Loading...
HomeMy WebLinkAbout4.09 DwntwnSt Scape PgmCITY CLERK FILE # 600-30 AGENDA STATEMENT CITY COUNCIL MEETING DATE: November 21, 2000 SUBJECT: ATTACHMENTS: RECOMMENDATION: FINANCIAL STATEMENT: Contract Agreement with Freedman Tung & Bottomley to prepare a Downtown Streetscape Implementation Program for the Downtown Specific Plans. Report Prepared by: Janet Harbin, Senior Planner , Resolution selecting the Consultant Freeman Tung and Bottomley to prepare a Downtown Streetscape Implementation Program for the Downtown Specific Plans and authorizing City Manager to execute agreement for $45,000 Contract between City of Dublin and Freedman Tung & Bottomley (with attached Exhibits A, B and C) Adopt Resolution selecting the Consultant Freeman Tung and Bottomley to prepare a Downtown Streetscape Implementation Program for the Downtown Specific Plans (Attachment 1 ) and authorizing City Manager to execute contract agreement for $45,000 (Attachment 2) Sufficient funds are in the Fiscal Year 2000-2001 Community Development Budget BACKGROUND: In November, 1999, the City Council directed staff to prepare three Specific Plans for various portions of the downtown area of Dublin to guide the development and revitalization of the West Dublin BART, Downtown Core and Village Parkway areas. The Specific Plans have been completed and considered by the Planning Commission. The Planning Commission adopted Resolutions recommending the plans to the City Council at their meetings of October 10 and October 24, 2000. The City Council is scheduled to consider the Plans and the associated General Plan Amendments for approval and adoption'on November 21, 2000. As a part of the implementation of the Specific Plans, streetscape improvements are necessary in the West Dublin BART, Downtown Core and Village Parkway Specific Plan areas. Each Specific Plan contains guidelines and concepts for the design of the streetscape improvements addressed within the Plan. Prior to construction of these improvements, the basic designs for the streetscapes, plazas, gateways, and street furnishings associated with each plan area must be determined, cost estimates obtained, and a phasing plan developed. COPIES TO: In-House Distribution ITEM NO. The City Council will be considering adoption of the Specific Plans on this agenda. Staff is prepared to give direction to the consultant to design the basic technical elements of the implementation program at this time. Staff issued a Request For Proposals (RFP) for a consultant to prepare the Downtown Streetscape Implementation Program on September 22, 2000, and received proposals from two firms, Freedman Tung & Bottomicy and McGill Martin Self, Inc. Consultant interviews were held, and the firm of Freedman Tung & Bottomley was selected for the contract based on the quality of their proposal, contained in Exhibit A of Attachment 2. SCOPE OF SERVICES: The Scope of Services in the contract agreement (Exhibit A of Attachment 2) contains the consultant' s proposal for preparation of the Dublin Downtown Streetscape Implementation Program. The Scope of Services follows the recommendations related to physical streetscape improvements in the Specific Plans, and is the first step in determining capital improvements to be completed in the three Plan areas and the implementation phasing. In conjunction with the design portion of the program, priorities for construction will be developed, and specific cost and funding will be estimated for each of the improvements. As reflected in the Scope of Services for the Downtown Streetscape Implementation Program, the consultant has a clear understanding of the project scope and the related tasks. The tasks undertaken by the consultant will provide a document to guide the preparation of construction documents and the prioritization of capital improvement expenditures for the program. A final report on the program will be prepared and submitted to the City Council in late February or early March 2001. RECOMMENDATION: Staff recommends that the City Council: .Adopt Resolution selecting the Consultant Freeman Tung and Bottomley to prepare a Downtown Streetscape Implementation Program for the Downtown Specific Plans (Attachment 1 ) and Authorizing City Manager