Loading...
HomeMy WebLinkAbout7.2 East West BART Enhancemtor'~U~~~ CITY CLERK X11 File # ^®^^' 3^® 11-V i i AGENDA STATEMENT CITY COUNCIL MEETING DATE: July 21, 2009 SUBJECT: Amendment No. 1 to Consulting Services Agreement with Royston Hanamoto Alley &Abey (RHAA) for the East and West Dublin BART Station Corridor Enhancements Project Report Prepared by: Melissa Morton, Public Works Director ATTACHMENTS: 1) Original Agreement dated July 3, 2007 2) Resolution Amending the Agreement, together with Exhibit "A," Amendment No. 1 to the Agreement RECOMMENDATION: Adopt the Resolution approving Amendment No. 1 to the Consulting Services Agreement with Royston Hanamoto Alley and Abey (RHAA) for the East and West Dublin BART Station Corridor Enhancements Project. FINANCIAL STATEMENT: Amendment No. 1 extends RHAA's Agreement and increases the scope of work on a time-and materials basis by a sum not to exceed $90,078.00. Adequate funds for contract services ($110,000) have been included in the adopted Capital Improvement Project Budget (#960012 -BART Corridor Project -Combined East /West). The funding for this work is a combination of Federal Transportation for Livable Community funds and the local match: Federal TLC funds (88.53% reimbursement):.........$79,746.05 Local match -Gas Tax (11.47%) :....................... $10,331.95 Total :..................... $ 90,078.00 DESCRIPTION: On July 3, 2007, the City of Dublin entered into a Consulting Services Agreement (Attachment 1) with the firm of Royston Hanamoto Alley and Abey (RHAA) to design different features of the East and West Dublin BART Corridor Enhancements Project. The scope of work included the design of landscaping, pedestrian and bicycle facilities, miscellaneous street and COPY TO: Royston Hanamoto Alley and Abbey Page 1 of 2 ITEM NO. ~• ~» G:\CONSULTANTS\RHAA\AgstRHAA Consult Svcs E&W Bart Enh Proj Amend#l.doc gateway enhancements, as well as compliance with Federal and State requirements for Federally funded projects, presentation of proposed design alternatives to the City Council for input and approval, and preparation of construction plans, specifications and cost estimates. On May 19, 2009, the City Council awarded the bid for the East and West Dublin BART Corridor Enhancements project to the lowest responsible bidder, Suarez & Munoz Construction. Since the low bid was significantly less than the grant amount, Staff indicated to the City Council that installation of additional enhancements would be pursued to fully utilize Federal monies available for construction. After discussions with RHAA, Staff is recommending that the City pursue the design of the following enhancements: 1. Wayfinding signs to help orient pedestrians, especially those coming to and from the BART Stations and destinations such as the Civic Center, Downtown and the Historic District 2. Decorative median railings, similar to the bridge railings. The existing rails with non-descript grid design in the medians of San Ramon Road, Dougherty Road, Hacienda Drive, and Tassajara Road could be replaced with ashamrock-shaped cutout design similar to the bridge rail design. 3. Use stainless steel for the Infinity Ribbon Gateway steel structure in lieu of painted steel. This will minimize the need to remove the stainless steel skin and repaint the underlying support structure to preserve its structural integrity. 4. Monument sign at Hacienda Drive: A private developer was required to install this monument sign; however, since the development has been delayed, this sign could be added to the project. 5. Consolidated newsracks could be installed to help remove visual clutter from the streetscape. Once these items are designed, Staff will initiate the necessary contract change orders to include these extra work items in the construction project using the Federal funds available. The contract change order items will be presented to the City Council for approval. Up to $350,000.00 in Federal funds could be used for additional enhancements, and the required matching funds have been budgeted in Fiscal Year 2009-2010. The design and coordination of these enhancements requires an Amendment to RHAA's Consulting Services Agreement. Also, the consultant's original fee did not include construction support services for installation of the Infinity Ribbon Gateway structure. The installation of this sculptural steel structure will require the review and approval of shop drawings and construction field support. Amendment No. 1 will extend RHAA's Agreement by an additional two years to June 30, 2011, in order to provide these services on a time-and materials basis not to exceed $90,078.00. Federal funds are available for construction support services, and adequate funds have been budgeted in Fiscal Year 2009-2010 for the local match. RECOMMENDATION: Staff recommends that the City Council adopt the Resolution approving Amendment No. 1 to the Consulting Services Agreement with Royston Hanamoto Alley and Abey (RHAA) for the East and West Dublin BART Station Corridor Enhancements Project. Page 2 of 2 -. • CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND ROYSTON HANAMOTO ALLEY & ABEY i of ~n THIS AGREEMENT for consulting services is made by and between the CITY OF DUBLIN ("City°) and Royston Hanamoto Alley &Abey ("Consultant") as of July 3, 2007. Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and ExhibitA, the Agreement shall prevail 1.1 Term of Services. The term of this Agreement shall begin on the date first noted above and shall end on,June 30, 2009 and Consultant shall complete the work described in Exhibit A unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as provided for in Section 8. 1.2 Standard of Performance. Consultanfishall 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 Consultant is engaged in the geographical area in which Consultant practices its. profession. Consultant shall prepare .all work products required: by this Agreement in a substantial, first-class manner and shall conform to the standards of quality normaNy observed by a person practicing in Consultants profession. 1.3 Ass~nment of 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- reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Section 1.1 above and to satisfy Consultants obligations hereunder. Consultant shall not be responsible for delays beyond Consultant's reasonable control. Section 2. .COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed Four Hundred Forty Nine Thousand and Five Hundred Seventy Two Dollars and No Cents ($449,572.00), notwithstanding any contrary indications that may be contained. in Consultant's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this. Agreement and Consultants proposal, attached as Exhibit A, regarding the amount of compensation,. the Agreement shall prevail.. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only paymentsfrom City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to Consulting Services Agreement. between July 3, 2007 City of Dublin and Royston Hanamoto Alley&Abey 1~ rn _Paa 1 ofi 4l~ ('~ ATTACHMENT L ~, ~~. ~~ ~ • City in the manner specified herein. Except as specifically authorized by City, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation. paid by City to Consultant under this . Agreement is based upon Consultant's estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 .Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. Invoices shall contain the following information:. ^ Clear numerical identification, with no duplication of numbering; ^ The beginning and ending dates of the billing period; ^ A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; ^ At City's option, for each work item in each task, a copy of the applicab{e time entries or time sheets shall be submitted showing the name of the person doing the work, the hours spent by each person, a brief description of the work, and each reimbursable expense; ^ The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder, as well as a separate notice when the total number of hours of work by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours, which shall include an estimate of the time necessary to complete the work described in Exhibit A; ^ The Consultant's signature. 2.2 Monthl~Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Total Payment. 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. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. Consulting Services Agreement between July 3, 2007 City of Dublin and Royston. Hanamoto Alley & Abey Page 2 of 14 3 ~~ ~~ • ~- 2.4 Hourly Fees. Fees for work performed by Consultant on an houriy basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit A. 2.5 Reimbursable Expenses. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.6 Pavment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.7 Pavment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets in order to verify costs incurred to that date. 2.8 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT.. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. .City shall furnish physical facilities such as desks, filing cabinets, and conference space, as maybe reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-disfance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before beginning any work under this Agreement, Consultant, at its own cost and expense, shall procure "occurrence coverage" insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects to the City. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultants bid. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence thereof to City. Verification of the required insurance shall be submitted and made part of this Agreement prior to execution. Consulting Services Agreement between July 3, 2007 City of Dublin and Royston Hanamoto Alley & Abey Page 3 of 14 4.1 Workers' Compensation. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than ONE MILLION DOLLARS ($1,000,000.00) per accident. In the alternative, Consultant may rely on aself-insurance program to meet those requirements, but only. if the program of self=insurance complies fully with the provisions of the California Labor Code. Determination ofwhether aself-insurance program meets the standards of the Labor Code shall be solely in the discretion of the Contract Administrator. The insurer, if insurance is provided, or the Consultant, if a program of self-insurance is provided, shall waive all rights of subrogation against the City and its officers, officials, employees, and volunteers for loss arising from work performed under this Agreement. An endorsement shall state that coverage shall not be canceled except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Consultant shall notify City within 14 days of notification from Consultant's insurer if such coverage is suspended, voided or reduced in coverage or in limits. . 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General reauirements. Consultant, at its own cost and expense, shall maintain commercial general and automobile liability insurance for the term of this Agreement in an amount not less than :ONE-MILLION DOLLARS ($1,000,000.00) per occurrence,- combined single limit coverage for risks associated with the work contemplated by this Agreement. if a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such-coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non- owned automobiles.. 4.2.2 Minimum scone of coverage., Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed.11/88) or Insurance Services Office foim number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office farm number GL 0404 covering Broad Form Comprehensive General Liability. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed.12190) Code 8 and 9 (°any auto"). No endorsement shall be attached limiting the coverage. 4.2.3 Additional requirements. Each of the following shall be included in the insurance coverage or added as an endorsement to the policy: Consulting Services Agreement between July 3, 2007 City of Dublin and Royston Hanamofo Alley & Abey Page 4 of 14 • ~ 5 ~f gD a. City and its officers, employees, agents, and volunteers shall be covered: as additional insureds with respect to each of the #ollowing: liability arising out ofactivities performed by or on behalf of Gonsultant, including the insured's general supervision of Consultant; products and completed operations of Consultant; premises owned, occupied, or used by Consultant; and automobiles owned, leased, or used by~the Consultant. The coverage shall contain no special limitations on the scope of protection afforded to City or its officers, employees, agents, or volunteers. b. The insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. c. An endorsementmuststate thaficoverage is primary insurance with respect to the City and its officers, officials, employees and volunteers, and that noinsurance orself-insurance maintained by the City shall be called upon to contribute to a loss under the coverage. d. Any failure of CONSULTANT to comply with reporting provisions of the policy shall not affect coverage provided to CITY and its officers, employees, agents, and volunteers. e. An endorsement shall state that coverage shall not be canceled except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Consultant shall notify City within 14 days of notification. from Consultant's insurer if such coverage is suspended, voided or reduced in coverage or in limits. 4.3 Professional Liabilit~lnsurance. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to thisAgreement in an amount not less than ONE MILLION DOLLARS ($1,000,000) covering the licensed professionals' errors and omissions. 4.3.1 Any deductible orself-insured retention shall not exceed $150,000 per claim. 4.3.2 An endorsement shall 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, except ten (10) days notice in the event of cancellation for. non- payment ofpremium. 4.3.3 The following provisions shall apply if the professional liability coverages are written on a claims-made form: Consulting Services Agreement between July 3, 2007 City. of Dublin and Royston Hanamoto Alley & Abey Page 5 of 14 ~. ~~ i - . a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least five years after completion of the. Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or nottenewed and it is not replaced with another claims-made policy form with a retroactive date that precedes the date of this Agreement, Consultant must provide extended. reporting coverage for a minimum of five years after completion of the Agreement or the work. The City shall have the right to exercise, at the Consultant's sole cost and expense, any extended reporting provisions of the policy, if the Consultant cancels or does not renew the coverage. d. A copy of the claim reporting requirements must be submitted to the City prior to the commencement of any work under this Agreement. 4.4 All Policies Requirements. 4.4.1 Acceptability of insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of noiess than A:VII. 4.4.2 Verification of coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with certificates of insurance and with original endorsements effecting coverage required herein. 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 City reserves the right to require complete, certified copies of all required insurance policies, at any time. 4.4.3 Subcontractors. Consultant 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. 4.4.4 Variation. The City may approve a variation in the foregoing insurance requirements, upon a detemtination 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. 4.4.5 Deductibles and Self-Insured Retentions. Consultant shall disclose to and obtain the approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. Consulting Services Agreement between July 3, 2007 City of Dublin and Royston Hanamoto Alley & Abey Page 6 of 14 • • ~ °~ ~ During the period covered by this Agreement, only upon the prior express written authorization of Contract Administrator, Consultant may increase sucfi.deductibles orself-insured retentions with respect to City, its officers, employees, agents, and volunteers. The Contract Administrator may condition approval of an increase in deductible orself-insured retention levels with a requirement that Consultant procure a bond,. guaranteeing .payment of dosses and related investigations, claim administration, and defense expenses that is satisfactory in all respects to each of them. 4.4.6. Notice of Reduction in Coverage. In the event that any coverage required. by this section is reduced, limited., or materially affected in any other manner, Consultant shall provide written notice to City at Consultants earliest possible opportunity and in no case later than five days after Consultant is notified of the change in coverage. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: ^ Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due. under the Agreement; ^ -Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliancewith the requirements hereof; and/or ^ Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. Consultant shall, to the fullest extent allowed by law, with respect to all services performed in connection with this Agreement, defend with counsel acceptable to City, indemnify, and hold. City and its officers, officials, employees, agents and volunteers ("Indemnitees"), harmless from and against any and all claims to the extent they .arise-out of, pertain to, or relate to .the. negligence, recklessness, or willful misconduct of the Consultant, (`Claims"). Consultant will bear all losses, costs, damages, expense and liability of every kind, nature and description that arise out of, pertain to, or relate to such Claims,. whether directly or indirectly. Such gbligations to defend, hold harmless and indemnify the City shall not apply to the extent that such Liabilities are caused by the sole negligence, active negligence, or willful misconduct of the City. With respect to third party Claims against the Consultant, the Consultant waives any and .all rights of any type of express or implied indemnity against the Indemnitees. Consulting Services Agreement between July 3, 2007 City of Dublin and Royston Hanamoto Alley & Abey Page 7 of 14 ~ ~ g~ In addition, and notwithstanding the forgoing, to the extent this Agreement is a °constniction contract' as defined by the Califomia Civil Code Section 2783, as may be amended from time. to time, such duties of Consultant to indemnify shall not apply when to do so would be prohibited by the Califomia Civil. code Section 2782. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independentcontractorand shall not be an employee of City. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subparagraph 1.3; however, othenNise City shall not have-the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any.of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by Ciky, including butnot limited to eligibility to enrop in the Califomia Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 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. Section 7. .LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of Califomia shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws applicable to the performance of the work hereunder. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms. of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals Consulting Services Agreement between. July 3, 2007 City of Dublin and Royston Hanamoto Alley & Abey Page 8 of 14 ~ ~ ~n~~o that are legally required to practice their respective professions. In addition to the .foregoing, Consultant and. any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses. from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person's race, religion, color, national origin, age, physical or mental handicap or disability, medical condition, marital status, sex, or sexual orientation, against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall comply with all applicable federal, state, and local laws, policies, rules, and requirements related to equal opportunity and nondiscrimination in employment, contracting, and the provision of any services that are the subject of this Agreement, including but not limited to the satisfaction of any positive obligations required of Consultant thereby. . Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. 