keep to this schedule. However, it is assumed that there may be delays in timing caused by other agencies, which are beyond CCS's control. These delays may extend the proposed project Final PS&E approval past the estimated date of January 23, 2001. ..J< I 58D/Fallon Road Interchange o? .~ .... - '1 ~21 Project Schedule 1999 I 0 Task Name DuraOon Start Finish a avl.lun JullAlIlIlSeDIOd NovlDec Jan FablMarlA PROJECT STUDY REPORT (PSR)/PROJECT REPORT(PR)JED 3&8 days FrI 411 &/99 Tua 8/29/00 4/18 ...... ../ Project K1ck-Off Meeting (PDT) o days FrI4/16/99 Fri 4/16199 4/18 ., ../ Data Collection & Review 40 days Fri 4/16199 Thu 6110/99 -IlIIII.100% ../ Prepare Traffic Studies 60 days Fri 6111199 Thu 9/2/99 100% ../ Prepare Geomelric Concepts 60 days Fri 6/11/99 Thu 9/2199 100% I ./ CallransILocaI Agency Review/Approval 25 days Fri 9/3/99 Thu 1on/99 111,100% i ../ Prepare Advance Planning Studies 50 days Fri 913/99 Man 11/29/99 II." 10~% ../ Prepare Environmental Technical Studies 25 days FrI10/6199 Thu 1212199 4.. 10~ ../ Prepare Draft EIR Addendum 45 days Fri 1016199 Thu 1219199 .. ~OO% I ../ Prepare Draft PSRJPRlED 86 days Fri 10/8/99 Fri 214/00 100% I "" Prepare Admin Dreft Initial Study 41 days Fri 12110/99 Fri 2/4/00 '-"00% t "" CaltransILocaI Agency Review 35 days Man 2fT/00 Fri 3124/00 I ~ I Pelfonn Spedal Status Plant Surveys 24 days Tue 4/4/00 Fri 5/5/00 I Prepare FlnallnlUal Study 2 days Man 519/00 Tue 5/9100 j Public Circulation/Comment' 22 days Wad 5/10100 Thu 6/8/00 I City Council Meeling Approval o days Tue 6120100 Tue 6120100 r Caltrans Dislrict Appr~val 10 days Wad 6121/00 Tue 7/4/00 I FHWA Approval 10 days Wed 7/5/00 Tue 7/18/00 , Fraeway Agreement Modifications 30 days Wed 7/19/00 . Tue 8/29/00 I crc Freeway Agreement Approval o days Tue 8/29/00 Tue 8/29/00 I COOPERATIVE AGREEMENT (DESIGN) 146 day. Frl12/17/99 Thu 7/6/00 12/17 l ../ Caltral1 Prepares Draft Agreement 85 days Fri 12117/99 Thu 4/13100 II S City RevlewlComment 20 days Fri 4/14/00 Thu 5/11/00 J c Callrans/City Execute Agreement 40 days Fri 5/12/00 Thu 7/6/00 5 RIGHT-OF-WAY CERTIFICATION 175 days Wed &/10/00 TUB 1/9/01 1I1G ~ COOPERATIVE AGREEMENT (CONSTRUCTION) 136 days Frl12/17/99 Thu 6/22/00 I 12/17 I ../ Callrans Prepares Draft Agreement 85 days FrI12117199 Thu 4/13/00 l City Review/Comment 20 days Fri 4/14/00 Thu 5/11/00 I I s Callrans/Clty Execute Agreement 30 days Fri 5/12100 Thu 8/22/00 4 GEOTECHNICAL ENGINEERING 101 days Frl12/17199 FrI &/6100 12/17 5 V Soils Exploration 20 days Frl12/17/99 Thu 1/13/00 .100" 8 AOUPesticlde Testing 81 days Fri 1/14/00 FrI 5/5/00 -- Task Crltlcal Task Progress Rolled Up Task Rolled Up Progre81 - Task Progress Milestone . Rolled Up Critical Task W#~.t0.l Splh tn. Crillcal Task Whm'$~ Summary .... .... Rolled Up Milestone 0 ExIernaI Tasks .. lael: I-6llOFallon e: Tue.ca5lOO lFallon3 ... 1-580/Fallon Road Interchange Project Schedule o(~r r-q g) 19911 I 10 0 Task Name OuraUon Stllrt ~lnl8h ebLIAerlADrMiilitJunl JullAualSeolOcl HovrleclJanFiibNiii 47 Foundation Report 81 days Fri 1114/00 Fri 5/5/00 I 48 Materlala Report 81 days Frl1/14/00 Fr16/S/00 ~ 411 STRUCTURAL DESIGN 179 days FrI 2126100 Wed 11/1/00 1/26 ... 50 Iii1 Seismic Analysis & Strategy Report 30 days Frl 3/31/00 Thu 6/11/00 .1 61 Structu~ Type Selecllon (GP) 25 daye Fri 2/25/00 Thu 3/30/00 .- .... 62 Type Selecllon Review 20 days Frl3I311OO Thu 4/27100 I 53 Type Selection Meeting o daya Thu 4/27/00 Thu 4/27/00 412: 14 Bridge 65% Design 44 day. Fri 4/28/00 Wed 6/28100 65 Independent Check 20 day. Thu 6129/00 Wed 7/26/00 58 DOS Review . 30 days Thu 8129/00 Wed 819/00 57 95% Structure DeSign 20 day. Thu 8110/00 Wed 9/6/00 18 DOS Final Review . 30 days Thu 9fT/00 Wed 10118/00 611 FlOaI Revlalona 10 days Thu 10/19/00 Wed 11/1100 60 PLANS, SPECIFICAnONS & ESTIMATE (PS&E) 268 days Frl1114100 Tue 1/23/01 1/14 ".. 81 Prepare Geometric Approval Drawings (GAD) 80 days Frl1/14/00 Thu 5/4/00 ~ 82 Caltrans Review/ApprQVal 21 days FrI 616100 Fri 612/00 63 Prepare 6S% PS&E 62 days Moo 6/5100 Tue 8129/00 84 Callrans Review 30 days Wed 8130/00 Tue 10110/00 85 Prepare 100% PS&E 30 days Wed 10/11/00 Tue 11/21/00 88 Callrans Review 30 days Wed 11/22/00 Tue 112101 iT FInal PS&E Preparation 10 days Wed 1/3101 Tue 1/16/01 88 Final PS&E Approval S days Wed 1/17/01 Tue 1123/01 68 FINAL PROCESSING 166 days Wed 8/30/00 Tue 4/17/01 70 Callrana Issues Encroachment PermIt 5 days Wed 1/24/01 Tue 1130101 71 Revise Maintenance Agreement 40 days Wed 6/30/00 Tue 10124/00 I I 72 Advertise Project 20 days Wed 1/24/01 Tue 2/20/01 73 Bid Opening & Evaluation 15 days Wed 2/21/01 Tue 3/13/01 74 Award Contract 15 days Wed 3/14/01 Tue 4/3101 . T5 Contractor NTPIStart 10 days Wed 4/4/01 Tue 4/17/01 ... RoUed Up Talk RoUed Up Critical Task W#.h~:r/...@j Rolled Up Mlleslone 0 Rolled Up progress Spilt External Tasks - I.. II Critical Talk Progres8 MIlestone . W~#M Summary ..... 'rojec:l: l-68OFaIIon )&le; Tue 4I25IllO Task Task Progreas CrilicaI Talk 158OFaIIon3 ~918.1 EXHIBIT B PAYMENT SCHEDULE City shall pay Consultant on a time and material bases not to exceed the total sum of FIVE HUNDRED NINITY THREE THOUSAND ONE HUNDRED EIGHTY DOLLARS ($593,180) for services to be performed pursuant to this Agreement. Consultant shall submit invoices monthly based on the cost for services performed in accordance with the Exhibit "A" cost estimate. The total sum stated above shall be the total which City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement City shall make no payment for any extra, further or additional service pursuant to this Agreement unless such extra service and the price therefor is agreed to in writing executed by the City Manager or other designated official of City authorized to obligate City thereto prior to the time such extra service is rendered and in no event shall such change order exceed twenty- five percent (25%) of the initial contract price. The services to be provided under this Agreement may be terminated without cause at any point in time in the sole and exclusive discretion of City. If the Agreement is terminated by City, Consultant shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials to the effective date of such termination. In that event, all finished and unfmished documents and other materials shall, at the option of the City, become City's sole and exclusive property. Consultant hereby expressly waives any and all claims for damages or compensation arising under this Agreement. Consultant shall maintain adequate logs and timesheets in order to verify costs incurred to date. The Consultant is not authorized to .perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of a fully executed Purchase Order from the Finance Department of the City of Dublin. Exhibit B Page 1 of 1 05/09/00 EXIllBIT C 30 1~1 City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Contractor's use while consulting with City employees and reviewing records and the information in possession of City. The location, quantity, and time of furnishing said physical facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility which may involve incurring any direct expense, including, but not limiting the generality of this exclusion, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Exhibit C Page 1 of 1 05/09/00 3/121 EXHIBIT D GENERAL PROVISIONS 1. INDEPENDENT CONTRACTOR. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. City shall have the right to control Consultant only insofar as the results of Consultant's engineering services rendered pursuant to this Agreement; however, City shall not have the right to control the means by which Consultant 'accomplishes services rendered pursuant to this Agreement. 2. LICENSES: PERMITS: ETC. Consultant represents and warrants to City that he has all licenses, permits, qualifications and approvals of whatsoever nature which are legally required for Consultant to practice his profession. Consultant represents and warrants to City that Consultant shall, at his sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals which are legally required for Consultant to practice his profession. 3. TIME. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary for satisfactory performance of Consultant's obligations pursuant to this Agreement. . 4. INSURANCE REOUlREMENTS. Consultant shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Consultant, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the Consultant's bid. A. Minimum Scope ofInsurance. Coverage shall be at least as broad as: (1) Insurance Services Office form number GL OQ02 (Ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability; or Insurance Services Office Commercial General Liability coverage ("occurrence" form CG 0001). (2) Insurance Services Office form number CA 0001 (Ed. 1/78) covering Automobile Liability, code 1 "any auto" and endorsement CA 0025. (3) Worker's Compensation insurance as required by the Labor Code of the State of California and Employers Liability Insurance. Exhibit D Page 1 of5 05/09/00 &J 1<31 B. Minimwn Limits of Insurance. Consultant shall maintain limits no less than: (1) General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. (2) Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. (3) Workers Compensation and Employers Liability: Workers Compensation limits as required by the Labor Code of the State of California and Employers Liability limits of$I,OOO,OOO per accident. C. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials and employees; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions. The policies are to contain, or be endorsed to contain, the following provisions: (1) General Liability and Automobile Liability Coverages. (a) The City, its officers, officials, employees and volunteers are to be covered asinsureds as respects: liability arising out of activities performed by or on behalf of the Consultant; products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, leased, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope of the protection afforded to the City, its officers, officials, employees or volunteers. (b) The Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. (c) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. Exhibit D Page 2 of5 05/09/00 33 ;jgl (d) The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (2) Worker's Compensation and Employers Liability Coverage. The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by the Consultant for the City. (3) Professional Liability. Consultant shall carry professional liability insurance in an amount deemed by the City to adequately protect the City against liability caused by negligent acts, errors or omissions on the part of the Consultant in the course of performance of the services specified in this Agreement. (4) All Coverages. Each insurance policy required by.this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceptability ofInsurers. Insurance is to be placed with insurers with a Bests' rating of no less than A:VIII. F. Verification of Coverage. Consultant shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. H. The Risk Manager of City may approve a variation of those insurance requirements upon a determination that the coverages, scope, limits and forms of such insurance are either not commercially available or that the City's interests are otherwise fully protected. 5. CONSULTANT NO AGENT. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Exhibit D Page 3 of5 05/09/00 34181 6. ASSIGNMENT PROIDBITED. No party to this Agreement may assign any right or obligation pursuant to this Agreement. Any attempted or purported assignment of any right or obligation pursuant to this Agreement shall be void and of no effect. 7. PERSONNEL. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the removal of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, cause the removal of suqh person or persons. 8. STANDARD OF PERFORMANCE. Consultant shall perform all services required plU'Suant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged in the geographical area in which Consultant practices his profession. All instruments of service of whatsoever nature which Consultant delivers to City pursuant to this Agreement shall be prepared in a substantial, fIrst class and workmanlike manner and conform to the standards of quality normally observed by a person practicing in Consultant's profession. 