to execute contract agreement for $45,000(Attachment 2 with attached Exhibits A, B and C). g:\DowntownSpecPlans\cc-agenda Dwntwn Streetscape Program Contract RESOLUTION NO. -00 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN SELECTION OF CONSULTANTS FOR THE DOWNTOWN STREETSCAPE IMPLEMENTATION PROGRAM FOR THE DOWNTOWN SPECIFIC PLANS WHEREAS, the Dublin City Council directed Staff to prepare Specific Plans for three Downtown Planning Areas: the Downtown Core Specific Plan, the West Dublin BART Specific Plan, and the Village Parkway Specific Plan; and WHEREAS, the City Council is considering approval of the Specific Plans on November 21, 2000, and a Downtown Streetscape Implementation Program is to be developed and established to implement physical improvements within those Planning Areas in accordance with the Plans; and WHEREAS, .the City Council has directed Staff to utilize a qualified urban design consulting firm to assist with development and preparation of a streetscape implementation program for the physical development within the Specific Plan areas; and WHEREAS, the firm of Freedman Tung & Bottomley, Urban Design Consultant, is qualified and capable of preparing the necessary technical information to assist Staff in the guidance of the Streetscape Implementation Program for the Specific Plans for the Downtown Planning Areas, as described in Exhibit A of the Contractual Services Agreement between the City of Dublin and Freedman Tung & Bottomley. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin hereby authorizes the City Manager to negotiate and execute the contract,' in the amount not-to-exceed $45,000. PASSED, APPROVED AND ADOPTED this 2 1th day of November, 2000. AYES: NOES: ABSENT: ABSTAIN: Mayor ATTEST: City Clerk G:Downtown Specific Plans/Consultants/CC Reso Awarding Conslt Ctrt Streetscape lmpl Prog.doc Attachment 1 it'/S{ t OB STANDARD CONTRACTU~ SERVICES AGREEMENT ~ THIS AGREEMENT is made at Dublin, California, aS of, November 15, 2000, by and between the CITY OF DUBLIN, a municipal corporation ("CITY"), and Freedman Tung and BottomIcy, ("CONTRACTOR"), who agree as follows: 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, CONTRACTOR · shall provide to CITY the services described in Exhibit A. CONTRACTOR shall provide said services at the time, place and in the manner specified in Exhibit A. 2. PAYMENT. CITY shall pay CONTRACTOR 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 CONTRACTOR for services rendered pursuant to this Agreement. CONTRACTOR 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 CONTRACTOR uses for billing clients similar to CITY. 3. FACILITIES AND EOUIPMENT. CONTRACTOR shall, at its sole cost and. expense, furnish all facilities and equipment which may be required for furnishing services pursuant to this Agreement. 4. GENERAL PROVISIONS. The general provisions set forth in Exhibit C 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. EXHIBITS. All exhibits referred to heroin are attached hereto and are by this reference incorporated herein. 6. CONTRACT ADMINISTRATION. This Agreement shall be administered by Richard C. Ambrose ("ADMINISTRATOR"). All correspondence shall be directed to or through the ADMINISTRATOR or his or her designee. 7. NOTICES. Any written notice to CONTRACTOR shall be sent to: Freedman Tung & BottomIcy 47 Keamey Street, Suite 500 San Francisco, CA 94108-5522 At-m: David Evans, Principal Any written notice to CITY shall be sent to: City of Dublin Atm: Richard Ambrose 100 Civic Plaza Dublin, CA 94568 Executed as of the day furst above stated: Attest: City Clerk CITY OF DUBLEN a.mtihicipal corporation Approved as to form: City Attorney B~' ' "CIT~a~,,F-~ &I"'rACHMENT EXHIBIT A SCOPE OF SERVICES See attached Freedman, Tung and Bottomicy Scope of Services and Staffing an.d Budget Spreadsheet. These constitute Exhibit A as identified in Item 1, SERVICES ,of this Standard Contractual Services .Agreement. Exhibit .A Page 1 of 1 EXHIBIT B PAYMENT SCHEDULE CITY shall pay CONTRACTOR an amount not to exceed the total sum of Forty-Five Thousand Dollars ($ 45,000) for services to be performed pursuant to this Agreement. CONTRACTOR shall submit monthly invoices during the term of this Agreement based on the