7.6 Dispute Resolution. This Dispute Resolution provision shall only apply to disputes where the amount claimed by either party, is in excess of $50,000, exclusive of attorneys fees, prejudgment interest and costs. If any dispute arises out of or relates to this Agreement, or the breach thereof,- the Parties agree then to submit the matter to mediation either under the Construction Industry Mediation Rules of the American Arbitration Association (AAA) or J.A.M.S. before having rncourse to a judicial forum. No written or oral repnrsentation made during the course of any settlement negotiations or mediation shall be deemed a party admission. This provision shall not limit the ability of Consultant to record a mechanic lien and an action thereon where appropriate. Either party may initiate the mediation process by giving written notice concurrently to the other party and to either J.A.M.S. or AAA. If a party receiving notice of a demand for mediation does not agree in writing .within ten (10) days to participate in a mediation than the party demanding mediation may after giving three (3) days written notice declare the mediation process unsuccessful and initiate the judicial reference process referred to below. In the event mediation fails to resolve the dispute within sixty(60) days or a longer time if agreed to by Consultant and City, Consultant and City agree that the dispute shalt be resolved by judicial reference pursuant to the provisions of California Code of Civil Procedure §638-645.1. The cost of the referee shall be home equally by each party or in such other manner as deemed equitable by the referee. Any referee must be experienced in resolving similar disputes. The referee shall be agreed upon the parties within ten (10) days of the demand for judicial reference. In the event the parties cannot agree on the selection of a referee, any party may petition the Superior Court in the County of Alameda for the appointment of a referee. Unless otherwise agreed by the parties, the reference proceeding shall be held in Oakland, California. Consulting Services Agreement between July 3, 2007 City of Dublin and Royston Hanamoto Alley & Abey Page 9 of 14 1~ o.~ u~ Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon thirty (30) days' written notice to City and ..shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering. to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided forherein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The .parties may amend this Agreement. only by a writing signed by all the parties. 8.4 Assignment and Subcontracting City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein.without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shalt included, but not be limited. to, the following: 8.6.1 Immediately terminate the Agreement; Consulting Services Agreement between July 3, 2007 City of Dublin and- Royston Hanamoto Alley & Abey Page 10 of 14 ~ ~ ° f ~'~ 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement;. 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement.. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and wilt not be released to third parties without prior written consent of both parties. 9.Z Consultant's Books and Records. Consultant shall maintain any and alt ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City .under this Agreement for a minimum of three (3) years, or for any longer period required bylaw, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Section 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon. oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds. expended under this Agreement exceeds TEN THOUSAND DOLLARS ($10,000.00), the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, #or a period of three (3) years after final payment under the Agreement. Section 10 MISCELLANEOUS PROVISIONS. 10.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing Consulting Services Agn~ement between July 3, 2007 City of Dublin and Royston Hanamoto Alley & Abey Page 11 of 14 ~ ~ ~ ~ ~~ party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled.. The court may set such fees in the same action or in a separate. action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the otherunder this Agreement, the parties agree that trial of such action shall be vested exclusively in the state courts of Califomia in the County of Alameda or in fhe United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision. of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity: in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the parties. 10.6 Use of Recycled. Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a "conflict of interest," as that term. is defined in the Political Reform Act, codified at Califomia Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate Califomia Government Code Sections 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous twelve (12) months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the. previous twelve months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of Government Code §1090 etseq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required. to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it Consulting Se-vices Agreement between July 3, 2007 Cityof Dublin and Royston Hanamoto Alley & Abey Page 12 of 14 I~ ~ ~~ may be subject to criminal prosecution for a violation of Government Code ~ 1090 and, if applicable, will be disqualified from holding public office in the State. of California. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shad be administered by Melissa Morton, Public Works Director ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: Aditya Advani, Vice President Royston Hanamoto Alley & Abey 225 Miller Avenue Mill Valley, CA 94941 Any written notice to City shall be sent to: Melissa Morton City of Dublin Public Works 100 Civic Plaza Dublin, CA 94568 10.11 Professional Seal. Where applicable in the determination of the contract administrator, the first page of a technical report, first page of design specifications, and each page of construction drawings shall be stamped/sealed and signed by the licensed professional responsible for the report/design preparation. The stamp/seal shall be in a block entitled "Seal and Signature of Registered Professional with report/design responsibility," as in the following example. Seal and Signature of Registered Professional with report/design responsibility. 10.12 fnteoration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibit A, represents the entire and integrated agreement between City and Consultant and supersedes all prior. negotiations, representations, or agreements, either written or oral. Consulting Services Agreement between July 3, 2007 City of Dublin and Royston Hanamoto Alley & Abey Page 13 of 14 • ~ CITY OF DUBLIN CONSULTANT ~ ~ J net Loc hart, Mayor Aditya ani, Vice President Royston Hanamoto Alley 8 Abey Attest: ' ~~7J"`i K~ry-l4eelHnte~ City Clerk ~ I~rio~},~ Approved as to Form: J ~~C- i eth Silver, City Attorney Consulting Services Agreement between City of Dublin and Royston Hanamoto Alley &.Abey i~1 ~_,g~ July 3, 2007 Page 14 of 14 • ~ ~5 ~ ~o EXHIBIT A SCOPE OF SERVICES Consulting,~Services shall be performed based on the attached Royston Hanamoto Alley &~ Abey Scope of Services entitled "East and West Dublin BART Corridor Enhancement Projects" dated April 27, 2007 Consulting Services Agreement between July 3, 2007 City of Dublin and Royston Hanamoto-Exhibit A Page 1 of 1 r • I D~ ENGINEEWNGNRBAN DESIGN CONSULTANT SERVICES EASTAND WEST DUBLIN BART STATION CORRIDOR ENHANCEMENT PROJECTS PREPARED FOR THE CITY OF DUBLIN, CALIFORNIA APPoL 27, 2007 LANDSCAPE ARCHITECT CIVIL ENGINEER ELECTRICAL ENGINEER SIGNAGE DESIGNER STRUCTURAL ENGINEER GEOTECHNICAL ENGINEER ENVIRONMENTAL CONSULTANT BASIN RESEARCH SCOPE OF SERVICES ROYSTON HWVAMOTO ALLEY & ABEY (PRIME) BKF ENGINEERS O'MAHONY & MYER SQUARE PEG ENDRESWARE GEOCON DAVID f. POWERS ARCHEOLOGICAL CONSULTANT Dublin BART Corridor Enhancements Combined Scope of Work 6/2 12007 Page (I of 4~ Fee Summary RHAA Services Phase I -Conceptual Design /Preliminary Engineering abor 65,618 `~ . Reimbursables 4,000 v' ~ (~` t Combined 69,618 Phase IF -Preparation of Contract Plans Specifications, and Cost Estimates 105,267 4,000 109,267 RHAA $170,885 $8;000 $178,885 Design Subconsultant Fees Gvil Engineering and Constnxtion Documents - BKFEr;gineers 77,450 10;624 88,074 Lighting Design /Electrical Engineering - D'Mahony & Myer 46,830 2,000 48,830 Signage Design and Construction Documents -Square PegDesign 35,500 2,000 37,500 Structural Engineering-EndresWareArchitects&Engineers 20,325 1,300 21,625 Ernrironmer>tal Document Subconwltant Fees Environmental Documents- CatEx -David/. Powars 6, 150 500 6,650 Hazardous Materials Investigatiohs Phase I - Geocon Consultants 11,242 2,192. 