9. HOLD HARMLESS AND RESPONSIBILITY OF CONSULTANTS. Consultant shall take all responsibility for the work, shall bear all losses and damages directly or indirectly resulting to him, to any subconsultant, to the City, to City officers and employees, or to parties designated by the City, on account of the negligent performance or character of the work, unforeseen diffIculties, accidents, occurrences or other causes predicated on active or passive negligence of the Consultant or of his subconsultant. Consultant shall indemnify, defend and hold harmless the City, its officers, officials, directors, employees and agents from and against any or all loss, liability, expense, claim, costs (including costs of defense), suits, and damages of every kind, nature and description directly or indirectly arising from the negligent performance of the work. This paragraph shall not be construed to exempt the City, its employees and officers from its own fraud, willful injury or violation of law whether willful or negligent. For purposes of Section 2782 of the Civil Code the parties hereto recognize and agree that this Agreement is not a construction contract. By execution of this Agreement Consultant acknowledges and agrees that he has read and understands the provisions hereof and that this paragraph is a material element of consideration. Approval of the insurance contracts does not relieve the Consultant or subconsultants from liability under this paragraph. 1 O. GOVERNMENTAL REGULA nONS. To the extent that this Agreement may be funded by fIscal assistance from another governmental entity, Consultant shall comply with all applicable rules and regulations to which City is bound by the terms of such fIscal assistance program. 11. DOCUMENTS. All reports, data, maps, models, charts, designs, plans, studies, surveys, photographs, memoranda or other written documents or materials prepared by Consultant pursuant to this Agreement shall become the property of City upon completion of the work to be performed hereunder or upon termination of the Agreement. No such materials or properties Exhibit D Page 4 ofS 05/09/00 351?JJ produced in whole or in part under this Agreement shall be subject to private use, copyrights, or patent rights by Consultant in the United States or in any other country without the express written consent of City. City shall have unrestricted authority to publish, disclose (as may be limited by the provisions of the California Public Records Act), distribute, and otherwise use, copyright or patent, in whole or in part, any such reports, studies, data, statistics, forms or other materials or properties produced under this Agreement. Exhibit D Page 5 of5 05/09/00 .~ 36 Jlgl ,,; " EXHffiIT."A" OF RESOLUTION k&--Ol AMENDMENT TO AGREEMENT BETWEEN CITY OF DUBLIN AND CCS PLANNING AND ENGINEERING, INC. FOR ENGINEERING SERVICES WHEREAS; the City of Dublin (hereinafter referred to as "CITY") andCCS Planning and Engineering, Inc. (hereinafter referred to as "CONSULTANT"), entered into an agreement on May 16, 2000 to design the 1-580/Fallon Road Interchange hnprovements; and WHEREAS~ the S~ope of Work to be performed is proposed to be extended; and WHEREAS, the not-to-exceed contract amount is proposed to be increased to cover the cost of the addition.al work; NOW, THEREFORE, the parties hereto agree as follows: Scope of Work The Scope of Work shall. be extended to include additional scope of work as described in Consultant's letter dated March'16, 2001 for the 1-580/Fallon Road Interchange hnprovements Project (attached). Extension of Term The total cost for time-and-materials work under this amendment shall not exceed an additional $56,284. CITY OF DUBLIN ~4~ A~.:. .. f c:/t Ci rk . CCS PLANNING AND ENGINEERING, INC. ~~~ Tom Wintch 4/(0 It!) I Date: <. ,. CCS Project #98104 March 16,2001 Mr; Kevin Van Katwyk _ City of Dublin 100 Civic Plaza'. Dublin, CA 94568 Mr. Ferd Del Rosario / City of Dublin 100 Civic Plaza Dublin, CA 94568 Subject: I-580/FallonRoad Interchange . Additional Scope of Work/Design Costs Gentlemen: ':JJL :;)fF ccs 37::/8/ PLANNING AND ENGINEERING I N C 0 1\ PO II AT E 0 6 Grow Canyon COurt . San Ramon, California 94583-1621 925/314-1220, Fax 925/314-1229. email: SRO@cl:SPffu;e.com Mr. Eric Cordoba Cordc;>ba Consulting, Inc. 5368 Laurel Drive Concord, CA 94521 As requested, the CCS Design Team has summarized the significant additional preliminary engiIieer.i.ng, environmental and design' activities identified at the . 65% design level for the I-5801Fallon Road interchange project. These additional activities represent engineering and environmentallevel.of effort that was. not included in the original contract scope of work for this project. In presenting thIs infonnation, we have associated this increased level of effort with either the Project Study Report/Project Report. (PSR/PR) or the. Plans, Specifications and Estimates (PS&E), as appropriate. Each additional engineering or environmental activity' is described and a corresponding cost identified within the text of the "Additional Scope of Work" attachment A cost breakdown by activity and team firm is presented on the accompanying spreadsheet. The. majority. of these additional tasks and activitie~ have. not yet been completed and. it is hoped that the team will be able to absorb a portion of these out~of-scope efforts. . We will continue to discuss a number .of these. requirements with <;altrans and strive to elim~ate .or reduce additional costs wherever possible. However, at this time weliave attempted to present what is. hopefully a: "worst. case" scenario. Please note that CCS has utilized 1999 hourly rates for oUf work and has. excluded any subconsultant mark-up. After you have had an opportunity to review this information~ we would like to meet and discuss the process to amend our contract fee f<:>r the 1-580/Fallon Road interchange improvements. Sincerely, CCS Planning and Engineering~ . nc. ~/-8 ~ Thomas M. Wintch, PE, TE. TMW:ts Attachment P:198104\Admin.FllionPSR\ScopiDg-F...ldesign costJ.OI.30.01.ooc TRANSPORTATION C I V I 1 IT'" . , 3& 101 I-5801FaUon Road Interchange Modification Project City ofDubli~ Additional Scope of Work PROJECT STUDY REPORTIPROJECT REPORT (PSRlPR) 1. 'Ramp MeteringITOS{CCTV) Coordination"':' This activity included coordination efforts, the preparation of a cost analysis, drafting of correspondence for the City, and meeting attendance. Caltrans, is requiring design and installation of all equipment to make both westbound and eastbound on-ramp meters operational. ~e original c()ntract scope-of- work included underground conduits/foundations only. Cost Increase $4,500. 2. Revisions Resulting, from Quarry Coordination - This activity inclu,ded coordination efforts, preparation of geometric alternatives, preparation of traffic analysis, construction cost - estimates updates and meetings attendance associated with the development of conceptual intersection geometrics to satisfy Quarry concerns. Cost Increase $7,100. 3. Revise Cost Estimates - Several iterations of revising PSR/PR cost estimates have been required as a result of ramp metering, CCTV, median drainage, ditch paving and miscellaneous additions. Cost Increase $2,860. 4. Conklin Tar Plant Study - This activity includes field activities and enviro~ental docum~ntation regarding the collection of Conklin Tar Plant seeds. The effort to prepare this study has been discussed previously and received verbal approval. Cost Increase $3,520. PLANS, SPECIFICATION & ESTIMATES (PS&E) A. ' Caltrans Required Additions: 1. Ramp Metering - This activity includes the design, of all equipment to make both eastbound and westbound on-ramp meters operational. The originai contract scope- of-w<;>rk included underground conduits/foundations only . Cost Increase $6,040. P:\9llI04\Admi...FallonPSlllScopinS-Fees\dcsiS' cosrs.ol.30.0 I,doc , ~~ ~c9J 1-580/Fallon Road Interchange 2. TOS (CC1V) -Caltrans has requir~d the installation of a closed-circuit television camera (CCTV) as part of the interchange modifications. This design element was not included in the original scope-of-work. Cost Increase $3,380. 3. Reconstruct Median Drainage - It is highly likely that Caltrans will require the design of a "Slotted-Drain" system within the median, similar to what has been required at the 1-580lTassajara Ro~d Interchange. Cost Increase $8,884. 4. Expanded SWPPP - Caltrans has expanded their requirement for the preparation of a Storm Water Pollution Prevention Plan (SWPPP). It is our understanding that the requirements are still being modified, however we have attempted to estimate the required level of effort.. Our original scope-of-work included only a minor effort. Cost Increase $7,480. TOTAL ADDITIONAL DESIGN COSTS -$56,284. P:\9S104lAdmiD-FallonPSR.lScopinll-F_Id..ign COIlI.Ol,30.01.doc LfO;{ & I I - 580 I Fallon Road II CII ADDITIONAL SCOPE OF' .. CCS STAFF cts . 0 z ~ i z ,. . l:: == E?Hl == == w== !i== < :c - .5 ~w w ~~ !;(w ~ffi u t s ; (I) frlo >w ==w -w ==- ~ 9 -< ffi~ OZ ' ~~ Q~ ~~ ' 0 cnZ ~ '0 ~ c.O ~~ ~~ cnO Uie; ififrl ""c. (I) II a: am ~z ~ifi ~~ H Co c.w w ~,t::: Co Rate(Slhr) S15O.00 S14O.oo SI30.00 S110.OO 580:00 510.00 $80.00 550.00 - ! ADDITIONAL ENGINEERING SERVICES PROJEeI' STUDY REPORTIPROJECf REPORT fPSRlPR) () 1. Ramn Meterin2fI'OS (CCTV) Coordination 4 16 26 46 ~ 2. Revisions Resultinll from ()uany Coordination 6 4 20 16 24 10 S 3. Revise Coat Estimates 8 8 10 6 32 S 4. COnklin Tar Plant studv ' 4 4 S. HistOric ProDernes Survev Reoert (HPSR) 4 4 20 28 ~ 0 PLANS. SPECIFICATIONS & ESTIMATES (Ps&E) 0 A. Caltrans Reauired Additioos 0 1. Ramo MeteI'in!!: 4 12- 28 24 68 . S 2. TOS (CCl'V) 4 6 20 8 38 S ,3. Reconstruct Median Drainage 2 4 10 10 8 34 S , 4. Exllandcd Swppp 2 6 10 6 40 16, 6 86 S 0 0 0 0 , 0 i 0 0 0 , 0 0 0 0 Sub-Total - Additional Staff Hours Sub-Total - Additional Labor Cost (S) 406 $37.900 I 406 b I ccs I Total Additional Labor II 537,900 I Total Additional Direct Expenses II SO I Sub-Consultant Admin Costs II SO )S&E Add Fees.xls If/ ;f g I .ange Modification Project Dublin [( I DESIGN COST SUMMARY 1/291lOO1 CCS TEAM - SUB CONSULTANTS Subcouultauts CIVIL GEOTECH DRAINAGE LANDSCAPE SURVEY ENVIR. ' tlQE Parikh WRECO AMI M&S DaVid Power ~~ % ~ ~ ... :!l ~ ~ ~ ~ < 0:: ti. c c 0 0 0 fI l:! -i2 ' Team. Total Team Total till UJ tffi ~~ ul- o::~ 5::i ;; 5 %UJ Z 0::- U Hours Amount cn_ 0% ~:S j~ l!!~ w% 0% UJ% OX 0> 'Q, as ~6 ~~ aa x -x >&l ~s ~~ u %~ %U iil - g:ffi om c..UJ g:m Ie g;~ ~l:I &: ~~ r~ ~ Jl~ $126.00 $70.00 $100.00 $90.00 $75.00 $45.00 $118.00 . $76.00 $172.00 S100.OO - $ - S 0 sO 0 $0 0 so 46 $4.500 , 0 so 70 S7,1oo {j $0 32 $2,860 30 30 S3,ooo 34 $3.520 100 ,100 $10,000 128 SI2.520 0 so 0 so 0 so 0 $0 0 so 0 so ci SO 68 $6,040 0 $0 ' '38 53,380 6 30 8 4 4 6 58 S5,384 92 58,884 0 so 86 $7,480 .. 0 so 0 50 0 so 0 $0 0 so 0 so 0 so 0 so 0 so 0 so 0 so 0 so 0 $0 0 so 0 $0 0 $0 0 $0 0 $0 0 $0 0 so 0 so 0 so 0 so 0 $0 188 18384 594 I Sl~841 594 56:!S-4 I 556;%84 518,384 SO so 556,284 so so I I I .l- I Subc:ciosultaDt Team TOTAL ADDITIONAL COST - FINAL ,DESIGN : / Lrc2~81 ) EXHIBIT "A" OF RESOLUTION :2J.JJ-0l AMENDMENT #2 TO AGREEMENT BETWEEN CITY OF DUBLIN AND CCS PLANNING AND ENGINEERING, INC. FOR ENGINEERING SERVICES WHEREAS, the City of Dublin (hereinafter referred to as "CITY") and CCS Planning and Engineering, Inc. (hereinafter referred to as "CONSULTANT"), entered into an agreement on May 16, 2000 to design the 1-580/Fallon Road Interchange Improvements; and WHEREAS, the City Council of the City of Dublin approved Amendment #1 to the Consultant agreement to include additional services, and WHEREAS, the City desires to amend the consultant contract to include additional services, and the not-to-exceed contract amount is proposed to be increased to cover the cost of the additional work; NOW, THEREFORE, the parties hereto agree as follows: Scope of Work The Scope of Work shall be extended to include additional scope of work as described in Consultant's letter dated November 27, 2001 for the 1-580/Fallon Road Interchange Improvements Project (attached). Extension of Fees The total cost for time-and-materials work under this amendment shall not exceed an additional $94,700. ~GANDENG~E~. G,INC. t-k? ~ b~ Tom Wii1tch Date: It.