cost for services performed in accordance with the following schedule: On a time and materials basis, not to exceed 25% of the Contract Amount monthly. The total sum stated above shall be the total which CITY shall pay for the services to be rendered by CONTRACTOR pursuant to this Agreement. CITY shall not pay any additional sum for any expense or cost whatsoever incurred by CONTRACTOR 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 therefore 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 (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. In this event, CITY shall compensate the CONTRACTOR for all outstanding costs incurred as of the date of written notice thereof and shall terminate this Agreement. CONTRACTOR shall maintain adequate logs and timesheets in order to verify costs incurred to date. The CONTRACTOR is not authorized to perform any services or incur any costs 'whatsoever jantier the terms of this Agreement untit receipt of a fully executed Purchase Order from the Finance Department of the City of Dublin. EXHIBIT C GENERAL PROVISIONS 1. INDEPENDENT CONTRACTOR. At all times during the term of this Agreement, CONTRACTOR shall be an independent contracto~ and shall not be an employee of CITY. CITY shall have the right to control CONTRACTOR only insofar as the results of CONTRACTOR~S services rendered pursuant to this Agreement; however, CITY shall not have the tight to control the means by which CONTRACTOR accomplishes services rendered pursuant to this Agreement. 2. LICENSES: PERMITS; ETC. CONTRACTOR represents and warrants to CITY that he has all licenses, permits, qualifications and approvals of whatsoever nature which are legally required for CONTRACTOR to practice his .profession. CONTRACTOR .represents and warrants to CITY that' CONTRACTOR 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 CONTRACTOR to practice his profession. ¢ 3. TIME. CONTRACTOR shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary for satisfactory performance of CONTRACTOR'S obligations pursuant to this Agreement. 4. INSURANCE REQUIREMENTS. CONTRACTOR 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 CONTRACTOR, his- agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the CONTRACTOR'S bid. (a) Minimum Scope of Insurance. Coverage shall be at leastas broad as: 1. Insurance Services Office form number GL 0002 (Ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 coveting 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. Workers' Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. (b) Minimum Limits of Insurance. CONTRACTOR 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 $1,000,000 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 CONTRACTOR 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 as insureds as respects: liability arising out of activities performed by or on behalf of the CONTRACTOR; products and completed operations of the CONTRACTOR, premises owned, occupied or used by the CONTRACTOR, or automobiles owned, leased, hired or borrowed by the CONTRACTOR. The coverage shall contain no special limitations on the scope of the protection afforded to tl~e CITY, its officers, officials, employees or volunteers. b. The CONTRACTOR'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 CONTRACTOR'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. d. The CONTRACTOR'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. Workers' 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 CONTRACTOR for the CITY. 3. Professional Liability. CONTRACTOR shall carry professional liability insurance in an amount deemed by the. CITY to adequately protect the CONTRACTOR against liability caused by negligent acts, errors or omissions on the part of the CONTRACTOR 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. of Insurers. Insurance is to be placed with insurers with a Bests' rating of no tess than A:VII. (f) Verification of Coverage. CONTRACTOR 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 m 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. (g) Subcontractors. CONTRACTOR shall include all subcontractors as insureds under its . policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall .be subject to all. of the requirements stated herein. (h) The Risk Manager 'of CITY may approve a variation in 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. CONTRACTOR NO AGENT. Except as CITY may specify in writing, CONTRACTOR shall have no authority, express or implied, to act on behalf of CITY in any capacity whatsoever as an agent. CONTRACTOR shall have no authority, express or implied, pursuant to this Agreement to bind CITY to any obligation whatsoever. 