13,434 Historic Resources -Basin ResearrhAsso<a'ates 6,260 I ,424 7,684 TOTAL $374,642 $28,040 $402,682 Subconwltant inwrance and admin markup 5% $ I I ,190 GRAND TOTAL $413,872 Optional Services Civil refinement of gateway feature 5,000 0 5,000 Environmental Documerts Initial Study/ Mitigated Neg Declaration 13,325 I ,675 15,000 Historic Properties Research Repot AddressiBuilding List 4,000 0 4,000 Historic Resource Evaluation Report 10,000 0 (0,000 Subconsuftant insurance and admin markup 5% $1,700 Dublin BART Corridor Enhancements Combined Scope of Work GRAND TOTAL WITH OPTIONAL SERVICES 6/Z 12007 $449,572 Page (2 of 4~ 'L~~ ti_~._.-~ ~ - ~, • F N N J _ Z ~ r _ o ~ ~ ~ ~~ ~ ~ ~~ _ ~~ g~ ~_ o~~~e~ ~8so~o . ~: v8 8 88 8 ~~ 8 8 o aaaaaaaa~a~ts~aa~~ ~. ,~~ ~ 8 8 8 ~ - - N f~f.< vl ~O f~ W P O_ N of f V1 ~G I~ (D P_ N rf C ~/1 ~O 1~ m P O- m~ O- N rf Y of ~ n m N O rv r rl V~ ~D 1~'m P O ry m~ m ' - - - NNNNNNNNNmmm m C -Nf~f r ~/f ~D I~mP ---- ~ ~ NNNNNNNmm M m ,~~ ~=--- • ~ ~: I . CommrrRy meeting presentaton dtrafficdming irnlxoerrnnls 2. Crty Corrxil presentation of Gateway, Sigiage and Historic Park Concept Alternatives 3. Arts ConrrGssiat presentation d Gateway, Signage and Historic Park Concept AJtematises 4, Gty Carrell presentation d Gateway, Syfage and Historic Park Final Desigra D~lin East artd West BART Corridor Enhancement Project Royston Hanarnoho Alley and Abey Landscape Architectural Services Fee Proposal Submitted February 14, 2007 C,pdaedMardr 30,10117 ' PHASE I: DESIGN DEVELOPMENT Riindpal Tedi Assodate Staff I Staff 2 Prindpal TaskJA CONCEPTALTERNATNES $147.28 $114.64 $80.12 $67.44 $56.65 PROJECT INITIATION & START UP, SfTE ANALYSIS, DATA GATHERING I . I MEETING I : Project Kide-Off: Introductions/ Project Start Up Meeting / Site veiU Discus Project Iswes & 6 0 6 6 0 Sctieduk 1.2 Review aN existing data, planning doamentr, evaluate existing conditions, review existing reports and stsdks 0 0 4 0 0 1.3 Project file setup 0 0 0 2 2 Bicycle & Pedestrian Safety Improvemam (Bitreway Wxkning, Storm Drain Grafe Alherations, ADA Curb Ramps, Sidewalk Widening, & Railing) 1.4 Set up base map 0 0 0 2 0 I.5 Prepare conceptual design 0 0 2 0 0 1.6 Coordinate with Civi Engineer 0 0 2 0 0 1.7 R-eparecostestimate 0 0 0 0 0 Streetscape /Trafic Calming Improvementr on Dublin Blvd. between San Ramon lid. and Fiarrsen Dr. and on Danbn Wy. 1.8 Setup base map 0 0 0 4 0 1.9 Pre limin Ian larrtin pare pre ary dscape p g plans I 0 _ 2 2_ 0 1.10 Prepare preliminary irrigation plans 0 0 2 2 0 LII Prepare preliminary paving & site famishing plans I 0 4 8 0 1.12 MEETING 2: Meet with Crty Staff to review Streetscape /Traffic Canning Improvementr 4 0 4 0 0 1.13 Coordinate with Cndl Engineer 0 0 2 0 0 1,14 Coordinate with Signage Desi~ier 0 0 2 0 0. I. I S Coordinate with Electrical Fs)~neer 0 0 2 ~ 0 0 1.16 Coordinate with Arch Resource ConwNant 2 0 2 0 0 1.17 Create image boards and presentation materials for commta»ty meeting I 0 4 8 8 1.18 COMMUNfTY MEETING # I : Presentatiat of Streetsoape /Traffic Calming Improvemerrts 6 0 6 0 0 1.19 Prepare cost estimate 0 0 2 0 0 Ctty Monumerrt mss. Linear Median. Barrier and Raing TreatrnenK and Dublin BotAet2rd Identity Marker & 9errierrt Location Dublin BART Corridor Enhancements Combined Scope of Work 6!2 I /2007 Page (4 of 4~ 1.20 Setup presentation bax map with City-provided GIS base 1.21 Site visit and onsite irupecfion for placement of streetscape elements 1.22 Prepare Concept Alternatives showing kxation of Streetscape elemerm 1.23 Prepare Conceptual Ahematives d Dublin Boulevard Identity Marker (3 akematives) 1.24 Prepare Concepwal AMematives of City Monument Signs (3 albematives) 1.25 Prepare Conceptual Alternatives of Linear Median (3 altemathes) 1.26 Prepare Conceptual Alhematives of Barrier & Railing Treatmer~ (3 albematives) 1.27 MEETING 3: Meet with Crty Staff to review Corxept Albematives &' Locatiai 1.28 Revise Conceptual Akematives Dublin Boulevard Identity Marker (3 ahematives) 1.29 Revise Conceptual Attematives of City MonwneM Sigru (3 alternatives) 1.30 Revise Conceptual Alternatives Linear Medan (3 alternatives) 1.3 I Devise Conceptual Aleertwtives Barrier & Baiting Treatments. (3 alternatives) 1.32 Prepare Conceptu~ Akematives Color Renderings / Boards kx City Coundl Presentation (CRy Monument Sigrx, Linear Medan Design, Ranier Railings & Treatments, Dublin Bhd. Identity Marker) 3 altenwtives each 1.33 Coordinate with Civil Engineer 1.34 Coordinate with Signage Designer 1.35 Coordinate with Stvdural Engineer 1.36 Coordirate with Electrical Engineer 1.37 Prepare cost estimate Gatevray Enhancement at Dublin Boulevard / Dougherty Read ao ~ ~ 0 0 4 0 I 0 0 I 0 0 0 6 0 0 0 0 0 0 0 0 0 I 0 0 0 0 0 0 0 0 0 0 I 138 Setup CAD base map 0 1.39 Prepare Conceptual Alternatives d Gateway Enhancement (3 alternatives) 2 1.40 Prepare presentation perspectives /simulations 0 1.41 MEETING 4: Meet witli Crty Staff m review Gateway EnharxementAltematives 4 1.42 Revise Conceptual Alternatives of Gateway EnhancemeMS per ceY meeting (3 alterrwtives) I 1.43 Revise presentation plans /perspectives / simulations for City Coundl meeting 0 1.44 Coor+dnate with Civil Engineer 0 1.45 Coordinate with Signage Designer 0 I .% Coordnate with Str~cWral Engineer 0 1.47 Coordinate with Ekctriwl Engineer 0 1.48 Prepare cost estimate 0 1.49 MEETING 5: Meet with Cny Staff prior to City Coundl meeting 4 I.50 Revise presentation plans /perspectives /simulations per staff comments 0 1.51 CITY COUNCIL PRESENTATION I: Present ConceptAlhematives 6 1.52 Project Management Fours Task JA 55 Labor Task IA $8,100 RHAATohlTask IA 533,624 2 6 0 4 8 0 2 a 0 2~ 8 0 2 a o 2 8 0 2 8 0 6 6 0 I a 0 I 9 0 f 8 0 I 8 0 2 4 4 2 0 0 2 0 0 2 0 0 2 0 0 2 0 0 0 0 4 0 4 16 0 4 16 0 4 0 0 2 8 0 2 8 0 2 0 0 2 0 0 2 0 0 2 0 2 0 0 4 0 0 4 6 0 6 0 0 8 0 2 132 168 5229 510,576 52,679 0 0 0 0 8 8 0 0 0 0 0 0 6 0 0 36 52.039 Task Ib DRAFrDE51GN Bicyde & Pedestrian Safety Improvanerrts (Bikeway Wdernng, Storm Drain Grate Nterations, ADA Curb Ramps, Sdcwalk Widening, & Railing) 1.53 Revise conceptual design 0 0 I 0 0 1.54 Coordinate with Civil Engineer 0 0 2 0 0 1.55 Revise cost estimate 0 0 0 0 0 Dublin BART Corridor Enhancements Combined Scope of Work 6/21 8007 Page (5 of 47) Streefsape / Traffic Calming Improvemems on Dublin Bhd. bclween San Ramon Rd. and Hansen a. and on Donbn Wy. 1.54. ~,~~ preliminary landscape planting plans I 0 .SS Revise preliminary irrigation plans 0 0 1.56 ~~ preliminary paving & site furnishing plans I 0 1.57 MEETING 6: Meet with City Staff t4 review Streetscape / TrafRc Calming Impronemen>s 4 0 1.58 Coordinate with Croif Engineer 0 0 1.59 Coordinate with Signage Designer 0 0 L60 Coordinate with Electrical Engineer 0 0 I.61 Revisecostestimate 0 I Gty Monument Signs, Linear Medran, Barrier and Railing Tr~hnerrls and DubCm Boulevard Jdemity Marker & Element Location I.62 Revise map showing location of Streetscape elements 0 0 1.63 Revise Design of Dublin Boulevard Identity Marker I 0 1.64 Bruise Design of aF City Monument Signs I 0 1.65 Revise Design of Linear Median 0 0 1.66 Pevise Design of Barrier & Railing Treatrnents 0 0 1.67 Revise Cokx Renderings /Boards for City Councl Presentation (Crty Monument Signs, Linear Median Design, 0 0 Barrier Railings & Treatments, DubNn Blvd: Identity Marker) 1.68 Coordinate with Civil Engineer 0 0 1.69 Coordinate with Signage Designer 0 0 1.70 Coordinate with Structural Engineer 0 0 1.71 Coordinate with Electrical Engineer 0 0 1.72 Revise cost estimate 0 1 2 0 2 8 2 8 2 8 2 e I 2 2 0 2 0 2 0 2 0 2 0 Gateway Enhancanent at Dublin Boukvxid / Dougherty Road 1.73 Revise Design of Gateway Enhancement I 0 2 8 1.74 Revise presentation perspectives /simulations 0 0 2 8 1.75 Revise presentation plans /Perspectives /simulations per stag Comments 0 0 2 8 1.76 Coordinate wRh Civil. Engineer 0 0 2 0 1.77 Coordinate wish Signage Designer 0 0 2 0 1.78 Coordinate with Structural Engineer 0 0 2 0 1.79 Coordinate with Elecbical Engineer 0 0 2 0 I.80 Revise cost estimate 0 I 2 0 1.81 1.82 MEETING 7: Meet with City Staff prior>p City Council meeting 6 0 6 0 I.83 CITY COUNCIL PRESENTATION 2: Presets Draft Design 6 0 6 0 1.84 Cff1' COUNCIL PRESENTATION 3 /Arts Commision presentatan: Present Draft Design 6 0 6 0 L85 Project Management I 0 8 0 Hours Task I b 28 3 85 62 Labor Task Ib $4,124 5344 $6,810 $4,181 RHAAToalTask Ib 516,706 Task Ic FINAL DESIGN Bicycle & Pedesaian Safety Improvements (BikeNay Widening, state Drain crate Alterations, ADA Curb Ramps, 5idewaAc VJdening, & Raikrng) 1.86 Finalize caxepwal design 1.87 Coordinate with Civil Engineer 1.88 Revise cost estimate Dublin BART Corridor Enhancements Combined Scope of Work 621/2007 a ~ °~ `60 0 2 2 0 2 4 4 4 4 0 0 2 0 0 2 0 0 2 0 0 2 0 0 0 0 2 0 0 0 4 0 0 0 0 0 6 0 0 0 0 8 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 22 $1,2% 0 0 0 Page (6 of 4~ , ~ ~ Streetscape / Traffic Calming Improvements on Dublkt BMd. between San Ramon Rd. and Hansen Dr. and on Donlon Wy. 1,89 Fnalize Gmin Ian Pre ~Y ~Pe Ming plans I 0 2 1.90 Fnalize fimi i arts Pre nary'rrigatirxi pl 0 0 2 1.91 Fnalize preliminary paving & site famishing plans I 0 4 1.92 Coordinate with Civil Engineer 0 0 2 1.93 Coordinate with Sigrwge Designer 0 0 2 1.94 Coordinate with Electrical Engineer 0 0 2 1.95 Revise cost estimate 0 I 2 Gty Monument Signs. linear Median. Barrier and Rasing Treatments and Dublin Boulevard Identify Martrer & Element Loation as ~ g~ 0 0 4 0 D 0 0 1.96 Fnalize map showing bcation of Streetscape elements 0 0 2 0 1.97 Fnalize Design of Dublin Boulevard Identity Marker I 0 2 8 1.98 Fnalize Design of of Cdy Monument Signs I 0 2 8 1.99 Fnalize Design of Linear Medan 0 0 2 8 I . I p0 Finalize Design of Barrier & Railing Treatrnents 0 0 2 8 1.101 Finalize Cobr Renderings / Boards for City Counal Presentation (City Monument Signs, Linear Median Design, 0 0 2 4 Barrier Railings & Treatmerrts, Dubin Blvd. Identity Marker) 1.102 Coordinate with Civil Engineer 0 0 2 0 1.103 Coordinate with Sigrtage Designer 0 0 2 0 1.104 Coordinate with Structural Engineer 0 0 2 0 1.105 CoordinatE with Bectriml En®neer 0 0 2 0 1.106 Revise cost estimate 0 t 2 0 Gateway Enhartcernent at Dublin 8oukrvud / Dougherty Road 1.107 Finalize Design of Gateway Enhancement I 0 2 4 1.108 Finalizepreserttationperspectives/simulations 0 0 2 4 1.109 Coordinate with Civil Engineer 0 0 2 0 f. 110 Coordinate with Signage Designer 0 0 2 0 I .III Coordinate with Stnxtural Engineer 0 0 2 0 I.112 Coordinate with Electrical Engineer 0 A 2 0 1.1 13 Revise cost estimate 0 I 2 0 I.I 14 MEETING B: Meet witir Gty SmfF prar>b City Coundl meeting 4 0 4 0 I . 115 Revise preser>mOon plans / perspectives /simulations per stalF commems 0 0 2 4 L I I6 CITY COUNCIL PRESENTATION 4: Resent Final Design 6 0 6 0 I.117 Project Management I 0 8 0 Hours Task Ic 16 3 78 52 Labor Task lc $2,356 5344 56,249 53,507 W-WATotalTask Ic $15,289 PHASE I TOTAL 565.6/8 4 4 4 0 0 0 2 8 0 0 0 0 8 0 0 0 0 2 4 4 0 0 0 0 2 0 8 0 0 SO 52,833 Dublin BART Corridorfnhancernents Combined Scope of Work 621/2007 Page (7 of 4~ a 3 ~- g`~ ~ ~ PHASE II: PREPARATION OF CONTRACT PLANS, SPEGFlCATION, AND COST ESTIMATES Principal Tech Principal Associate Stafr I Staft2 Task 2a 3096 CONSTRUCTION DOCUMENTS $147.28 $ I 14.64 $80.12 $67.44 $56.65 Bicyde & Pedestrian Safety Improvernertts (Bikeway Widening, Storm Drain Grate Alterations, ADA Curb Ramps, SidewaNc Widening, & Baiting) 2. I Prepare CD Base Sheets 2.2 Coordinate with Civil Engineer 2.3 Coordinate with Sigtage Designer Strnetscape/Traific Cakning Impraernertts {Dublin Bkd. btwn. San Ramon Rd. & Hartsert Dr. and Donbn Wy.) 2,4 Prepare CD Base Sheets 2.5 Prepare 30% CD Sine Layout artd Construction Plans 2.6 Prepare 30% CD Site Construction Detaik 2.7 Prepare 30% CD FMartting Flans 2.8 Prepare 30% CD Irrigation Bans 2.9 Prepare 30% CD Irrigation Detaik 2:10 .Coordinate with Civil Engineer 2. I I Coordinate with Signage Designer 2.12 Coordinax with Structural Engineer 2.13 Coordinate with Electrical Engineer Gty Monument Signs, Linear Median, Barrier and Railktg Treatrnertts and Dublin 8oukvard Identity Marian Constrtction Details & EkmeM Location 2.14 Prepare CD Base Sheets 2. I S Prepare 30% CD Layout and Construction Plans 2.16 Repare 30% CD Construction /Installation Devils 2.17 Prepare 30% CD Planting Plans 2.18 Prepare 30% CD Irrigation Flans 2.19 Prepare 30% CD Irrigation Detaik 2.20 Coordinate with Civil Engineer 2.21 Coordinate vdtlt Signage Designer 2.22 Coordinate with Structiral Engineer 2.23 Coordinate with Electrical Engineer Dublin BART Corridor Enhancements Combined Scope of Work 6~L l/ZOO7 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 2 0 4 I I 0 I 0 2 0 4 2 I 4 2 I 8 2 I 6 2 I 8 0 0 4 I I 0 I I 0 I I 0 I I 0 0 0 2 0 4 0 0 2 2 8 0 0 2 2 8 I 0 4 0 8 0 0 4 0 8 0 0 2 0 8 0 0 1 I 0 0 0 I 1 0 0 0 1 I 0 0 0 I I 0 Page (8 of 4~ _ I `'~ Dublin Boulevard / Dougherty Road GabaMray knprovemerrt 2.24 Prepare CD Base Sheets 0 0 2 0 4 2.25 Prepare 30% CD Site Layout and CorxWCtion Plans 0 0 2 2 B 2.26 Prepare 3096 CD Site Construction Details 0 0 2 0 8 2.27 Prepare 3096 CD Gateway Feature Details I 4 2 2 8 2.28 Prepare 30% CD Planting Plan 0 I I I 8 2.29 Prepare 30% CD Imgation Plan ~ 0 D ~ 4 0 8 2.30 Coordinate with Civil Engineer 0 0 I I 0 231 Coordinate with Signage Designer 0 0 I I 0, 2.32 Coordinate with Electrical Engineer 0 0 I I 0 Z.33 Prepare 3096 CD Specifications 0 4 4 0 0 2.34 Prepare 3096 CD Cost Estimate I 2 4 0 8 2.35 Quality Control/Quality Assurance30%set 4 12 0 0 0 2.36 MEETING 9: Meet with Crty to review 30% set 4 0 4 0 0 2.37 Project Management 