-! 14. / ~ I If 3 ~ 81 SCOPE OF WORK FOR, ' I-580/FALLON ROAD INTERCHANGE MODIFICATION PROJECT City of Dublin , TRAFnCFORECASTUPDATE This is the scope of work of CCS Planning and Engineeringt Inc. to provide traffic engineering services related to the updating of the traffic portion of the' Project Study Report / Project Report for the 1-580 / Fallon Road Interchanget and to redefIne the interchange conceptual geometries based on the Year 2015 traffic forecast for the Phase It initial project. . CCS Planning and Engineeringt Inc~t in conjunction with TJKM; Dowling Associatest Inc. (Dowling), . and David J. Powers and Associates (powers) will perform the following items of work: PSR TRAFFIC ANALYSIS UPDATE Task 1. Coordination meetings (CCS, TJKM) - Attend coordination meetings with City of Dublin, City of Pleasanton, Alameda Countyt and Caltrans. Task 2. Review TraffIc Forecasts and Previous TraffIc Analysis - Task 2a - Compile and review data from previous traffic analysis (TJKM) Task 2b - Prepare updated traffic forecasts (Dowling) - Produce AM and PM peak hour turning movement forecasts for two intersections: 1-580 westbound offramp and Fallon, and 1-580 eastboundoff-rainp and Fallon. Plots of AM and PM peakhourlink flows will be provided for the freeway and surface street approaches to the interchange and for the interchange itself. This data will be delivered to TJKM Associates for their operations analysis. Task 2c - Prepare updated traffic forecasts with Jack London Extension (Dowling) - A second set of model runs will be prepared to include the West Jack London Extension to El Charro Road. The same AM and PM peak hour plots and turning movement outputs will be' produced and delivered to TJKM Associates. Task 3. Review and update assumptions (TJKM) - Prepare year 2015 traffic forecasts based on Dowling Associates' year 2000 validation lunstexisting counts, and City's traffic growth patterns. Update assumptions based on the latest available counts, (no new counts will be conducted), land-use information, ,street network, and other issues such as cut-through traffic. Task 4. Perform and Update Operation Analyses for Years 2015 and 2025 Scenarios (TJKM)- Upd8;te the TraffIc Operations Analysis for the Fallon Road/I-580 Interchange prepared by TJKM in 1999. Use the 2000 Highway Capacity Manual or 2001 CORSIM to perfohn the :freeway and ramp junctions traffIc operations; modifIed Circular 212 method as adopted by COlitra Costa Transportation Authority (CCTA) or method normally used in each City for interseCtion level of service analysis; Poisson Ratio method (Caltrans approved) to estimate the queue length for the turning lanes at ramp-end intersections; and SYNCHRO to evaluate the queue length and levels ' 1 11/27/01 441 <31 of service for all intersections. Coordinate this traffic analysis with Caltrans to ensure,that the above work elements are acceptable to them and to the City. Task 4a - Analyze freeway mainline merge/diverge, Or weaving level of service to evaluate, , alternative lane configuration on freeway mainline and ramp junctions. . Task 4b - Perform ramp-end intersection level of service analysis to determine the intersection lane configuration at Fallon Road and El Charro Road Task 4c - Perform signal warrant analysis Task 4d - Perfonn queuinganalys~ to detemiine the storage lengths for the turning movements at intersections Task 4e - Address ramp metering, HOV lane'consideration, and mainline operations Task 5. Prepare Draft Traffic Operation Report '(fJKM) -Prepare and submit to the cities and Caltrans, a Draft Traffic Operations ,Analysis Report for review. Task 6. Validation of Traffic Analysis (CCS) - Review Draft Traffic Operation Report, validates assumptions and traffic operations analyses. Task 7. Select Link Analyses for Cost Sharing (Dowling) - For each o:(the two sets of model runs (with and without Jack London Extension), a select link analysis will be 'prepared for the AM and PM ' peak hours that will identify the city of origin and city of destination for the traffic using the 1-- 580/Fallon Interchange ~>n-ramps, off-ramps, and the bridge over the freeway (7 links). Any vehicle trip using one or more of these links will be added to the city-by-city OD table for the entire interchange. The single table will then be used to compute the percentage of trips 'by city , for each peak hour. Thecity-by-city OD table will include Livermore, Pleasanton, Dublin, Unincorporated Alameda County, and others. Task 8. Prepare Final Traffic Operation Report (TJKM) - Upon receiving comments from the cities and Caltrans, prepare and submit a Final Traffic Operations Analysis Report to the cities and ~ltrans. PREPARE GEOMETRIC APPROVAL DRAWINGS (GAD) AND ENVIRONMENTAL RE- EVALUATION Task 1. Prepare Draft Revised GAD including Proposed RIW (CCS) - Based on the Draft Traffic Operation Report on IflIle assignments, turning movements, queue lengths, etc., the, GAD as submitted to Caltrans in May, 2000 will be updated. The updated GAD will include additional alignments, if any; revised typical ~ross sections, profiles, and layouts. Any necessary revision to the existing R/W will also be investigated. In addition, revisions to the 2025 traffic volume will . be checked against the "plan line for ultimate geometry". ' . Task 2. Environmental Re-evaluation (Powers, CCS) - The revised Year 2015 geometries will be re.,. evaluated against the existing environmental document Any issue that is not consistent with the . existing findings or requires additional studies will be identified. Task 3. Evaluate Construction Phasing (CCS) - The proposed Year 2015 geometries will be compared with the "plan line for ultimate geometry" for determiIiation of feasibility and cost effectiveness 2 11/27/01 it-51&/ , , , of any ultimate geometry improvements that should be incorporated in the Year 2015 project. The evaluation ~1l include right-of-way, dramage, utility relocation~ and traffic impacts etc. for construction phasing of the "ultimate" project. Task 4. Update Construction Cost Estimate and Design Schedule (CCS) - Construction eost estimate and design schedule will be updated based on the revised geometries prepared under T~sks I and 3. , Task 5. Prepare Final GAD (CCS) - Final GAD will be prepared and submitted to Caltrans upon recdving comments on the draft GAD. 3 11/27/01 Lf 0 Of 2J I 1-580 I Fallon Road Interchange Modification p'roJect I City of Dublin , ADDITIONAL SCOPE OF WORK I DESIGN COST SUMMARY TRAFFIC FORECASTS UPDATE ADDITIONAL ENGINEERING SERVICES TJKM Dow PSR TRAFFIC ANALYSIS UPDATE Task 1 Coordination Meetings $ 2,360, Task 2 Review Traffic Forecasts and Previous Traffic Analysis 2a Compile and Review Previous Traffic Analysis $ 345 2b Prepare Updated Traffic Forecasts $ E 2c Prepare Updated Traffic Forecasts (with Jack London Extension) $ . , , Task 3 Review and Update Assumptions $ 4,055 Task 4 Perform and Update Operation Analyses for Years 2005 and 2025 Scenarios 4a Analyze freeway mainline merge/diverge, weaving LOS $ 1,220 4b Perform ramp-end intersection LOS . $, 990 4c Perform signal warrant analysis $ 380 , 4d Perform queuing analysis at intersections $ 990 4eAddress ramp metering, HOV lane consideration, and other issues $ 1,220 Task 5 Prepare Draft Traffic Operations Report $ 6,040 Task 6 Validation of Traffic Analysis -. Task 7 Select link Analyses for Cost Sharing $ 1 Task 8 Prepare Final Traffic Operations Report $ 3,400 PREPARE GEOMETRIC APPROVAL DRAWINGS (GAD) AND ENVIRONMENTAL RE- EVALUATION Task 1 Prepare Draft Revised GAD Including Proposed RIW Task 2 Environmental Re-Evaluation Task 3 Evaluate Construction Phasing Task 4 Update Construction Cost Estimate and Design Schedule Task 5 Prepare Final GAD Subtotal $ 21,000 $ 11, 10% Markup on Subconsultants Proposal Totall ~ 4 471'8 J EXHIBIT "A" OF RESOLUTION lOb -03 AMENDMENT #3 TO AGREEMENT BETWEEN CITY OF DUBLIN AND CCS PLANNING AND ENGINEERING, INC. FOR ENGINEERING SERVICES WHEREAS, the City of Dublin (hereinafter referred to as "CITY") and CCS Planning and Engineering, Inc. (hereinafter referred to as "CONSULTANT"), entered into an agreement on May 16, 2000 to design the 1-580/Fallon Road Interchange Improvements; and WHEREAS, the City Council of the City of Dublin approved Amendment #1 and #2 to the Consultant agreement to include additional services, and WHEREAS, the City desires to amend the consultant contract to include additional services, and the not-to-exceed contract amount is proposed to be increased to cover the cost of the additional work; \ NOW, THEREFORE, the parties hereto agree as follows: Scope of Work The Scope of Work shall be extended to include additional scope of work as described in Consultant's letter dated March 6, 2003 for the I-580/Fallon Road Interchange Improvements Project (attached). Extension of Fees The total cost for time-and-materials work under this amendment shall not exceed an additional $383,849. A~T: M r. GUk __'~ City Clerk CCS PLANNING AND ENG~~, INC. ---L-P-~ 6~ Tom Wintch Date: s-I Z,3 / OJ . :DL ~F 4-8 Of 8.1 CCS ~.J. PLANNING AND ENGINEERING INCORPORATEO CCS Pro;ect #98104 6 Crow Canyon Court San Ramon, California 94583-1621 925/314-1220, Fax 925/314-1229 email: SRO@ccsoffice.com March 6, 2003 Mr. Ferd Del Rosario City of Dublin 100 Civic Plaza Dublin, CA 94568 Mr. Eric Cordoba Cordoba Consulting, Inc. 5368 Laurel Drive Concord, CA 94521 Subject: 1-5801Fallon Road Interchange Additional Scope of Work/Design Costs Request No.3 Gentlemen: As requested at our status meeting on October 17,2002; the CCS Design Team has summarized the significant additional design, geoteclmical and management. activities required to complete the contract plans for the I-580/Fallon Road interchange project. These additional activities represent engineering and geotechnical effort that was not included in the original contract scope of work and Amendments No. 1 and No.2 for this project. In addition, at our PDT meeting with Caltrans on December 13, 2002, Caltrans had raised the issue of processing this project through federal requirements since this project will introduce two additional access points onto 1-580. We are also requesting Engineering Services during Construction which was requested previously but has not received confirmation. Each additional management, engineering, geotechnical, environmental, traffic, and construction support service activity is described and a corresponding cost identified within the text of the, "Additional Scope of Work No.3" attachment. A cost breakdown by activity and team firm is presented on the accompanying spreadsheet. Part of these cost increases for the I-580/FallonRoad Interchange Project are related to the additional northbound to westbound loop as requested by City of Pleasanton, and the design schedule delay associated with the additional loop. As you mow, the additional traffic study, Geometrics Approval Drawings, environmental updates, and revision to the PSR/PR due to the addition of this NBIWB loop are covered in our Amendment No.2 request, this amendment is for design effort to complete the contract plans. The fee proposal prepared in April 2000 anticipated that final design would be completed by early 2001. Due to the extension of the design phase, this request is to update the hourly rates to the current 2003 rates. The new rates to begin in January 2003. Weare also requesting to include Engineering Services during Construction into this amendment. In March 2001, City of Dublin had Fequested CCS to prepare scope and budget for this activity since Construction Support Services is not included in the original scope of work. CCS prepared and submitted the information to City on March 23,2001 but has not been submitted as an amendment. Since this project now includes City of Pleasanton funding portion of design and construction, the attached spreadsheets include segregated City of Dublin's share and City of Pleasant on's share. The P:\981 04PSE\Admin-FallonPS&EIScoping-FeeslP S & E\Amendment No,3-030603.doc T~ANSPO~TATiON C I V I L ITS If "~7 6/' . March 6, 20031 Q I CCS Job #98104 Page 2 percentage allocation to each city for our additional services was discussed at our meetings on December 19,2002, and February 20,2003. Please feel free to call Jim Pun or me for any additional questions or clarifications that may arise. Sincerely, CCS Planning and Engineering, Inc. ~/-13-~ ,L)H Thomas M. Wintch, PE, TE TMW:ts Attachment \ . t :,,(') --) . .