6. ASSIGNMENT PROHIBITED. 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. CONTRACTOR 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, CONTRACTOR shall, imme,diately upon. receiving notice from CITY of such desire of CITY, cause the removal of such person or persons. 8. STANDARD OF PERFORMANCE'. CONTRACTOR shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in .which CONTRACTOR is engaged in the geographical area in which CONTRACTOR practices his profession. A/1 instruments of service of whatsoever nature which CONTRACTOR delivers to-CITY pursuant to this Agreement shall be prepared in a professional manner and conform to the standards of quality normally observed by a person practicing in CONTRACTOR's profession. HOLD HARMLESS AND RESPONSIBILITY OF CONTRACTORS'. CONTRACTOR shall take .all responsibility for the work, shall bear all losses and damages directly or indirectly resulting to him, to any subcontractor, to the CITY, to CITY officers and. employees, or to parties designated by the CITY, on account of the negligent performance of the work, unforeseen difficulties, accidents~ occurrences or other causes predicated on active or passive negligence of the CONTRACTOR or any subcontractor. CONTRACTOR 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. Thii paragraph shall not be construed to exempt the CITY, its employees and officers from its 6wn 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 fhis agreement CONTRACTOR 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 CONTRACTOR or subcontractors from liability under this paragraph. 10. GOVERNMENTAL REGULATIONS. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, CONTRACTOR 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, studies, surveys, photographs, memoranda or other written documents or materials prepared by CONTRACTOR 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. Upon completion of the project, contractor may display work in promotional materials and publications. lie nto W R FraRclsc FREEDMA TUNG BOTTOMLE, Y U R B A N D E S I G N CITY OF DUBLIN . DOWNTOWN STREETSCAPE IMPLEMENTATION PROGRAM Scope of Services EXHIBIT A V. l'b Draft Project Summary. This scope of services outlines the design tasks to be performed by Freedman, Tung and Bottomley (FTB) in assisting the City of Dubl~ with the Downtown Streetscape Implementation Program. These tasks include data collection, base plan preparation, existing conditions analysis, concept design development, preferred design development and cost estimating. The Dublin Streetscape Implementation Program, as tasked below, will focus on the production of design development level streetscape plans and sections for key selected streets, and on key plaza and gateway locations within the project study area. These tasks are intended to produce typical streetscape designs, plaza concepts and construction costs suitable as a guide to the preparation of construction documents and the prioritization of capital improvement. expenditures for the City of Dublin. Phase 1: Start-up and Data Collection 1. Start-up Meeting w/City Staff: Meet with City Staff to clarify project goals and discuss project history, current and proposed development projects, existing opportunities and constraints and the project scope of services and schedule. 2. Field Reconnaissance and Photography: Develop a photographic record and field analysis of existing conditions and design context to be used in the preparation of the existing conditions analysis, concept design alternatives, and preferred design alternatives. 