2 0 8 0 0 Total Task 2a 14 24 74 26 134 Total Fee Task 2a $2,062 $2.751 55,929 $1,753 57,591 R}iAA Contras Document ToW $20,087 Tale 2b 6096 CONSfW.K~ION DOCUMENTS Bicycle & Pedestrian Satiety Improvemads (&'keway Wderung, Storm Drys Grate Alterations, AL1A Curb Ramps, sidewalk Widening, & Raiirtg) 2.38 Coordinate whh Civil Engineer 0 0 I 1 0 2.39 Coordinate with Signage Designer 0 0 I I 0 Streetsape/frafic Cakn~g Improvements (Dublin Blvd. blwn. San Ramon Rd. & Hansen Dr. and Dodos Wy.) 2.40 Prepare CD Site Layout arrd Construction Plans 0 0 2 0 4 2.41 Prepare CD sine Construction Detais 0 I 2 2 24 2.42 Prepare CD Site Construction Details -gateway feature 0 4 2 2 16 2.43 Prepare CD Planting Plaru 1 0 2 0 4 2.44 Prepare CD Irrigation Plans I 0 8 0 6 2.45 Prepare CD Inigation Details 0 0 2 0 4 2.46 Coordinate with Civil Engineer 0 0 I I 0 2.47 Coordinate with Signage Designer 0 0 I I 0 2.48 Coordinate with Strusural Engineer 0 0 I I 0 2.49 Coordinate with Electrid Engineer 0 0 1 1 0 Dublin BART Comdor Enhancements Combined Scope of Work 621 ROOT Page (9 of 4~ • Gty Monument Signs, Unear Median, Barrier and Railing Treatrnerrts and Dubin Boulevard Identity Marker Construction Detaih & Element Location 2.50 Prepare CD Layout and ConsbuctibnPlare 2.51 Prepare CD Construction /Installation Details 2.52 Prepare CD Planing Plans 2.53 Fiepare CD Irrigation Plans 2,54 Prepare CD Irrigation Detaik 2.55 Coordinate with Civil Engineer 2.56 Coordnate with Signage Designer 2.57 Coordinate with Structural Engvxer 2.58 Coordinate with Electrical Engineer 0 2 2 8 I 0 2 2 8 I 0 2 2 8 0 I 4 0 B A 0 2 0 4 0 0 1 I 0 0 0 I I 0 0 0 I I 0 0 0 I I 0 Dr~lin Boulevard / Dougherty Road Gateway Improvement 2.59 Prepare CD Site layout and Construction Plans 0 0 2 0 12 2.60 Prepare CD Site Constrixtion Details 0 0 2 0 12 2.61. Prepare CD Gateway Featixe Details 0 2 2 0 8 2.62 Prepare CD Planing Plan I 0 2 0 8 2.63 Prepare CD Irrigation Poan 0 2 4 0 8 2.64 Coordinate with Civil Engineer 0 0 I I 0 2.65 Coordinate with Signage Designer 0 0 I I 0 2.66 Coordinate with Electrical Engineer 0 0 1 I 0 2.67 Prepare 6096 CD Specifications 0 6 2 0 0 2.68 Prepare 60% CD Cost Estimate 2 2 6 0 0 2.69 Quality Control /Quality Assurance 60% set - 4 16 0 0 0 2.70 MEETING 10: Meet with MTC to review 60% set 4 0 4 0 0 2.71 Project Management 2 0 8 0 0 ToW Task 2b 18 34 75 23 142 TalalFeeTask2b $2,651 $3.898 $6,009. $1,551. $8,044 RHAA Contract Document ToW $22,153 Task 2c 90% CONSTRUCTION DOCUMENT'S Bicycle & Pedestrian sorely Improvernerns (a'kewar Widening, stun„ Drag, Grate Alterations, AQA Curb Ramps, Sidewalk Widening, & Raiing) 2,72 Coordinate with Civil Engineer 2.73 Coordinate with Signage Designer Streetscape/rrafic Cakning Improvements (Dublin BMd. btrovn. San Ramon Rd. & Hansen Dr. and Donlon VJy.) 2.74 Prepare CD Site Lay«a and Conswceon Plans 2.75 Prepare CD Site Corntructiai Detaik 2.76 Prepare CD Site Construction Detaik -gateway feature 2.77 Prepare CD Planting Plans 2.78 Prepare CD Irrigation Plans 2.79 Prepare CD Irrigation Details 2.80 Coordinate with Civil Engineer 2.81 Coordinate with Signage Designer 2.82 Coordinate with Structural Engineer 2.83 Coordinate with Ekciical Engineer Dublin BART Corridor Enhancements Combined Scope of Work 6~L 18007 ~ as °~ go 0 0 I I 0 0 0 I I 0 0 0 2 0 6 0 0 2 0 6 0 0 2 0 6 0 0 2 0 6 0 I 4 0 6 0 0 0 0 2 0 0 I I 0 0 0 I I 0 0 0 I 1 0 0 0 1 1 0 Page (I 0 of 4~ • Cdy Monument Signs, Lirwar Medan, Barrier and Fading Treatrtrents and Dublin Boukward Identity Marks Comtvctian Detail & EkmeM Location 2.64 Prepare CD Layout and Construction Plans 2.85 Prepare CD Comtnxtion / Instsllation Details 2.86 Prepare CD Planting Plans 2.87 Prepare CD Irrigation Flans 2.88 Prepare CD irrigation Details 2.89 Coordinate with Civil Engineer 2.90 'Coordinate with Signage Designer ' 2.9 I Coordinate with Swdural Engineer 2.92 Coordinate with Ekctrid Engineer Dublin Boukvarerd / Dougherty Read Gateway Improvement 2.93 Prepare CD Site Layout and Constructon Plans 2.94 Prepare CD Site Corutructiai Detaik 2.95 Prepare CD GaDeway Feature Details 2.96 Prepare CD Plarrting Plan 2.97 Prepare CD Irrigation Plan 2.98 Coordinax with Civil Engineer 2.99 Coordinate with Sigrsa};e Designrer 2.100 Coordinate with Ekxtrical Engineer 2. I O I Prepare 90% CD Specifications 2.102 Prepare 90% CD Cost Estimate 2.103 Quality Control / Quatily Assurance 90% set 2.104 MEETING I I : Meet with Gty to review 9096 set 2.105 Project Management ae o~ go • 0 0 2 0 8 0 0 2 0 8 0 0 4 0 16 I 0 8 0 16 0 0 0 0 2 0 0 I I 0 0' 0 I I 0 0 0 I I 0 0 0 I I 0 0 0 4 0 12 0 0 4 0 12 4 0 4 0 12 I 0 4 0 10 1 0 8 0 4 0 0 I I 0 0 0 I I 0 0 0 I I 0 I 0 6 0 0 I 0 4 0 0 4 12 0 0 0 4 0 4 0 0 2 0 8 0 0 Total Task 2c 19 13 87 13 Toraf Fee Task 2c ;2,796 ;1.490 ;6,970 ;877 RFUtA 90% Contract Doament Total S 19,614 Task 2d 100%CONSTRUCTION DOCUMENTS & BIDDING Bicycle & Pedestrian Safely ImprovemerMs (Bikeway widening, Storm Drain Grebe Alterations, ADA Curb Ramps, Sidevvalk widening, & Baiting) 2.106 Coordinate with Civil Engpieer 2.107 Coordinate with Signage Designer Streetscapelrrafic Catrting Improven~rtts (Dublin Bhd. blwn. San Ramon Rd. & Hansen Dr. and Donbn Wy.) 2.108 Prepare CD Site Layout and Constructon Plans 2.109 Prepare CD Site Comtiuction Detail 2.110 Prepare CD Site Construction Details -gateway feature 2. I I I Prepare CD Planting Plans 2. 112 Prepare CD Irrigation Plans 2.113 Prepare CD Imgation Detail 2.114 Coordatate with Gvil Eng¢reer 2. 115 Coordinate with Signage Designer 2.116 Coordkti3te with Stnxtural Engineer 2.117 Coordinate with Electical En~nea- Dublin BART Corridor Enhancements Combined Scope of Work 6/.~ 18007 132 ;7,478 0 0 2 1 0 0 0 2 I 0 0 0 2 0 4 0 1 4 0 8 4 0 4 0 8 0 0 I 0 4 0 2 6 0 6 0 0 0 0 4 0 0 7 I 0 0 0 2 I 0 0 0 2 I 0 0 0 2 I 0 Page (I I of 4~ - - 0~1 ~ __ ~~~~ • Cdy Monument Signs, Linear Medan, Barrier and Racing Treatrnerrts and Dublin Boulevard Identity Marker Constructiat Dcta~s & Element Location 2. 118 Prepare CD Layout and Construction Plans 0 0 4 0 8 2.1 19 Prepare CD Cons[rtxtion /Installation Detach 0 I 4 0 8 2.120 Prepare CD Planting Plans 0 0 4 0 8 2.121 Prepare CD Ircigation Plans I 0 8 0 8 2.122 Prepare CD Imgation Details 0 0 0 0 2 2.123 Coordinate with Gvit Engineer 0 0 2 I 0 2.124 Coordinate with Signage Designer 0 0 2 1 0 2.125 Coordinate with SUVCtural Engineer 0 0 2 I 0 2.126 Coordinate with Electrical Engineer 0 0 2 I 0 Dublin Boulevard / Dougherty Pnad Gateway Improvement 2.127 Prepare CD Site Layout and Construction Plans 0 0 4 0 8 2.128 Prepare CD Site Construction Details 0 0 4 0 8 2.129 Prepare CD Gateway Feature Details 4 0 4 0 8 2.130 Prepare CD Ranting Plan I 0 4 0 8 2.131 Prepare CD Irrigation Ran I D 16 0 8 2132 Coordinate with Civil Engineer 0 0 2 I 0 2.133 Coordinate with Signage Designer 0 0 2 I 0 2.134 Coordinate with Electrical Engineer. 