}-~ CJ I .-j I-580/Fallon Road Interchange Modification Project City of Dublin Additional Scope of Work No.3 A. Northbound to Westbound loop - This activity will begin with the approval of the Geometric Approval Drawings (GAD) to completion of the contract plans. This effort includes additional Layout for the loop, Typical Cross Sections, contour grading, drainage, signing, striping, electrical including ramp metering, landscaping, erosion control, and quantities. (100% allocated to City of Pleasant on) Cost Increase $53,230. B. Pavement Rehabilitation of the Interchange - This activity includes providing geotechnical engineering services leading to recommendation and design for pavement rehabilitation of the existing 1-580/Fa110n Road/El Charro Road Interchange, and incorporating the recommendation to completion of the contract plans. The original contract scope-of-work did not include any geotechnical or design work on existing pavement or ramps that are only being widened and not receiving new pavement. As in the I-580/Tassajara Road Interchange Modification project, Caltrans mandated the existing pavement to be resurfaced due to safety reasons. (90% allocated to City of Dublin, 10% to City of Pleasant on) Cost Increase $15,996. C. Incorporation of DSRSD 30" Welded Steel Pipe Casing - Dublin San Ramon Sanitary District requested a 30" Welded Steel Pipe casing to be installed into the proposed Fallon Road Overcro s sing. This 30" WSP will accommodate a future 24" water line. At the time of the DSRSD request, the design of the Fallon Road Overcrossing was completed to a 65% level awaiting for independent check. This activity included re-designing the structure to accommodate the additional dead weight from the WSP and the 24" pipe running full. The notice to incorporate the pipeline into the 1-580/Fallon Road project was given to us on February 2002. An agreement will be needed between City of Dublin and DSRSD for DSRSD to fully reimburse the City to cover both design. and construction costs. (100% allocated to City of Dublin) Cost Increase $16,270. D. Additional Traffic Study in conjunction with the Northbound to Westbound loop - This activity includes the additional traffic study requested by City of Pleasanton beyond the level of effort estimated under Amendment No.1. This additional effort has been discussed with City of Pleasant on and received verbal approval. (100% allocated to City of Pleasant on) Cost Increase $16,044. P:\981 04PSElAdmin-FallonPS&E\Scoping-Fecs\P S & ElAmendment No,3-030603,doc 1-580/Fallon Road In~C~~~ g I E. Possible Additional Studies and Reports (From 12/13/02 PDT Meeting) - At our PDT Meeting with Caltrans on December 13, 2002, Caltrans raised the issue the possibility of processing this project through federal requirements, since this project will introduce two additional access points onto 1-580 by way of the new eastbound and westbound loops. Additional federal action could be triggered since a "Modified Access Report" will need to be prepared with approval from FHW A. This additional effort anticipates environmental re-evaluation of the project, revision of traffic volume to current year, additional meetings with Caltrans and FHW A, and other miscellaneous studies and reports. (50% allocated to City of Dublin, 50% to City of Pleasant on) Cost Increase $87,286. F & G Schedule Adjustment and Rate Adjustment - As a result of the decision to study the need to include the northbound to westbound loop into the project, the overall design schedule has increased by 19 months (from Jan. 02 Final PS&E submittal to Aug. 03). This request is to capture additional coordination and meetings. (50% allocated to City of Dublin, 50% to City of Pleasant on) Cost Increase $33,212. ' The fee proposal prepared in April 2000 anticipated that final design would be completed by early 2001. Due to the extension of the design phase, this request is to update the hourly rates to the current 2003 rates. The cost increases is obtained by taking the differences between the years 2003 and 2001 rates; and multiply by the hours for 65%, 95%, and 100% submittal as shown in the original 4/00 proposal. The rates adjustment is to begin in January 2003 through the end of the contract. (50% allocated to City of Dublin, 50% to City of Pleasant on) Cost Increase $66,291. H. Construction Support Service - The original contract scope-of-work did not include any engineering services during construction. As in the I-580/Tassajara Road Interchange project, CCS is involve in providing assistance to the Resident Engineer in shop drawing reviews, responding to contractor's RFI's, preparing as-needed CCO's, and respond to questions from the RE. (90% allocated to City of Dublin, 10% to City of Pleasant on) Cost Increase $93,520. 1. Additional Direct Expenses - Additional direct expenses due to these additional Engineering Services. (30% allocated to City of Dublin, 70% to City of Pleasant on) Cost Increase $2,000. Total Additional Scope of Work #3: $383.849 City of Dublin - $208,829 City of Pleasanton - $175,020 Sc) ~f fS I EXHIBIT" A" OF RESOLUTION J~1 -04 AMENDMENT #4 TO AGREEMENT BETWEEN CITY OF DUBLIN AND TY LIN INTERNATIONAL/CCS FOR ENGINEERING SERVICES WHEREAS, the City of Dublin (hereinafter referred to as "CITY") and TY Lin Intemational/CCS (hereinafter referred to as "CONSULTANT"), entered into an agreement on May 16, 2000 to design the 1- 580/FalIon Road Interchange Improvements; and WHEREAS, the City Council of the City of Dublin approved Amendment #1, #2, and #3 to the Consultant agreement to include additional services, and WHEREAS, the City desires to amend the consultant contract to include additional services, and the not-to-exceed contract amoWlt is proposed to be increased to cover the cost of the additional work; NOW, THEREFORE, the parties hereto agree as follows: Scope of Work The Scope of Work shall be extended to include additional scope of work as described in Consultant's letter dated August 23, 2004 for the I-580/Fallon Road Interchange Improvements Project (attached). Extension of Fees The total cost for time-and~materials work Wlder this amendment shall not exceed an additional $389,509. IT:~ ~ . City Clerk ~ TY LIN INTERNATIONAUCCS ~.;G Date: Hu.j,-,(j'f '25, 'ZoP'f 53 OJ g/ Ti=LINI NTERNATIONAL/CCS 6 Crow Canyon Court. San Ramon, CA 94583-1621 , (925) 314-1220 . Fax (92S) 314-1229 E-mail: sro@tylin.com.com CCS Project #98104 August 23, 2004 Mr. Ferd Del Rosario City of Dublin 100 Civic Plaza Dublin, CA 94568 Mr. Eric Cordoba Cordoba Consulting, Inc. 5368 Laurel Drive Concord, CA 94521 Subject: I-S80/FaUon Road Interchange Additional Scope of Work/Design Costs Request No.4 Gentlemen: As discussed at our previous status meetings, the TYLin / CCS Design Team has finalized the request for additional design, traffic studies, Right-of-Way Mapping, and field survey activities necessary to complete the contract plans for the I-S80lFallon Road interchange project. These additional activities represent changes from Caltrans, including changes since our Amendment No.3, additional design and Right-of-Way effort that were not included in the original contract scope of work, and a new water line requested from DSRSD. Each additional management, engineering, traffic, and construction support service activity is described and a corresponding cost identified within the text of the "Additional Scope of Work No.4" attachment. A cost breakdown by activity and team firm is presented on the accompanying spreadsheet. As in our Amendment No.3, the accompanying spreadsheets include segregated City of Dublin's share and City of Pleasant on's share since this project includes City of Pleasant on funding portion of design and construction cost. The percentage allocation to each city for these additional services were discussed and agreed at our meeting on February 19,2004. Please feel free to call Tom Wintch or me for any additional questions or clarifications that may arise. Sincerely, TYLin International / CCS n~~ ~s T. Pun, PE 5tr ~ gj I-580/Fallon Road Interchan . 1-5801Fallon Road Interchange Modification Project , City of Dublin Additional Scope of Work No.4 August 23,2004 A. Right-or-Way Mapping - Dublin Dedication to Caltrans - Caltrans had indicated that although City of Dublin had initially acquired a piece of property at the northwest quadrant of the interchange for this project, and that the property will be dedicated to the State, standard Caltrans right-of~way mapping would still be required for property transactions affecting their right~of-way lines. This activity includes a Hard Copy map showing the surveyed existing RfW, an Appraisal Map for new acquisition appraisal purposes, a Record Map showing the evidence of the change in the RIW, and a Record of Survey monumentation map showing the location and description of newly set monuments marking the new RIW. (100 % allocated to City of Dublin) Cost Increase $36,252. B. Revisions to Phase 1 and Ultimate Interchange Concept - The project was initially defined as Phase 1 (Year 2015), and Ultimate Interchange (Year 2025). However, the year 2015 scenario includes the anticipated improvements south of the interchange that were not depicted in the geometry for the Phase 1 project. After Caltrans' review of the July 15, 2003 Traffic Operation Analysis report, they were made aware of the future improvements, and accepted that additional work within the State's R!W would be required when these .improvements become reality. In order to move fOlWard with completion of the GAD and Fact Sheets, the Phase 1 project was then separated into Phase lA and Phase lB. Phase lA would be the initial project with all improvements within the State's right-of-way (including single lane on-ramps at WB diagonal, WB loop, and EB diagonal). Phase lB would be implemented by either the City of Pleasanton or City of Livermore when Stoneridge Drive in Pleasanton is extended to E1 Charro Road, when EI Charro Road is extended to either Busch Road or Stanley Blvd., or when Jack London Blvd. Is extended westerly to EI Charro Road from the City of Livermore. In November 2003, the revised GAD (for Phase lA, Phase lB, and the Intimate Interchange), revised Fact Sheets, and a new Request for Exception to Ramp Metering Policy were submitted to Cal1rans for review and approval. In response to the Request for Exception to Ramp Metering Policy, Caltrans denied the Request and insisted that all on-ramps in the initial project need to be at least two-lanes wide. The Phase 1 project is being repackaged to include not only the Phase lB widening within the State's R/W, but widening of all single lane on-ramps to two lanes. This additional engineering service. includes additional coordination meetings, additional studies, cost estimates, delay to the 65% PS&E submittal, and additional design at the 65% level. (24.6 % allocated to City of Dublin, 75.4 % to City of Pleas an ton) Cost Increase $95,386. 