3. Receive and Review Base Data and Planning Background a. Aerial Photos for Project Study Areas - Receive and review hard copy aerial photos from City, or digital copies if available. : b. R.O.W Maps of Streets in the Study Areas - Receive and review hard copy and electronic maps showing buildings, R.O.W's and proposed traffic engineering design for the key streets in the project Study' Area. c. Existing Infrastructure Plans - Receive and review hard copy existing infrastructure plans d. Existing Specific Plans - Review the three existing Specific Plans and integrate the principals of the plan into our a~r~!~sy~a3.~eg, q~t~r~8tesign phases of the project. San Francisco, CA 94108-5522 · Tel: 415.291.9455 Fax: 415.291.9633 4. Management & Documentation: On-going record keeping and interaction with the city' s project manager. Phase 2: Base Plan Preparation 1. Village Parkway SpeCific Plan Area a. Typical Village Parkway Plan and Section- Prepare the electronic base and title block for the typical plan and street section. b. Typical Plaza and Gateway Plan - Select the key plaza location within the Specific Plan area and prepare an electronic base and title block. Downtown Core Specific Plan Area a. Typical Future Access Way Plan and Section - Prepare the electronic base and title block for the typical- plan and strdet section. b. Typical Plaza and Gateway Plan - Select the key plaza location within the Specific Plan area and prepare an electronic base and title block. 3. West Dublin BART Specific Plan Area a. Typical Golden Gate Drive Plan and Section - Prepare the electronic base and title block for the typical plan and street section. b. Typical Plaza and Gateway.Plan - Select the key plaza location within the Specific Plan area and prepare an electronic base and title block. 4~ Management & Documentation: On-going record keeping and interaction with the city's project manager. Phase 3: Existing Conditions Analysis (The ExiSting Conditions Analysis is for internal design purposes only, and will not produce a ~nished Existing Conditions Plan. ) 1. Village Parkway Specific Plan Area: Using maps 'and drawings provided by the City, and the photographic record and notes taken during the field reconnaissance, assess existing opportunities and constraints along Village Parkway. 2. Downtown Core Specific Plan Area: Using maps and drawings provided by the City, and the photographic record and notes taken during the field reconnaissance, assess existing opportunities and constraints along the Future Access Way. 3. West Dublin BART Specific Plan Area: Using maps and drawings provided by the City, and the photographic record and notes taken during the field reconnaissance, assess existing opportunities and constraints along Golden Gate Drive and St. Patrick' s Way. 4. Management & Documentation: On-going record keeping and interaction with the city' s project manager. Phase 4: Concept Design Alternatives 1. Village Parkway Specific Plan Area: a. Typical Village Parkway Plan and Section - Based on the existing ~onditions analysis, create a conceptual design fin. plan and section for a typical section of Village Parkway. -2- b. Typical Plaza and Gateway Plan - Develop a conceptual plaza and gateway design for a key plaza/gateway location within the Specific Plan area. 2. Downtown Core Specific Plan Area a. Typical Future Access Way Plan and Section - Based on the existing conditions analysis, create a conceptual design in plan and section for a typical section of the Future Access Way. b. Typical Plaza and Gateway Plan -Develop a conceptual plaza and gateway design for a key plaza/gateway location within the Specific Plan area. 3. West Dublin BART Specific Plan Area a. Typical Golden Gate Drive Plan and Section - Based on the existing conditions analysis, create a conceptual design in plan and section for a typical section of Golden Gate Drive. b. Typical Plaza and Gateway Plan -Develop a conceptual plaza and gateway design for a key plaza/gateway location within the Specific Plan area/ 4. Street Furniture Selection: Prepare a street furnishings palette using scanned images assembled in a large format sheet. 5. Comprehensive Directional Signage Program a. Plan of Signage Location/Type for Entire Study Area - Create a diagram to indicate major and secondary signage locations and types using a hard copy GIS map (provided by the City), showing the three specific plan areas and their context. b. Major Directional Signage Concept Elevation - Design, at concept level, a typical major directional sign in elevation. 6. Photo Images of Typical Landmark Features: Select, from our photo library, examples of custom landmark features as a record of the scale and character of landmark features suitable for\the project study area. 7. Meeting with City Staff to Review Concept Alternatives: Meet with City Staff to review concept alternatives. - 8. Management & Documentation: On-going record keeping and interaction with the city' s project manager. Phase 5: Preferred Design Alternatives 1. Village Parkway Specific Plan Area: a. Typical Village Parkway Plan and Section - Based on City comments, revise the conceptual design and produce a preferred alternative, plan. b. Typical Plaza and Gateway Plan - Based on City comments, revise the conceptUal design and produce a preferred alternative plan. 2. Downtown Core Specific Plan Area a. Typical Future Access Way Plan and Section - Based on City comments} revise the conceptual design and produce a preferred alternative plan. b. Typical Plaza and Gateway Plan - Based on City comments, revise the conceptual design and produce a preferred alternative plan. 3. West Dublin BART Specific Plan Area -3- a. Typical Golden. Gate Drive Plan and Section -Based on City comments, revise the conceptual design and produce a preferred alternative plan. b. Typical Plaza and Gateway Plan - Based on City comments, revise the conceptual design and produce a preferred alternative plan. 4. Street Furniture Selection: Based on City comments, revise the street 'furnishings palette using scanned images assembled in a large format sheet. 5. Comprehensive Directional Signage Program a. Plan of Signage Location/Type for Entire Study Area - Based on City comments, revise the diagram to indicate major and secondary signage locations. b. Major Directional Signage Concept Elevation - Based on City comments, revise the typical maj or directional signage design. 6. Meeting with City Staff to Review Concept Alternatives: Meet with City Staff to review the preferred design alternatives. 7. Package and Deliver Preferred Alternatives: Package the revised preferred alternatives and deliver to the City. 8. Management & Documentation: On-going record keeping and interaction with the city's project manager. 9. Presentation to City Council: Present the work of the Dublin Streetscape Implementation Plan to the City Council. Staffing & Budget This Section provides a budget summary for the Scope of Services. The attached spreadsheet details estimated charges for each task, as well as estimated hours for all levels of staff working on the project. Staffing: David Evans Will serve as Principal-in-Charge, and will be responsible .for project .administration and concept design development. Gregory Tung will serve as a consulting principal and will be responsible for design oversight. Jessica Green will serve as project manager for day-to-day project management and administration. She will work directly with David Evans in the management and production aspects of the project. Other FTB staff members will assist in design and production as necessary. Terlng ; This is a time and materials project with a guaranteed maximum fee for completion of the Work Tasks outlined above. Additional work requested outside of the scope of work shall be billed on a time and materials basis. Invoicing shall be monthly, based on time and materials costs aecrned during the preceding month. The list of task-by-task costs on the Staffing & Budget spreadsheets (attached) is provided to indicate the relative proportion of budgeted resources that each task is likely to require. It is provided for informational purposes only and is not intended as a basis for task-by-task contract provisions or invoicing. -4~ Budget Summary: For the completion of work described in the Scope of Services, the budget is estimated as follows: Professional Services: Freedman Tung & Bottomley $ 38,249 Reimbursable Expenses - FTB $ 3,251 Cost Estimator/Speci~cation Writer $ 3,500 Total Project Budget: $ 45,000 -5¸- Tasks: FTB Only City of Dublin: Downtown Streetscape Implementation Program Staffing & Budget Spreadsheet: Exhibit A I I I Principal AssoCiate Project Assist I hours