55 :nt >J J 1-5801Fallon Road Interch e C. Additional Field Survey - Due to the revised Phase 1 project, additional field survey is needed for widening of the ramps, pavement conform areas, and side slopes. (100 % allocated to City of Pleasant on) Cost Increase $20,178. D. Slope Paving under Fallon Road Overcrossing - At Caltrans review of the 65% Structures plans, they requested that the slopes under the overcrossing be paved. This is similar and consistent with the Tassajara Road project when Caltrans requested (during construction) that the slopes under the overcrossing be paved. (100 % allocated to City of Dublin) Cost Increase $12,390. E. Update Traffic Operations Analysis Report - This Update Traffic Operations Analysis report item includes revision to the traffic calculations and the traffic operations report to reflect the use of 2025 traffic forecasts to evaluate the Phase 1 project, which had previously only been evaluated with 2015 forecasts, along with additional coordination meetings with Cal~s, TJKM, update of the report / incorporate Caltrans comments. (100 % allocated to City of Dublin) Cost Increase $30,132. F. Prepare Storm Water Data Report - The Storm Water Data Report (SWDR) is a new report that Caltrans is now requiring for all projects in PID phase, PAlED phase, and PS&E phase. This new requirement is based on the "Storm Water Quality Handbook Project Planning and Design Guideu dated September 2002. Our original Scope for Storm Water Pollution Preparation Plan (SWPPP) and Amendment No.1 dated January 2001 were based on the then practice, which was for preparation of a Conceptual SWPPP, and basically put the responsibility for temporary erosion control and preparation of the Final SWPPP on the Contractor. A Conceptual SWPPP was prepared and approved for the Tassajara Road Interchange project. We have estimated that the new requirement will require no less than nine (9) Temporary Water Pollution Plans and Details sheets, five (5) Erosion Control Plans and Details sheets, and a full~blown StOml Water Data Report, which will need to be submitted for all three phases of the project. This request is for the additional hours necessaty to complete this task, since the requirement for StOml Water Pollution Prevention Plan (SWPPP) and erosion control have changed so frequently over the last few years. (100 % allocated to City of Dublin) Cost Increase $20,698. G. Prepare Request for Exception from Federal ADA Standards - Dill #82 - The requirement for this Request for Exception stem from Caltrans Design Information Bulletin 82, "Pedestrian Accessibility Guidelines for Highway Projects", dated September 18, 2001. This item was not included in our original Scope of Work. (100 % allocated to City of Dublin) Cost Increase 57,609. 1-580/Fa\lon Road Int~!:n:f 9 1 H. Design of DSRSD 20" Potable Water Line on Fallon Road - Dublin San Ramon Sanitary District recently requested a 20" water line to be designed and installed in the eastern portion of Fallon Road / El Charro Road. This 20" waterline to be installed inside the proposed 30" Welded Steel Pipe Casing previously requested to be included in the Fallon Road Overcrossing, and to be connected to a new 20" water line to be placed by DSRSD later this year under a Caltrans Encroachment Permit. (100 % allocated to City of Dublin) Cost Increase $14,286. I. Inclusion of 400 m Westbound Auxiliary Lane and Modify Westbound Off-ramp to Two Lanes - Due to the high traffic projection for the westbound off-ramp) and the projected poor Level of Service (LOS F) for both AM and PM period, Caltrans requested that the westbound off-ramp be widened to two lanes as a mitigation measure to reduce traffic impact on freeway mainline. In addition to widening the off-ramp to two-lanes, Caltrans standard also requires an auxiliary lane 400 m long in advance of the 2-lane exit. The inclusion of the auxiliary lane will require additional plan sheets and revision to the 65% plans; updates of environmental documents, Geotechnical and Materials Report, Site Investigation Report) Drainage Report) and update of the Combined Project Study Report / Project Report. Both the westbound auxiliary lane and widening the off-ramp to two-lanes were not included in our original scope of work. (100 % allocated to City of Dublin) Cost Increase $152,578. Total Additional Scope of Work No.4: $389..509 City of Dublin - $297,414 City of Pleasanton - $92,095 _.._-_.....~- ~~ e>: HQE WRECO 0 G0 >- 0:<1 ~ -<2l ~ ~O e " ~ II:: ::ES ~~e>: ~ffi 0 ...:l ~ G~ =: ::c :; ~ >-e>: Gill Gu~ ~~ ~ 0 ~ ... tll-< ~o !Q~ ElO .... ~ .. ..... .... :.:: 0 !3ffi ~~ o~o <nO ~ ~ e>: :s::::ffi ~ R e 0 ~..., c.. -< -< Rate ( $ I br) - 2004 rates $195.00 5185.00 $152.00 5133.00 S120.00 5109.00 S99.OO S213.00 S87.00 S S59 ADDITIONAL ENGINEERING SERVICES A. R1l!ht-of.. Wav MaDDiDI! - Dublin DedlcadoD to CT I. Coonlinatioo, tru:Ctings with Caltnns 4 6 12 16 38 55,634 2. Research - Callra!ls and County 8 8 5960 3. Calculate Existing BouodaJy 2 8 24 34 S3,640 4, Field Work - Tie Existiog Monomentation 4 6 12 22 S3.630 S. Hary Coey - 3 submittals 5 16 64 85 S9,016 6. Aounisal Map - 2 submiUals 2 6 12 20 $2,212 7. Right-of-Wav Record Map - 2 submittals 3 14 24 41 $4,512 8. PIe-Coostrw:tion Record of Survey 2 8 32 42 $4,432 9. Construction Survey Control Mall I 4 16 21 $2.216 Task A Totlll 311 536-151 B. RevtsloJlI to Phae 1 and Ultimate Interchange Caneept 1. Additiooal cDOt'dinatioo and meetings 20 25 10 55 S9,615 2. SelIan.te Phase 1 into Phase IA and IB (GAD. PSRlPR) 12 40 52 $6,580 3. Pmninary Cost Est - Phase IB - wi and w/o sidewalk 4 2 24 30 $3,596 4. Preminary Desilm of 3-1ane EB on-ramp (per Caltrans) 2 12 14 $1,678 5. Revise both 2015 and 2025 GADs for al12-lane on-ramps 0 $0 6. Revise Cost Estimates for 2015 and 2025 Inten:banges 0 SO 7. Revise Desio Exceptions for Mandatory and Advisory Req. 0 SO 8. Revise Dr.lft Drainage Report 0 SO 9, Revise 65% Plans - Roadway Plans . 0 SO Drainage Plans 0 SO ffiectrical P!aDs - Ranm Metering 0 SO Task B Total 151 SZt.469 . C. Additionl Pleld Survew I. Additional field SUl'\'eVS due to revisions in ramp geometry ~ Task C Totlll o S6 D. Slope Pa"'n!! uader PalIOD Road Overcrolling 1. Inclusion of slope pavinJ! in 95% structures plans 50 10 . 60 510,450 2. IncoJDOrate Caltrans comments, specifications, & estimates 4 10 14 51,940 Task D TotJIl 74 512,3911 m I ~ m I ~ Addition!!1 Sco,J8 of Wor1<#4 combined..Q82304.xls 0() ~ Q~; \ 1'--. \f\ CCS STAFF CCS - ~ gJi o' <( ~ ~ ~ 0 ~ffi 0:: ~ t! J II: :!5 ~~I l-< u ...l :! l>: ~I l>: g! u ~ s ~~ >1>: ti~ l-< S '" ug i~ i>: ~~ c ~ ~~ Q f- !~ ~o ~~O d f- oZ ~ '" V) g:.~ "'''' ~ffi Ii:~irj ~~ '"" ~~ H e Rate ( S I br) - 2004 rates S195.00 S185.oo S152.oo 5133.00 5120.00 $109.00 599.00 $213.00 $87.00 - $ E.. AddltloDIIl Traffie Studiel I 1. Re-evaluate the PtQject using Y car 2025 TIlIffic Forecast 4 4 8 $1,520 2. Undate Traffic Operation Analvsis Reoort IlncoJ1lOrate CT C 8 28 8 44 $7,612 TaskE Total 52 59 132 ~ I ~ II. Delln of DSRSD 20. Polable Water Line on Fallon Road 1. Data Co1lWioo I Coordination Meetitl1!S 10 8 18 $2,722 2. Draft PS&E (65%) 5 32 12 49 $5,601 3. Pre-Final PS&E (95%) 8 6 2 16 52.332 4. Filial PS&E (Ioo%) 1 2 3 5307 5. Desim Setvices during Bidding and Construction 2 4 2 8 SI,004 Tuk H Total 94 $11.966 F. Prenare Storm Water Data Renort 1. Coordination with Caltrans - Wafer Pollution Control unit 4 6 2 12 51,870 2. Prepare SWDRs for PID, PAlED. and PS&E nbases 2 50 24 16 92 512, 170 3. Incorporate ",view comments 2 6 4 12 51,718 4. Additional Wafer Pollution Control and Erosion Control 4 24 16 44 54,940 Plan Sheets Task F Total 160 $20.698 G. Prenare ReDDest for ExcentloD from Feders ADA Staadarlb - DIB #82 I. Coonlinatioa with Caltrans District 4 and Hdqt Desilm 4 4 $740 2. Preoare Draft Request for Exception 3 32 1(, 51 55,627 3. Incomorate Review Comments 2 8 10 $1,242 Talk G Total 65 $7.609 Additional Scope of Worl<#4 comblned-082304.xls -. \Xl ~ \r- ~ "'""'''J va .&IUIIU&& ., u........ ~ CCS STAFF CCS - '" !ill ~ ~ ~ ll: ~ 0 ~ffi ~~i u ~ ~ u " '= 25", .... 0 ,..J J! ....~ ~ ~g: ~I .", ::x: Oi ~l>l >-", t)Ul ~ .... S .." >~ ~~ ~~ '0 ... ~~ ~O IQ~ ~ '" .... ~ ~~ ...."'0 '" E- ~ ~~ O~ Ul~ ~~ '" ~~ '" <I) g: ~~ffi ~ - ~ H L> <I) '" '" L> Rate ( S I hr) - 2004 rates 519$.00 5185.00 SI52.00 S133.00 5120.00 5109.00 599.00 5213.00 587,00 - $ Eo Additiona' Traffic Studies I 1. ~evalllllte the Proiect usinl! Year 2025 Traffic Forecast 4 4 g $1,520 2. Update Traffic Ooeration Analvsis Report I Incmporate CT C 8 28 g 44 $7,612 Tak E Total 52 59 132 F. PreDIU"e Sturm Water Data Renort 1. Coordination with Caltrans - Water Pollution Control unit 4 6 2 2. Pmlare SWDRs for PID. PAlED. and PS&E Dhases 2 50 24 16 3. Incoruorate review comments 2 6 4 4. Additional Wall:r Pollution Control and Erosion Control 4 24 16 Plan Sheets Tok F Total 12 $1,870 92 $12,170 12 51,718 44 $4,940 Hi. 520 698 G. Prenare ReDuest fot' ExeentloD from Federa ADA Standards - DIB #82 t. Coordination with Caltrans District 4 and H.dqt Design 4 4 $740 2. Pretlate Draft Request fur Exccction 3 32 16 51 $5,627 3. Inootporate Review Comments 2 8 10 51,242 Talk G Tolal 6S 57 609 H. Dell... of DSRSD 20" Potable Water Line 011 Fallon Road 1. Data Collection I Coordination Meetinn 10 8 18 S2. 722 2. DtaftPs&'E (65%) 5 32 12 49 $5.601 3. ~Final PS&E (95%) 8 6 2 16 52.332 4. Final PS&.E (100%) 1 2 3 5307 5. Desiga Services during Bidding and Construction 2 4 2 8 51.004 Talk H Total 94 511 966 Additional Scope of Wol1<#4 combined.csZ304.xls CCS 11 ENl CIVIL HQE DRAINAGE WRECO ::s ::l a ~ ~ 5140.00 S120.oo 5130.00 580.00 S5~ m I ~ ~ \.:l,;lS lSTAlfJf l,;l,;:; - C() ~ - ~ ~Iii 0 >- (:; ~~ ~ ~ li ] " ~ffi ~~~ z I::: ~~ 0 .. ~* ~i ~!li <( "<l ::c ....l .. 0 ]I ;;; ~ffi >- !3gffi u ~ "iiI S ~<( Iii~ ~~ ~~ I~ ii: ~~ '0 ~ IQ",~ ~ ~ OZ ~ffi ~ffi 00 0'" F;;~ ~~ '" '" ~~ g:~ !.':~i:5 ~ R u '" <I.l U Rate ( 5 I hr) - 2004 rates 5195.00 S185.oo 5152.00 5133.00 5120.00 5109,00 599.00 5213.00 587.00 - $ '-'-~ II! ENV CIVIL HQE DRAINAGE WRECO ~ ~~ 00 I>: ~ ::l o Z Ltl Cl ~ S140,OO 5120.00 S130.00 5W.00 $59 J. Addition of 4IJ(l m WestboDDd AlIldUary Lane and Modlfv WB Off-Ram~ to Two-LaDes 1. Coordination, meetml!s with CaltraDs and subcoosu1tants 2 16 4 2 24 53,960 2. Update EnviromneDla1 Documents including APE Map 2 4 8 14 $2,002 3. UDdate Geotechnical md Materials Report 4 2 6 5958 4. UJl(\alc Site Investigation RetlOrt 2 1 3 5479 S. Update Drainage ReDort 1 1 2 5294 6. Update Storm Water Data Report 2 4 6 S806 7, Update Combined PSR/PR 4 8 4 16 52,008 8, Check and undate Fact Sheets for Design Exception items 2 6 2 10 51,222 9, Additional Field Surveys I Cross Sections 1 4 8 12 6 31 54,339 10. Plans Sbeet revisiOllS - Civil Additional plan sheets aDd uodate'Dlm sheets 6 16 88 32 142 SI5,998 Additional Constmction SIaJdnl! and Traffic Handling 4 2 40 16 62 $6,950 AdditiODiJ Dr.lina2e Facilities 2 4 6 5806 I I. Plans Sheet revisions - Electrical (Lighlin2 & Sil!D illumination) 1 12 6 20 39 54,481 12. Additional Quantities, SDc:cification5, and Cost Estimates 4 12 16 51.048 13. lOW. PS&E- Update PS&:E andResoood to Comments 8 4 1 12 4 29 53,1>36 T..k I ToW 406 S50,I87 15 35 26 91 Sub-Total - Additional StJlffHours Sub-Total - Additional Labor Cost ($ S5! I CCS Total Additloul Labor II S16~.703 Total Additional Direct Expenses n SSOO Sub-Consultant Admin Costs (0%) Il SO Additional Scope of Wor1<#4 comblned-082304.xls LIVIL lJKAl~Abl& - HQE WRECO ao ~ ~ ..8 1::: .::l u ~ .. ..~ S ~ 61 ~I - ~ 0 t5~ i '-S) ~ ~< .. E:!i <Il o~ ~~ ~~ ~ u e<:;Z; PJ u ::C<Il Rate ( 5 I hr) - 2004 IlIles $195,00 $185.00 5152,00 $133.00 5109.00 S99.OO 5213.00 S87.oo S 5140.00 S80.oo 559 ADDmONAL ENGINEERING SERVICES A. RllZht-of- Way MappiDg - Dublin Dedlutioll to CT I, Coordination, meetines wilh Caltrans 0 SO 2. Research - Caltrans aDd County 0 $0 3. Calcu1ate Existinll Boundarv 0 So 4. Field Work - Tie Existinr; MODIIIlICIltation 0 SO 5. Hary Copy - 3 submillals 0 SO 6. Appraisal Mao - 2 submittals 0 SO 7. Right-of-Way Record MIlD - 2 submittals 0 $0 8. Prc-CODStruction Record of Smvey 0 SO 9. Construction Survey Conttol Map 0 50 Task A Total 0 50 B. Revision. to Phase 1 aDd Ultimate Inten:baDge CODceDt I. Additional coordination and meetings . 20 25 10 55 $9,615 2, SeParate Phase 1 into Phase IA and IB (GAD, PSRlPR) 0 SO 3. Preminary Cost Est - Phase IB - wI and wlo sidewalk 0 SO 4. PremiDarv Design of3-laDe E8 on-ramp (perCaltrans) 0 SO 5. Revise both 2015 and 2025 GADs for all2-lane OO-ramDS 3 4 40 16 63 $7,031 6. Revise Cost EsUmaTe1 for 201 5 and 2025 Interchanges' 10 16 8 36 12 82 $10,050 7. Revise Desio &l:CJltions for Mandatory and Advisory Req. 2 20 22 $2,550 8. Revise Draft Draina2CReDOrt 2 3 5 S697 9, Revise 65% PIaDs - Roadway Plans 12 60 24 96 Sl1,I36 Drainage Plans 2 8 10 SI,242 Electrical Plans - Ramp Metering 4 40 40 24 108 S13,236 Task B ToW 441 $55.557 12 24 24 60 8 16 C. Additional Field Survew 1. Additional field surveys due to revisions in ramll geometry 2 20 40 16 48 126 $20.178 Task C ToW 126 $20.178 D. Slope PavIDg under Falloll Road Overcrol5lul 1. Inclusion of slme paving in 95% structures plans 0 SO 2. Incomorate Caltrans comments, specifications, & estimale3 0 SO Tat D ToW 0 SO m I ~ m I ~ Additional Scope of W0rk#4 comblned-082304.xls '--llY Ul rIC_aUlUU.:t ~U.IQ ~ CCS STAFF CCS -- ~ ~ - g f:l~ ~~ ~ :t !:l ~ <-' !3~ " ffi ~ u :> l:: ~ ~gJ 0 .. E-<fil ~I ~i "'Sl "" :r: !i ~ >- E-<u U Cl l;2 "'iil ~~ ~~ ~O ~~ ~~ ii: ~ 0 t' ~O ..... ~ ~O !3~ o~o ~* ~~ 2 ~~ '" VJ ~ r;;~ ~~ !l:~~ ~ R u '" '" ~ . u Rate ( $ I br) - 2004 rates $195.00 $185,00 $152.00 $133.00 S120.00 $109.00 $99.00 $213.00 $87.00 - S CCS T EN' CIVIL HQE DRAINAGE WRECO F. Preoare Storm Water Data ReDOr! 1, Coordination with CaltraDS - Water Pollution Control unit 0 SO 2. PreD~ SWDRs for PID, PAlED, and PS&E nhases 0 SO 3.lncorponte n:view comments 0 $0 4. Additiooal Water Pollution Control and Erosion Control 0 $0 Plan Sheets TaakFTotal 0 SO ~ ~ c. -< S130.00 $80.00 S5~ E. Additional Traftk: Sb1dies I 1. Re.-evaluate the Project using Year 2025 Traffic Forecast 0 $0 2. Ulldale Traffic Operation Analysis~-I Incorporate CT ColIDI\ents 0 SO I Task E Totol' 0 SO G. Prenare Reauest for ExceodoD from Feder. ADA StaDdarda- DIB #82 1. Coordination with CaItrans District 4 and Hdat Design 0 $0 2. Prepare Draft Reauest for EJu:ention 0 SO 3. Incorporate Review Comments 0 $0 Talk G Total 0 SO H. Desitm ofDSRSD 10" Potoble Water LfDe on FaIIoa Road 1. Dam Collection I Coordination Meetings 0 s6 2. Draft PS&E (650/.) 0 SO 3. Pre-FiDal PS&B (95%) 0 SO 4. Final PS&E (1000A.) 0 SO S. Design Services duriog Bidding and Construction 0 SO Task H Total 0 SO Additional Scope ofWork#4 combined-082304.xls Z2 LU:l ':lIAI'I' ..~ ~ - ~ !ll~ 0 d\ ~~ r;; 5 ~ ;> ::'l 0 ~~ ~~I ~ '" l:: ~~ ~I :iJ ...J l! t;~ ~i '0 s l!:!w >- 'il t:J ] <I) ;>:.tl ~~ ug ~ ~~ s:: 0 : l!:!~ ffi= ~~ ~ ... l!:!", <I> ~ ~~ ~- 00 o",~ ~~ '" en ~~ -'~ g:~ 8:=:<r.l ~!'l ~ ~~ B tl '" '" Rare ( $ I he) - 2004 I3tes $195.00 5185.00 SI52.00 SI33.00 SI20.00 S109.00 $99.00 31213.00 Sa7.OO - $ I. Addldon of 400 ID Westbound Auman Lane and ModI'; WB Off-Ramp to Two-Lanel 1. Coordination. mcelin2s \l\,ith Caltrans and subconsultanls 0 $0 2. Update EnvironmellJaI Documeolll inclUdin.. APE Map 0 SO 3, Upda~ Geotechnical and Malerials Reuort 0 $0 4, U~~ Site Investigation Report 0 $0 5. Uudate Drainage Report 0 SO 6. Update Storm Water Data ReOOrt 0 SO 7. Update Combined PSRJPR 0 SO 8. Check and update Fact Sheets for Design Exception items 0 $0 9. Additional Field SlllVeys I Cross Sections 0 $0 10. Plans Sheet revisions - Civil Additional plan sheets and lIDdare plan sheets 0 SO Additional Construction Staginp; and Ttaffic Handlillll: 0 SO Additional Drainage Facilities 0 SO II. Plans Sheet revisions - Electrical (Lighting & Sim illumination) 0 $0 12. Additional Quantities, Specifications, and Cost Estimates 0 $0 13. 100% PS&E - Updatc PS&E and ResJlOnd tx) Comments 0 $0 T..k I ToW II SO I I I I Sub-Total - Additional Staff Hours Sub- Total . Additional Labor Cost s) 567 $75,735 I ~7 I S7S,73~ I CCS Total Additional Labor II S75,735 Tota. Additional Dinet ExpeIUU II SO Sub-CoDSuUantAdmin Costs (OO~) II SO Additional Scope of Work#4 comblned-082304.xls E CIVIL HQE DRAINAGE WRECO $140.00 S120.oo $130.00 $80.00 I CIVn.. DRAINAGE - ~~ ~ HQE WRECO \X) ~ ~ e ~ 0 ~o ~~ 5 " ~ l;: ~co: ffi 0 ~~ co: :x: ~I g, :5 ~ffi ><co: till E-<::;~ ~ ~ ~ <12 ~g~ >- co:~ ~o !=d~ e:: E- ~- .. :.= 0 !eo Elffi OCl o<l.l,o '" '" 0 co: :J;2: CO:Z 8:~ffi u u 0 ~ 0.. <I.l '" <I.l U U -< Rate ( SI br) - 2004 rates 5195.00 5185.00 5152.00 5133.00 SI20.00 5109.00 599.00 5213.00 587.00 $ 55! ADDITIONAL ENGINEERING SERVICES A. Rl2bt-of.WRY Mappinc - Dublin Dedication to CT L Coordination, meetin~ with Caltrans 4 6 12 16 38 55,634 2. Research - Caltrans and County 8 8 5960 3. Calculate Existing Boundary 2 8 24 34 53,640 4. Field Work - Tie Existinl!: Monumenlation 4 6 12 22 53,630 S. HaJy Copy - 3 submittals 5 16 64 85 59,016 6. Appraisal MaD - 2 submittals 2 6 12 20 521212 7. Right-of-Way Record Map - 2 submittals 3 14 24 41 54,512 8. Pcc-Construction Record of Survey 2 8 32 42 $4,432 9. Construction Survey Control Man I 4 16 21 52,216 Task A Total 311 $36..251 B. RevlsloBl to Phase 1 and rntlmale lDterchange CODCCPt I. Additional coordination and mcetinl!S 40 50 20 no 519,230 2. Se=ate Plwc 1 into Phase lA and IB (GAD. PSR/PR) 12 40 52 56,580 3. Pn:minary Cost Est - Phase 1B - wI and wlo sidewalk 4 2 24 30 53,596 4. Pn:minary Design of 3-laoe EB on-nmm (ner Caltrans) 2 12 14 $1,678 5. Revise both 2015 and 2025 GADs for all2-lane OD-l3IIIIlS 3 4 40 16 63 57,031 6. Revise Cost Estimales for 201 5 and 2025 Interohanlres 10 16 8 36 12 82 510.050 7. Revise Design Exceptions for Mandatory and Advisory Rea 2 20 22 52,550 8. Revise Draft DrainaRC Report 2 3 5 5697 9. Revise 65% Plans - Roadway Plans 12 50 24 96 511,136 DrainaRC Plans 2 8 10 51,242 Electrical Plans - Ramp Metering 4 40 40 24 108 513,236 Task B Total. 592 $77,026 C. Additional Field Surven 1. Additional field smve)'3 due to revisions in tamp geometry 2 20 40 16 48 126 $20,178 Task C Total 126 $20,178 D. Slope Pavl.a!t uDder FallOD Road Overcru.Jio.. I. IDclusion of slope paving in 95% sttuctun:S olans 50 10 60 510,450 2. Incomorate Caltrans comments, SDCCifications. & estimates 4 10 14 51,940 Task D Total 74 512,390 Additional $alpe ofWork#4 combined-082304.xls 12 24 24 60 8 16 ~I I ~ m I r: ....V\..AI V~ ......11.,1 u. UU.UllU AUU. "'.".1 VI.... .1f:~AU"U'" ~"AI ~ ~ - CCS STAFF CCS eX) ~ !-- - '" ~ ~I 0 ,.. ~ 5 ~ ;> ~ 0 ~~ .co:: ~ l:: ~Il!: ~~I ~I ....l . ~ ~i u "" Oi ~ "'Ul >-~ t)~ 'U E-< ~ ~~ ~~ ~~ i;i: ~.co:: 0 J: ~o !!;"'o o2:i Iii 09 F- E-< OZ ~~ ~~ o~ Om ~~ ~~ ~ ii:~ '" '" !f~ m '" ~ B:~ffi ~'" R e Rate ( 3; I br) - 2004 rates S195.00 5185.00 5152.00 5133.00 $120.00 S109.oo $99.00 5213.00 S87.00 - S E. Additional Tram" Studies I 1. Re-<:valuate the Pro,ject using Year 2025 Traffic Forecast 4 4 8 $1,520 2. Update Traffic Olleration Analysis Report I Inco~ cr C 8 28 8 44 $7.612 Task E Total 52 59 132 F. Prenan Storm Water nata ReDort I. Coordination with Callrans - Water Pollution Control mrit 4 6 2 12 51,870 2. Prepare SWDRs for PID, PAlED, and PS&E Dbases 2 SO 24 16 92 512.170 3. Incomorale review comments 2 6 4 12 $1,718 4. Additional Water PoUuli.on Co1llrol and Erosion Control 4 24 Hi 44 $4,940 Plan Sheets Task F Total 160 $20.698 G. Prenare ReQuest for Exceptioa from Federa ADA Staadard. - DIB #81 1. Coordination with Caltrans District 4 and Hdqt Design 4 4 5740 2. Prepare Draft Request for Exception 3 32 16 51 55.627 3. lneomorate ~ew Comments 2 8 10 51;242 Task G Total 65 $7 609 H. Desl.... ofDSRSD 10" Potable Water Line on Fallon Road 1. Data Collection ( Coordination Meetings 10 8 18 52,722 2. Draft Ps&E 16So/.) 5 32 12 49 55,601 3. Pre-Final PS&E (950/.) 8 6 2 16 $2,332 4. FmalPsaLE(IOOOh) 1 2 3 $307 S. Design Services during Biddillg and Construction 2 4 2 8 $1,004 Talk H Total 94 Sll 966 Additional Scope of Work#4 oombined-082304.xls CCS TI E..~ CIVIL HQE DRAINAGE WRECO ~ ~ Cl ~ $140.00 SI20.00 SI30.00 $80.00 $5! ~ I ~ '-S) '-...Q "'''''' "JAr'" \..\..3 - 00 -- ~ ~m ~ >- < ~ ~ 2; Z@ ~ Cl ~~ 3 ~ " ~ "'- ll: ~I ~s Zel u 0 1I ~ I>: ~~I '0 :I: G~ ~~ ~~ ~~ U 'U I-< 'OJ ~ <I.l <<>l 1>:- ii: ~~ ~ 0 ~ I::! < ~~ ~~ E-< -.rnCl ~ ~~ 5~ ~~ ~~ ornffi a5Cl ~~ rn rn ~.:': ~s R u <I.l rn ~ U Rate ( $ f hr) - 2004 raW; $195.00 Sl85.oo $152.00 S133.00 S120.OO 5109.00 $99,00 $213.00 $87.00 - $ 1. AddiliOI1 or 400 m Westbound Auiliary Lu~ and Modlry WB Off-Ramp to Two-Lan~1 1. Coordination, meetings with Caltm1s and Subconsu1t1nlS 2 16 4 2 24 $3,960 2. Update Environmen1ll1 Doc;UIIIl:Dls includinl!: APE Map 2 4 8 14 S2,002 3. UDdate Geotecbnil:al and Mataials Report 4 2 6 $958 4. Update Site Investigation Reuort 2 I 3 S479 S.UDdate Dram!!" Report 1 1 2 t294 6, Update Storm Water Data Report 2 4 6 $806 7. Undate Combined PSRJPR 4 8 4 16 $2,008 8. Check and update Fact Sbeets for Desir:n ExceDtion items 2 6 2 10 $1,222 9. Additional Fi~ld Surveys I Cross Sections 1 4 8 12 6 31 $4,339 10. Plans Sbeetrevisioos - Civll Additional Dlan sbeets and update Dlan sheets 6 16 88 32 142 S15,998 Additional Construction Stalrinl!: and Traffic Handling 4 2 40 16 62 $6,950 Additional Dram-: Fact1ities 2 4 6 $806 II. Plans Sheet revisions - Electrical (Lil!htinl!: & Sign llIumination) 1 12 6 20 39 $4,481 12. Additional Quantities, Soecifications, and Cost Estimates 4 12 16 $2,048 13. 100% Ps&E - Undate PS&E and R.e:s1lond to Comments 8 4 1 12 4 29 53,836 Task I ToW 406 $50,187 Sub-Total - Additional Staff Hours Sub-Total - Additional Labor Cost (S) to;... 1''''''"",,,1 I n II U 5145,438 5SOO SO ccs Total Additiollal Labor Total Additional Dind: ExpellselI Sub-Consultant Admin Costs (0%) Additional Scope of Work#4 combined-082304.xls ""'~ IJ EN" CIVIL HQE DRAINAGE WRECO ::!: o ffi o ~ t31 aCl ~ S14G.OO $120.00 5130.00 $80.00 S5! IS 35 26 91 S~ ~1181 EXHIBIT "A" OF RESOLUTION ~-05 AMENDMENT #5 TO AGREEMENT BETWEEN CITY OF DUBLIN AND TY LIN INTERNATIONAL/CCS FOR ENGINEERING SERVICES WHEREAS, the City of Dublin (herelnafter referred to as "CITYU) and TY Lin Intemational/CCS (hereinafter referred to as "CONSULTANT"), entered into an agreement on May 16, 2000 to design the 1- 580IFallon Road Interchangc Improvements; and WHEREAS, the City Council of the City of Dublln approved Amendment #1 through #4 to the Consultant agreement to include additional services, and WHEREAS, the City desires to amend the consultant contract to include additional services, and the not-to-exceed contract amount is proposed to he increased to cover the cost oithe additional work; NOW, THEREFORE, the parties hereto agree as follows: Scope of Work Thc Scope of Work shall be extended to include additional scope of work as described in Consultant's letter dated April 25, 2005 for the I-SSO/Fallon Road Interchange Improvements Project (aUached). Extension of Fees The total cost lor time-and-materials work under this amendment shall not exceed an additional $264,627. 10 19/ o( CITY OF DUBLIN ~~)/ ~,.I~4)/ ayor TY LININ1]..~S .;- r-t?1a- . - Tom Wintch Date: AlA,! ZJ-' 2.-or . 08 'f 2) -rv:LININTERNATIONAL Ices 2010 Crow Canyon Place, Suite 350 San Ramon, CA 94583 (925) 365-3960 . Fax (925) 275-0117 E.mail: sro@Jylin.com TYLI leeS 320048.00 (#98104) April 25, 2005 Mr. rerd Del Rosario City of Dublin 100 Civic Plaza Dublin, CA 94568 Mr. Eric Cordoba Cordoba Consulting, Inc. 5368 Laurel Drive Concord, CA 94521 Subject: I-SaO/Fallon RQad Interchange Addit/(mal Scope of Work/Design Costs Request No.5 Gentlemen: As requested at our meeting on October 15, 2004, TYLin I CCS investigated the feasibility of realigning both the westbound off-ramp, and westbound loop on-ramp to avoid impacts to the seasonal wetland habitat just north of the Interstate S80/Fallon Road Interchange. At meetings with Caltrans on October 20,2004 and November 10,2004, TYLin I ees was given the go-ahead to prepare and submit documentations such as revised Geometric Approval Drawings (GAD), and updated Fact Sheets for ,Exceptions to Mandatory and Advisory Design Standards for Caltrans approval of the realignments, along with updated Natural Environment Study (NES) and Biological Assessment (BA). The NES and BA were submitted on January 12, and both the GAD and Fact Sheets were approved in early January. The Team is also contemplating on installation of the wildlife exclusion fencing in advance of the project if construction activity cannot begin until 2006. A separate, early contract could install the~e fencings by Fall of this year, which would allow construction initiation to begin sooner. Otherwise, construction activities will be limited to the period May 15 to October 15, and only when all ditches north of the freeway are dry. The rest of this amendment is for updates of other documents such as Drainage Report, Stonn Water Data Report, and the Combined PSRJPR; update of plan sheets (over 60 sheets) and cost estimate for the 95% PS&E; assistance in City of Dublin's Public Service Easement; Retaining Walls design at both loop on-ramps; Revision to pavement structural sections; Prepare Biological Opinion (ifneeded); additional construction details tor ADA requirement, and Incorporation ofPG&E's future gas line and casing. The work tor PG&E is to be funded by PG&E. As noted above and discussed at our previous status meetings, most of these work (with the exception for PG&E's gas line, and the anticipated Biological Opinion) have been completed or on-going to be completed at the 95% PS&E submittal within the next few weeks. This amendment covers all additional work up to the 95% PS&E submittal, and completion of the Environmental Documents. s~ ct, 8/ 1-580/Fallon Road IntJchani!e Each additional management, preliminary engineering, tinal design, right-of-way, and environmental activity is described and a corresponding cost identitied within the text of the '~Additional Scope of Work No.5" attachment. A cost breakdown by activity and team firm is presented on the accompanying spreadsheet. As in our previous amendments, the accompanying spreadsheets include segregated City or Dublin's share and City of Pleasanton's share since this project includes City of Pleasanton funding portion of design and construction cost. Please feel free to call Torn Wintch or rne for any additional questions or claritlcations that may arise. Sincerely, TYLin InternQtionall CCS .