fees hours fees hours fees Phase 1: Start-up and Data Collection 1. Start-up meeting w/City Staff 2. Field Reconnaisance and Photography 3. Receive / Review Base Data & Planning Background a, Aerial Photos for Project Study Area b. R,O,W_._Maps of Streets in Study Area c. Existing Infrastructure Plans d. Existing Specific Plans 4. Management & Documentation 3 $555 3 $255 $0 '5 $925 S $425 $0 1 $185 I $85 $0 1 $185 1 $85 $0 1 $185 1 $85 $0 1 $185 1 $85 $0 2 $370 4 $340 $0 Phase 2: Base Plan Preparation 1. VillageparkwaY Specific Plan Area a. Village Parkway Plan and Section b. Typical Plaza and Gateway Plan 2. DowntoWn Core Specific Plan Area a. Typical_Future Access Way Plan and Section _ b. Typical Plaza and_Gateway Plan 3. West Dublin BART Specifi__c Plan Area a. Typical Golden Gate Drive Plan and Section b. Typical Plaza and Gateway Plan 4. Management & Documentation $185 4 $340 10 $185 2 $170 4 $185 4 $340 10 $0_ 2 $170 4 $185 4 $340 10 $185 2 $170 4 $370 4 $340 $500 $200 $50O $2oo $500 $200 $o Phase 3: Existing Conditions Analysis 1. Village Parkway Specific Plan Area 2. Downtown Core Speci~c Plan Area 3. West Dublin BART Specific Plan_ Area 4. Management & Documentation 2 $370 2 $170 3 $150 2 $370 2 $170 3 $150 2 $370 2 $170 3 $150 0.5 $93 1 $85 $0 Phase 4: Concept Design Alternatives (Note: One Concept A~lterna~ve for each of the fo~owing Streets, Plaza and Gateway Locations will be developed during this Phase) 1. village Parkway Specific Plan Area a. Typical Village Parkway Plan and Section b. Typical Plaza and Gatewaysplan 2. Downtown Core Specific Plan Area a. Typical Future Access Way Plan and Section b. Typical Plaza and Gateway Plan 3, WestDublin BART Specific Plan Area 2 $370 6 $510 10 $500 2 $370 6 $510 10 $500 2 $370 2 $370 Project Assist II hrs (rnd'~ fees 2 6 $510 10 $500 5 6 $510 10 $500 5 Staffing and Budget Spreadsheet (10-Nov-00), Page 1 2 2 2 1 Total Fees $122 $932 $203 $1,553 $41 $311 $41 $311 $41 $311 $41 $311 $107 $817 $154 $1,179 $83 $638 $154 $1,!~~ $56 $426 $154 $1,17~ $83 $638 $107 $817 $104 $794 $104 $794 $104 $794 $27 $204 $207 $1,587 $207 ~ $20~7 $1,587 $207 $1,587 City of Dublin: Tasks: FTB Only a. Typcial Golden Gate Drive Plan and Section b. Typical Plaza and Gateway Plan 5. Comprehensive Directional Signage Program a. Plan of Signage Location/Type for Entire Study Area b. Directional Signage Concept Elevation 6. Photo Images of Typical Landmark Features 7. Meeting with City Staff to Review Concept Alternatives 8. Management & Documentation Downtown Streetscape Implementation Program Staffing & Budget Spreadsheet: Exhibit A I I Principal Associate Project Assist I hours fees hours fees hours fees 2 $370 6 $510 10 $500 2 $370 6 $510 10 $500 2 '$370 8 $1,480 2 $370 4 $740 2 $370 3 $255 8 $400 1 $85 8 $400 1 $85 8 $400 $0 $0 8 $680 $0 Phase 5: Preferred Design Alternatives 1. Village Parkway Specific Plan Area a, Typical V!~e Parkway Plan and Section b. Typical Plaza and Gateway Plan 2. Downtown Core Specific Plan Area a. Typical Future Access Way Plan and Section b. Typical Plaza and Gateway Plan 3. West Dublin BART Specific Plan Area a. Typical Golden Gate Drive Plan and Section b. Typical Plaza and Gateway Plan 4. Street Furniture Selection · 5. Comprehensive Directional Signage Program · a. Plan of Signage Location/Type for Entire Study Area b. Revise Directional Signage'Concept Elevation 6. Meeting with City Staff to Review Preferred Alternatives i. Package and Deliver Preferred Alternatives 8. Management & Documentation 9. Presentation to City Council $185 $185 $185 $185 $185 $185 $185 1 $185 4 $740 4 $74o $0 1 $185 4.5. $833 '2 $170 2 $170 2 $170 2 $170 2 $170 2 $170 1 $85 I $85 $o 1 $85 6 $510 hrs (rnd; 5 5 I I Project Assist II fees $207 $207 3 $154 7, $295 3 $128 2 $111 4 $158 6 $300_ 2 $98 6 $300 2 $98 6 $300 2 $98 6 $300 2 $98 6 $3OO 6 $3OO 4 $200 4 $200 $0 2 $100 $0 2 $98 2 $98 2 $71 2 $71 2 $111 2 $111 1 $28 2 $104 1.5 $63 Total Fees $1,587 $1,587 $1,179 $2,276 $983 $851 $1,208 $753 $753 $753 $753 $753 $753 $54t $541 $857 $851 $213 $799 $895 Total Professional Services - FTB: Reimbursable Expenses: Cost Estimator: Singer/Fukushima I I ~rOTAL PROJECT BUDGET ESTIMATE: $3,084 $3,500 Staffing and Budget Spreadsheet (10-Nov-00), Page 2