~ '70 ~ 8/ I~580lFallon Road Inter , ge I-580/Fallon Road Interchange Modification Project City of Dublin Additional Scope of Work No.5 February 10,2005 Updated April 14, 2005 to include items G, Ii, J, and J A. Realign Westbound Off-ramp and Westbound Loop On-ramp - At our meeting on October 15,2004 with David J. Powers and Associates, H. T. Harvey and Associates, and City of Dublin, it was brought up that the existence of both the California Red-Legged Frogs and California Tiger Salamanders in the northeast quadrant of the interchange could substantially delay the environmental approval of this project, due to potential involvement with U. S. Fish and Wildlife Services (USFWS). Although no recent record or habitat have been found within the project limits, it was felt that there is a remote possibility that dispersing juvenile frogs and tiger salamanders could potentially access the project site. It was also felt that if the existing ditch between the westbound off-ramp and the right-of- way fence is not impacted during construction, the project might not need to go through approval from USFWS. TYLIICCS was first asked to look into the feasibility of realigning the ramps at the NE quadrant to not touch the existing ditch. At the regular Caltrans PDT meeting on October 20, 2004, TYLIICCS stated that both the westbound loop on-ramp and the westbound off-ramp can be realigned to avoid the ditch, however, an approval of one additional Advisory Design Exception for maintaining the non-standard existing 1: 1.5 side slope would be required. At the meeting with Caltrans Environmental on November 10, 2004, Caltrans acknowledged that since the project is taking the initiative of redesigning to avoid I lesson the environmental impact, Caltrans may be able to convince USFWS to go with an informal consultation rather than a full- blown consultation which could delay the project by two years. Updated Natural Environment Study (NES) along with the Biological Assessment (BA) were submitted to Caltrans on January J 2,2005. In order to incorporate the re-alignments into the project, a revised Geometric Approval Drawing (GAD) along with revisions to the Facl Sheets (Design Exceptions for both Mandatory and Advisory requirements) had to be approved by Calt.rans prior to resuming final design. Other previously prepared documents such as Draft Drainage Report, Storm Water Data Report, PSRJPR would also require revisions. Caltrans approved the revised GAD and Fact Sheets in early January 2005. Since the project was nearing the 95% PS&E submittal when the project was halted in mid-October 2004, numerous plan sheets will have to be revised to incorporate aT reflect this change. Plan sheets revision include: . Key Map (1) . Typical Cross Sections (4) . Layout (2) . Profile (2) . Constroction Details (addition ofESA fencing) (1) · Water Pollution Control Plan (2) . Erosion Control Plan (2) . Contour Grading and Pavement Elevation Plan (2) 1- 580fFallon Road 2!rc~.? I . Dfainage Plan, Profile, and Quantities (9) . Utility Plan (2) . Stage Constlllction and Traffic Handling Plan (16) . Pavement Delineation Plan (2) . Sign Plan (2) . Retaining Wall Plan (1) (City of Pleasant on) . Planting and Irrigation Plan (2) . Signal and Lighting Plan (8) . Summary of Quantities (4) Plan sheet revision amounts to average of 8 hours per sheet. (97.5 % allocated to City of Dublin, 2.5% allocated to City of Pleasant on) Cost Increase $111,505. B. City of Dublin's Public Service Easement - Due to the necessity of utility relocation along the west side of Fallon Road north of the interchange, a Public Service Easement was established to accommodate these relocated utilities. The scope of work includes numerous meetings with City of Dublin, utility companies (PG&E, Comcast, Sprint, and SBC), assisted in preparation of "Notice to Owners", and additional Right-of-Way work such as preparation of Legal Description and Exhibit tor Grant Deed, and inclusion of the Public Service Easement into the Caltrans Right-of.Way Hard Copy Map. (100 % allocated to City of Dublin) Cost Increase $7,968. C. Retaining Wail Design at both Loop On-Ramps - Design of retaining walls, other than the required walls at the proposed overcrossing structure, is not included in our original Scope of Work, nor is it included in Amendment No.3 for Addition of the Northbound to Westbound Loop. At both loop on~rarnps, it was earlier anticipated that standard concrete barrier (Type 60C) (which can retain up to 3' vertically) would be sufficient to separate the loop on-ramp with the opposite off-ramp. However, at the 65% PS&E, it was then determined that retaining walls would be required since the elevation differences betwccn the ramps are much more than the allowable 3'. The Scope of Work includes design of two retaining walls, independent check, quantity take-offs, and specifications. At the monthly status meeting on January 25, 2005. City of Dublin requested a Fractured Fin aesthetic treatment on the tace of the retaining walls, to deter graffiti (50 % allocated to Cily of Dublin, 50% allocated to City of Pleasant on) Cost Increase $20~S78. D, Incorporation of PG&E IOH Casing and 6" Gas Line (if needed) - PG&E requested that this project include a 10" casing and a 6" gas line on the overcrossing structure for a future gas line connection on Fallon Road. Our structural engineer detennined that the only viable location to accommodate this 10" casing is underneath the future closure pour between the existing and the proposed overcrossings, due to other cells have already been reserved by other utilities and the skew of the structure. The Scope of Work include design moditlcation to the existing bridge abutments, independent check, coordination (lc2 8/ 1-580/Fa1Jon Road Interc e with Caltrans Structures review, inclusion of the 6" gas line with stub-outs at each ends, <;onstruction details (to be furnished by PG&E), and specifications. As of February 09, 2005, PG&E has not given the approval to proceed on this task. This work. will not proceed without PG&E's concurrence. (To be funded 100 % by PG&E) Cost Increase $46,456. E. ' Revision to Pavement Structural Sections - Caltrans Highway Design Manual update of July I, 2004 calls tor 20-year pavement design for new construction and reconstruction (Topic 602-Pavement Service Life and Traffic Data, Index 602.2 Pavement Service Life). The Supplement Geotechnical Design and Materials Report prepared by Parikh Consultants dated November 2004 updated the report to include the additional NB/WB loop on-ramp, and the westbound auxiliary lane; and also increased the pavement structural sections. This Supplement Report has been reviewed by Caltrans with minor comments. The Scope of Work include revisions to Typical Cross Sections sheets, revisions to pavement quantities, and earthwork quantities (by HQE, Inc.). (100 % allocated to City of Dublin) Cost Increase $7,279. F. Prepare Biological Opinion (if needed) - If deemed necessary to expedite the environmental approval process, especially through US Fish and Wildlife Services (USFWS), our Team will prepare the Biological Opinion for Caltrans and USFWS. This effort will consist of consultations with Caltrans and then the USFWS to negotiate our drafling the 80 and the content of the BO, drafting the BO document, review by Caltranst revisions, and consultations and revisions with USFWS tor the final document. (J 00 % allocated to City of Dublin) Cost Increase $15,115. G. Prepare Early Contract for Installation of Exclusion Fencing (if needed) - If deemed appropriate to install the wildlife exclusion fencing one winter season ahead of the interchange construction, in order to allow construction activities to begin earlier than May 15. Otherwise, construction initiation will be limited to the period May IS to October 15, and only when all the ditches north of the freeway are dry. (100 % allocated to City of Dublin) Cost Increase $11,180. H. Additional Effort for City of Pleasanton's Cost Segregation - At our regular monthly meeting on March 17, 2005, the segregated construction cost estimate was presented to both City of Dublin and City of Pleasanton fbr their respective share of the project. Since the overall project cost has got up substantially over the past months, City of Pleasanton asked that we provide additional eftort to separate their share of the work for ease of understanding and acceptance of their portion of the project, and for ease of keeping track of changes during remaining design phase and the construction phase. (50 % allocated to City of Dublin, 50% allocated to City of Pleasant on) Cost Increase $8,650. I. Additional Details for ADA Requirements - TYLin I CCS prepared and submitted a Request for Exception from federal ADA Standard, per DIB 82 (Design Information Bulletin) in October 2004. The Exception was for the steeper than 5% grade at the overcrossing. Previous requests for this type of exccption has been generally accepted since the new overcrossing structure is to be widened from the existing structure, and both appmaching grades have to match the existing profile. In March 2005, we resubmittcd the Request for Exception based on the revised OIB 82-01 requirement, which DSA is now the approving agency rather than Caltrans. This additional work request is to provide additional construction details for construction of level landings on the sidewalk to satisfy the ADA requirement, in lieu of requesting for the cxception. (100 % allocated to City of Dublin) Cost Increase $5,000. J. Contingency for Project Delay (if needed) - lt is anticipated that this project to be advertised by October/November of this year. If the project gets further delayed due to environmental or other issues) this additional scope of work is to cover additional meetings) administration, response to CaH.rans (and others) comments beyond the Final PS&E, and necessary updates of plans and specifications, etc. (100 % allocated to City of Dublin) Cost Increase $29,896. Total Additional ScoDe of Work No.5 (inc. additional direct expense): :$ 264.627 City of Dublin - $ 200,663 City of Pleasant on - $17,508 PG&E - $ 46,456 == -5 ~ >- .. :.c f3~ a: HQE -:::1 au !2 <:w Cl ~ ~Z > .. .2 c:; ~ E!:u: ~ e ~ .. ~<n :z <r.:(D::: ~~ :..> ....l C::tj :.: <n~ ~ ~ ..... u: :.....:L; -;:a !-l.:.I l--tLl C3 U ~ :l t;. c,... 5>:.u ><~ ~ ~,... :':>:::1 ut.:l ~g~ ~:.u c:~ i;:; t.:lX 0 -< ,.... ~< :z:z lLlO ~:z I-Z c:Z ~~ 0 I- z"" 1-2: ~Z -:..C' - ~- cc 3t.16 rr._ _X c f- <~ :1-0 ::.~ t':. ;:, ~ 't '" l.I..Q., tI'] "" <<< ~~ :JZ c::Z ~<:z: c/>z ::E l.I..:J U U X....l ~~ ""u.! en rr. .o..u: :1.._W <(au C/>: N "" U U ~l'-o $200,00 SI8S.oo $152.00 5133.00 $120.00 $10l}.OO $99.00 $213 .00 $&7.00 $ Sll,OOO $6.440 RaCe ( S I hr) - 2004 rates ADDITIONAL ENGINEERING SERVICES A. Realip Westbound Off.Ramp an.d Westbound Loop On-Ramp 1. Coordination, meetings. with C.alcrans and subconsultants 2 20 10 32 $5,1~ 2. Additional En ...ironrnental Coordination, Meetings, etc. 2 8 4 14 $2,.31f) 3, Revise Geom.ecric Approval Dr:av.'ing 16 16 18 110 513,026 4. Update M.andalOlj' and Ad..-ismy Facl Sheets 32 36 12 SO 511,032 5. 1.:pdal.e Drainage Report J 1 S185 6.1.:polWe Slmm Wafer Data Report 4 2 6 $634 7. Update Combincd PSR!PR 4 & 2 l4 51,810 8,95% Plans Shect Re\-isi'ons - Civil 3& 4 278 56 376 $43,408 9.95% Plans Sheet Rc\'isicms - Retaining Wall (p1easanton) 2 16 4 22 52,894 10. 9:5% Plans Sheet RC"o'isions - Land5Cape 1 2 3 $4{l3 1 J , 95% Plans Sheet RC'o'isilms - Elecirical 1 32 4 20 57 ${J,llS7 Tuk A TDtal 4 123 0 5Z 0 422 114 0 0 715 587,755 B. City or Dublin's Public: Sen'h:e Easement t _ Additional Coordination, meetings ....ith C;1.}' and Vtilit)' Co. 2G 8 28 $4,572 2, Additional R.'W .....OJt, field su....-eys, Hard C(}PY Maps, APE map 4 12 4 4 24 $3,396 Tuk B Total 0 24 12 Q 0 U 4 0 0 51 $7 '68 C. Rmiaiog Walls Desiga at both Loop On-Ramps Retaining \Valls Design (2 walts), Indepc=ndent Check and 36 78 20 134 SI9.{}I4 Specs. and Quantiti es. Aesthetic Treatment - Frnc,tured Fin design, specs, and qUail. 2 6 4 12 S 1 ,564 T.sk C Tobil 0 ~ 0 84 0 0 24 0 0 146 Slo,s7S D. IOtorporatioJl. of PG&E 1 G" Calloing and 6" Gu Line (if Deeded) Coordination with PG&:E, ind City 12 12 S2,220 Slructure Modifications - Plans, Specs, and Estimates 12(} 120 i 240 $38.160 Inclusion of 6" Gas Line - Plans, Specs, and Estimates 8 24 20 52 $6.076 Tuk D TDtal G 140 0 120 0 24 20 0 0 30.- $",-456 i 1 1 0 0 0 0 I] 0 0 Additional Scope of Work#5-042505.xls -- 00 F. Prenare BiDIDl!ical Oolnioo iiheededl Additional clJIJlsultation and Prepare BioLogical Opinion 4 4 i740 --' Task F Total 0 4 D 0 0 0 0 0 0 4 S7441 ~ ~ G. Preoare Early COD-tract for InstallllliClD of Enlolion Feneinl!: f1 5eoarate Contract PLans, Sllecificath)fis, and COSt Estimate 2 20 40 20 82 $10,440 EncroaclIment Pennit Process 4 4 $140 Task G Total 2 24 0 0 0 4(f 20 0 0 ~ $11,180 H. Additional Effort for City ofPleasaJIton's COM Se@rtl!3t1oll Additional Effort fOl" Cost Segregation 16 1() 40 66 $8,650 Tuk H Total 0 16 0 10 0 40 0 0 0 66 58.6511> J. .Ydltlonal Details for ADA Reauiremenb: Additional Construction Details Sheet 4 30 JO ~4 SS,OOO Task I Total 0 " 0 0 0 30 10 II 0 4-4 $5 000 J. Cllntin1!:elln' for R8]lOnH to Additional Comment! ~'Dlld 100% PS&E Conting.ency for Proicct Delay - Additional Meetings. AcW'l 10 60 8 8 100 20 20 226 >29,8% Revisions to Caltrans Processes, etc. Task J Total 10 60 S 0 8 100 10 0 10 226 52M96 0 I} 0 0 0 () 0 0 0 G Sllb-Total - Additional Staff Hours Sub- T otai - Additional Labor Cost {S) $119.062- 1 $6.440 1650 Total AdditionaJ Labor I U U II CC'S 1 t I Total Additioo.al Direct Expenses Sub-Consultant Admin Costs (0%) $Z1l}.061 $1.000 SO Additional Scope of Work#5-042505.xls -- a!. ~~ 0 - .~. ~ >- C:() u: <;z ;> :l: ... z- rl ,g c. <0 ~:ll ~ 1:! ::> .. ~ = 2;~ ~ffi v:~~ I-:l!: U 0 ..J ~ ~ ~ -:I :r: S I-U: ~u: ~~ '-:LI ti-tlJ Zu: tJ 0; ... .. .. '" ua ;>u: b;u g;u <u: ~- i:: ,:1:0:: ~ :~ ~ ~ w< ffi2; ;>0 u.:Z tLl Z ~~ Q!fi s: .~ .. a~o lij ;Ill -'Z ~- 0.5 Vie <Il ~< co. 0 :lffi zu ::E "'" :l.o '" ~G ~z ~<z ~iii :llUl ""'':> ;.) U c..::E rI:ltf.l co.;': ~ -.. .~ "'..... '" 0", .::..,;. U Rate ( S l hr) - 2004 rales S2oo.00 S185.00 $152,00 $133.00 5120.00 $109.00 $99.00 $213.00 587.00 -- $ y-... ADDITIONAL ENGINEERING SERVICES A. Realign Westbonnd Off-Ramp and Westbouud l.eo]) On-Ramp 1. Coordination. meetin}!S v,'ith Caltrans and liuboonsultants 2 20 10 32 S5,I90 2. Additional En.,.ironllll:r1tal Coordination, Meetings, etc.. 2 8 4 14 52,316 3. Revise Geometric Approval Drawing 16 76 18 110 S13,()26 4. Update Mandator)' and AdviSOl}' Fact Sheets 32 36 12 80 Sll,()32 5. Ulldlltt: Drainage Report 1 1 S185 6. Update Storm Water Data Report 4 2 6 .$634 7, Update Combined PSRlPR 4 8 2 14 $1,810 8. 95% Plans Sheet Revisions - Chil 38 4 278 56 376 $43,OWS 9. 9:5% Plans Sheet Re...isions - Re.1aining Wall (Pleasanton) (} SO 10. 95%. Plans Sheet Revisions - Landscape 1 2 3 $4(J3 11. 95% Plans Sheet Reo.isions - Electrical 1 32 4 20 57 S6,857 Talk A TotIl 4 12] 0 36 0 422 110 0 0 1593 584.861 B. City or Dublin's Publi~ Serviee Easement 1. Additional Coordination, meetings with City and Utility Co. 20 8 28 $4,572 1. Additional RlW work, field surveys, Hard CllPY Maps, API'. map 4 ]2 4 4 24 $3,3% Task. B Tatal 0 24 12 l) () 12 4 0 0 52 $7,968 C. Reblinillg Walll Detlp. at both Loop On-Ramps Retaining Walls Design (2 walls), rndependent Check and IS 39 1() 67 S9,507 Specs, and Quantities, Aesthetic Treatment - Fractured Fin design, specs, and quan. ] 3 1 6 S7S2 Task C Total () 19 l) 42 0 l) 12 () 0 73 $11} 289 D. [ucorporation of PG&[ 10" Cuing :and 6" Gas Line (if Deeded} Coordination with PG&E, and City 0 SO Structure ~oojtjcations - Plans, Specs, and Estimales () 50 Inclul>illn of6n Gas Line - Plans, Specs, and Estimates () SO Task D Total 0 0 0 I) (I 0 0 0 0 0 SO Additional Scope of W0rk#5-042505,xls HQE tlJ :;l -< zV] <~ E~ ~'" iXt.a: 0- ~1- -~ 12< ~5 S6.440 $11,000 1 1 0 (I 0 0 0 0 {} VG F. Pr_~ Biolol!icaJ Opinion fiheeded) Additional consultation and Prepare: Bi{}lolticlIl Opinion 4 4 S74{} ~ I't--- Task F Total 0 4 0 0 () 0 0 0 0 4 $740 t- G. PreDare Earl.. Contract for Inslalllltion of Ku:buioo Felldne S~lC Contract PllItLS, Spec[fieatioll3, and Cost f.stimate 2 20 40 2() 81- Sl(),440 Encrooc-hment Permit Process 4 4 $740 TlISk G Totti 2 24 0 0 0 40 20 0 0 86 Sll.l811 H. Additional Effort (or City ofPleaslWtoo's Cost~ion Additi l>nal Effort for COOl Segregation g 5 20 33 S4,325 Task H Total 0 8 0 5 0 20 0 (} 0 l3 S4,J25 I. Additional Dttails for ADA R.eaniremeJI11 Additional Constructioo Dl:tails Sheet 4 30 10 401 $5,000 TlISk 1 Total 0 4 0 0 I} 30 10 0 0 44 $:5,000 J. ClIlItin'lrenc," for Resoonse to AdditioDal Comments Bevond 100% PS&E Contingency fOT Project Delay - Additional Meetings, Add'! 10 61} 8 8 100 20 20 22t) ];29,8% Revisions lD Caltrnns Processes, elc. TaskJ Total 10 611 8 0 8 100 20 0 20 226 $29,8% -' 0 0 0 0 0 0 0 I} 0 0 SuI>- Total - AddJtional Staff Houn Sub-Total - Additional Labor Cost (S) 5155,0981 S6,440 12J8 TDtal Additional Labor I n II II ccs Total Additional Direct Expenses Sub-ConiuJtant Admin CO\!Its (0%) $155,098 51,000 so Additional Scope of Work#5-042505.xls OJ -- ~ ffict: 0 oU:l >- ....... <t1l :1l .B d "\: ~~ ;> :s: ~ c ~U:l ~ l! 5 os ts l:: z ~E-a: ;....'" t:: ...:l a: -~ E-~ -::l :r: . ti~ ~;J..l E-=:;~ ~t1l U ~ "3 .:;; >< u:~ :! C ;>i:Il ~~ u~ UU~ "'~ ~ >> l.:l<( ~z l.:l'Z ~o~ E-w o~ '..l. ~.~ 0 :2 tf.l2::i a E- a:z w~ "'z CO a~o ffi~ c..O v.; 0 ~ "-l!-. tf.l tf.l a:< :::lZ Ol.:l a:z g:~~ ~?i "-:::l u U j:L~ rJ'JL:l l;Il v.: j:L;J..l rilE- N OVJ U u Race ( $ i hr) - 2004 rates $200J>O SL8S.0() $152.00 $133.00 $120.00 $l09.00 S99.00 S213 .00 $87,O() _u $ --. HQE ~tf.l .:1; o~ <:; ~t: <I( z:.n :r:E- -Z l;;:~ <<: 6~ <:0 wO' $11 ,000 5.6,440 ADDITIONAL ENGINEERDl'G SERVICES , 0 0 0 I) 0 0 0 l} A. RealiltD WntbouD.d Off-Ramp and WestbouDd Loop On-Ramp t. Coordination, meetinl!;s witb Calttans and subcclRsuLtants {} $() 2. Additicmal En,,irODme:01al Coordination, Meetin:l!:s, elC. 0 SO 3, Revise Geometric Appro\'3l 1)n1iio'ing 0 $0 4. Update I>.f.andatcry 8J1d Advisory Facl Sheets 0 SO 5. Update Drainage Report 0 SO 6. Update Storm Water Data Report 0 $0 7. Updale Combined PSRfPR 0 SO B. 95% Plans Sheet Revisions - CiviL 0 SO 9. 95% Plans Sheet Revisions - Retaining \Vall {PlellSanton) 2 II) 4 22 52,894 10.95% Plans Sheet Revisions - Land~pe 0 SO II. 95% P]"ns Sheel Revisions - Electrica] 0 SO Task A Totlll 0 1 0 16 0 0 4 0 0 12 !Io2,~4 B. CIty of Dublin's Public Service Easement L Additional Coordination, meetings with Cit). and Ulility Co. 0 $() 2. Additional RIW work, field surveys. Hard Copy Maps, APE map 0 $() TaskS Total 0 0 G I) 0 0 0 II 0 0 SO C. Retaioinl Walll Design at both Loop On-RamP<' Retaining Walls Design (2 wIIILls), Independent Check and ]8 39 10 67 $9.507 Spees, and Quantities. Aesthetic Tre:atrru:nt - Fracl.ured f in design, specs, ana quan. 1 3 2 6 $782 Tuk C Total 4} 19 0 42 0 0 12 0 I) 13 510,289 D. Ineorporation of PG&t: 10" Cuing and 6" Gas Liue (if Il.eeded) Coordination with PG&E, am! Cit), {} $0 Structure: Modifications - PI3l1s, Specs. and Estimates {} $0 Inclusion of 6" Gas tine - Plans, Specs, and EstilIlllces () ${} TaskD Total 0 0 0 0 0 {J 0 G 0 0 $0 AdditionaL Scope of Work.#5-042505.xls F. PI'eDut Blololrlcal Opinion ilheeded)- ~ Addilional consultation and PTepGm: Biological Opinion 0 SO - ~ ~ Task F Teal 0 0 D 0 0 0 0 0 0 0 $0 G. Preoue Early eo.tract fo.. IOltallatlon of Exclusion Fellanl! Separate Contract Plans, Specifications, and Cost Estimate 0 SO Encroachment Permit Process 0 $0 Tau G Total 0 0 0 0 0 0 (I I) 0 0 SO lL Additional Effort for City of Plea santon's Cost S.,.,rePJltion Additional Effort for Cost Segregation 8 5 20 33 $4,325 Tuk HTDtal 0 g D 5 0 20 0 0 0 33 S4.325 L Additiooal Details for ADA lhouiremeDllJ Additional Construction Delllils Sheet 0 SO Tuk I Tot'" 0 0 0 0 (l 0 {I (l 0 0 50 J. Cootlnl!encv for Rnooole to AddItional Comments He.'ond 100% PS&E C.ontingenC'Y for I'mject DeJa)' - Additional Meetings, Add'! 0 $0 Revisions to Caltrans Processes, etc. Talk S Total 0 0 0 0 0 0 0 0 0 0 SO ~ Sub-Total - Additional Su.ff Houn Sub-ToW. Additioo.alLabor Cost ($) Total Additiooal Labor TGtal Additional Direct El:peuses Sub-Consultant Admin Costs (O%l Additional Scope of WorJ<#5..04.2505.xls 0 0 0 0 II 0 0 0 0 0 & - -. :.: \X) ffi:t: 0 o~ >- U,l ca- \' <(z >- ~ ... ~ ~ z- ~~ .. ~ <" z; U l:: 2=~ :;?;Z ~ffi <: .3 " :t: Ul ~ tI'I<~ U "<:I ~ ~ ....a: tI'Ig; >-0:: f-~ ti.....::..; Ol I-< ~ .~ " 5=g; Ul;J U:Ll !-~ :.:- ~ U,l0:: c >- ~< a:Z l1.l0 ~~ ~CZ u.:2: g~ ~~ b !- .. ~0 ~~ asr.:s a ll:: ~~ ffi "'c ~!i <1:- ~z a:~z ;z;u :::E <I: V ~z 111\.:.1 ~a 'x ~;a <Il <Il );'~ .:L-...lll <:z: L'3i: ..... ..... c..> Rate ( $ I ht) - 2004 rates $200.00 SI85.00 S] 52.00 S13JJXl SUO.OO 5109.00 599.00 52] 3.00 $87.00 -- ) HQE ILl o <: Zoo -~ ~~ $11,000 :'<:;n :t::Q 0...... ~~ :r!- !-~ rr:;~ ~O' SM40 ADDmONAL ENGINEERDlG SERVICES A. RuUp Westbound Off-Jlamp and We!toollnd Loop OIl-Ramp 1. Coordination, meetings .",ith Cal1!'anS and &ubcon&ulla.nts 0 SO 2. Additional Environmenlal Coordination, Meetin~, etc. 0 $0 3. Revise Geometric Appro'iooal Dra'l'\'in~ 0 $0 4. Uodate Mandator}' and Ad...;SOf}' Fact Sheets 0 $0 S. Ulldate Drainage Report 0 SO 6. Ulldan: Sconn Water Data Reomt D SO 7. lIodatc Cmnbinw PSR.'PR D 50 8. lJ5% Plans Sheet Re\'isions - Civil 0 SO 9.95% Pllllls Sheet Revisions. - Re1aining Wall (PIea5anton) 0 ~ 10. 95% Plans Sheet Rc\'isions - u.ndscaoe 0 SO 11. 95"10 Plans Sbe:ct Re\oisions - Electrical 0 SO Task A Total 0- 0 0 0 0 0 0 0 0 0 $C B. City of Dnblin', Public Srniec Euement 1. Additional Coordination, meetings v.ith City llnd litility Co. D SO 2. Additional RiW work. field surveys., Hard Copy ,Maps, APE map (l SO Ta,k B Total II 0 II 0 0 0 0 0 0 0 SO C. Rmininr; Walb DesigJl at both I. lIOn On.R.amp~ Retaining Walls Design (2 walls), Independent Check and 0 SO Suecs, and Quantities. Aesthetic Treatment - Fractured Fin design, &pecs, and quaD. 0 SO Task C Totlll 0 0 0 G 0 0 {} 0 0 0 $0 D. Incorpor.tion of PG&:E J 0" Cllsing and 6" Gas Line (if Deeded) Coordination with PG&E, and City 12 12 52,220 Structure ~todificalil)l]s - Plans, Specs, and Estimates 120 120 24() 3038,160 lnclu&ion of 6ft Gas Line - Plan&, SDCCS, and Estimates 8 24 20 52 $6,076 TukDTotal Q loW Q 120 0 24 20 0 0 304 S46,4S6 0 {} 0 0 0 {} 0 0 Additional Scope of Work#5-0425D5_lds F. PreDare Bioloelcal Oploioo (iflleeded) - Additional oonsullation md Prepare Biological Opinion 0 SO C\ Task F Total 0 0 0 () 0 0 0 0 0 0 SO a- ~ G. Prepare Early Contrad for IOlltallation of [nlusioo Fendol! - Separate Contract PlIllUi, Specificati<ms. and Cost Eslimal.C 0 $0 Encroachment Pennit Process l} $0 Tuk G Total 0 0 0 0 0 0 II 0 0 Cf SO H. Additional Effort for Cily tlr Pleuanton'l Cost Se:ereElltioD Additional Effort for Cost Scgn:gation {} SO Task H Total Cl 0 0 0 0 0 0 0 0 0 $0 I. Additional DeJaIIIl for ADA Requirements Additiooal Construction Details Sheet [] $0 Task I Total 0 0 0 CI 0 0 0 0 0 0 $0 J. ContiR!~elK:Y for ~paJl"e to Additional Comments ~'ond 10D% PS&F. Contingency for I"roj ecl Delay - Additicmal Meetings, Add'] {} $0 Revisions to Caltrans Processes, ell::. Task J Total 0 0 0 (I 0 0 0 0 0 0 $lI ~ \)J 0 0 0 0 0 0 0 0 0 0 Su b- Total - Additional Staff Hours 304 I $46,4561 j 0 ~ Sub- T ota] - Additional Labor Cost (S) SO I ccs I Total Additional Labor I~ 546.456 l Tolal Additioo.al Direct Expense& n SO I Suh-CoJlSultaJlt Admin Costs (0-;..) n 50 I Additional Soope of Work#5-042505.xls