0 D 2 I 0 2.135 Prepare 10096 CD Specficatioru 0 4 12 0 0 2.136 Prepare 100% CD Cost Estimate 0 4 12 0 0 2.137 Quality Contrd /Quality Assurance 100% set 4 24 0 0 0 2.138 MEETING 12: Meet with Gty m review 100% set 4 0 4 0 0 2.139 MEETING 13: Meet with MTC to review 100% set 4 0 4 0 0 Biddhg & ConlractAward 2.140 Respond to Gient/ City plan dtedc comments, revise dwgs as necessary 0 0 8 0 24 2.14 f Issue Bid Set 0 0 4 0 B 2.142 Review and comment on bids 0 2 2 0 0 2.143 Respond 1b requestlor darifications 0 0 4 0 B 2.144 Project Management 2 0 8 0 0 Total Task 2d 25 38 153 13 148 Total Fee Task 2d $3,682 x,356 $12,258 $877 $8,384 WiN1100%ConlractDoamentTotal $29,558 Task 3 CONSTRUCTION SUR'ORT 3. I RESpond m RFIs and issue ASIs 0 0 24 0 24 3.2 Review shop drawings and submittals 0 0 16 0 0 3.3 Construction observation - site visits and field reports (6 visits total} 6 6 T2 0 3.4 Project Management 2 0 8 0 0 Total Task 3 8 6 120 0 24 Total FeeTask3 $1,178 $688 $9,614 $0 $1,360 RFW~ Construction Admirhstration Support Total $12,840 Dublin BART Corridor Enhancements Combined Scope of Work 6/2 I X2007 Page (I 2 of 47) ~~ ~~+ ~~ - - ~ ~ ~ Task 4 ENVIRONMENTAL DOCUMENTS 4. I Coordinate with Environnxntal Assessment conwttarHS I 0 8 0 0 4.2 PrnjeR management I 0 I 0 0 Total Task 3 2 0 9 0 0 Total Fee Task 3 .5295 SO 5721 50 50 RF41AConstructionAdministration5upportTotal SI,016 PHASE II TOTAL s1t2S167 TOTAL RHAA LABOR $170.885 ADDITIONAL REIMBURSABLES Estimated Reimbwsables - pkNting, printing, oHemight messenger and mileage 58:000 RFIAA GRAND TOTAL 5178,885 Ewrhxions/Aswmptiorss I . Additional meetings beyond those lisped wiB be charged as extra on a T&M basis 2. Presentation models not induded 3. Water feaWre design not inclu~d 4. Artist selection/ Coordinate not induckd Dublin BART Corridor Enhancements Combined Scope of Work 6/Z I x.007 Page (i 3 of 4~ - . a~i .~ CONSULTANT SCOPE OF WORK SUMMARY BKF Engineers ' F e to $88,074 Optional task fee $5,000 Deliverables summary Aerial flight survey 2 Topographic survey 3. I "=40' Layouts at 3d% PS&E . 4. Grading plans at 30% PS&E 5. Construction detaik at 60% PS&E 6. Project specifications at 60% PS&E 7. Construction staging plans 8. Cost estimate at 60% PS&E 9. 90% PS&Eplans 0. Cost estimate. at 90% PS&E . Project specifications at 90% PS&E 12. Bid package for Encroachment Permit and E-76 Meeting summary Project Kick-off. 2. City staff meeting at 30% F'S&E 3. City staff meeting at 60% PS&E 4. City staff meeting at 90% PS&E 5. Team meetings. as needed • • 30 ~~ ~0 ~~ ,~ S~~ Task 2a: 30% Cor~strucdon Documents For Dublin Boulevard from Hansen Drive to San Ramon Valley Boulevard and along Donlon Way, field survey will be conducted to prepare for the aerial mapping. An aerial map will be provided for the subject area. The City needs to verify vertical and horizontal datums of the aerial mapping as the current standard contradicts the existing work performed on Donbn Way. BKF will revisit the site, perform field investigations and review all available documentation. RHAA will provide existing documentation and as-buihs to BKF with the exception of utility as-bunts which BKF will obtain from utility owners. Devebped aerial mapping or existing GIS mapping, will be Supplemented with existing right of way information, obtained utility information and supplemerrtal topographic survey. Topographic survey inforrnation will be limited to confirming grades for conform and ADA compliance. Minimal survey information will be obtained to establish existing visible features; it is anticipated that these features can be obtained or verged via site visits by architect or engineer. For the 30% drawings, constrxtion sheets will be deveoped to identify where catch basin grates, bus shelters and curb ramps are to be replaced. Proposed curb lines for proposed medians and bulbouts within West Dublin will be defined. The back of walk will be defined for the sidewalk widening proposed abng Donbn Way and fronting the flood control canal in the vicinity of SR 680. BKF will not evaluate the integrity of or perform anystructural work related to any proposed improvements. Angled parking and conceptual grading and limits of reconstruction will be deveoped which will identify proposed drainage patterns where effected. The grading plan will not be limited to maintain drainage flow but wilfaddress compliance with ADA requirements. For the Dublin/Dougherty Gateway Enhancement, BKF will assist in the development of constnxtion drawings to include the irntallatbn of curb, gutter and sidewalk and establishment of rough grading for the site. It is assumed that these drawings will be incorporated into the Dublin BART Station Corridor Enhancement contract documents. For the civil improvements oudined above, an outline of the specifications required and an order of magnitude cost will be devebped. Task 2a Dei~erables • Aerial Mapping for Dublin Blvd between Hanson Dr to San Ramon Valley Blvd &Donbn Way • Aerial mapping for West Dublin and existing Gty GIS mapping for East Dublin will be supplemented with the folbwing: o Existing City right of way line established from existing City as-buitls (no right of way /boundary resolution will be conducted for the ProJ~) o Existing utilities as provided by utility as-bunts o Information obtained through supplemental survey • Construction Sheets identifying the folbwing: o Catch basin grates to be replaced o Bus Shelters to be replaced o Curb ramp construction o Sidewalk widening limits abng Donbn Way~and fronting the flood control canal in West Dublin o Curb line for the median abng Dublin Boulevard from Hansen Drive to San Ramon Valley Boulevard o Curb line for bulbouts at Dublin Boutevard/Donbn Way intersection o Limits of pavement reconstruction/conceptual grading limits o Angle parking along Donbn Way o Dublin/Dougherly Gateway curb, goiter, sidewalk and rough grading • Outline of civil specifications • Order of magnitude of cost estimate for civil eiemer~ts Task 2b. 6096 C.oratrtxtion Docurt>crtts BKF's 30% PS&E will be refined and further developed to a 60% design level. All components of the civil engineering design for the final design plans, specifications and estimate will be included during the 6096 phase. In addition, stage construction drawings will be provided for the phased work. Task 2b Delivverables • Corutruction Sheets updated for 60% design. Design elements addressed will consist of the folbwing: o Catch basin grate reconstniction and corresponding pavement conforms o Bus Shelters to be replaced o Curb ramp construction and grading o Median construction akxig Dublin Boulevard from Hansen Drive to San Ramon Valley Boulevard to consist of curb alignment and grading o Bulbout construction at Dublin Boulevard/Donbn Way intersection to include grading and drainage modificatioru if necessary o Sidewalk widening /reconstruction along Donbn Way and fronting the flood control canal in West Dublin Dublin BART Corridor Enhancements Combined Scope of Work 6/2 I /2007 Page (I 5 of 4~ _ .31 ~f ~~ • ~ o Mgle parking abng Donlon Way o Dublin/Dougherty Gateway curb, gutter, sidewalk and rough grading • Stage Construction Drawings. • Specifications for civil elements • Cost estimate for civil elemenrts Task2c: 9096 CArutruction Daaxnerds For the 90% PS&E, BKF will resolve and incorporate the design comments resulting from the 60% submittal review. Constnxtion details for the civil elemer~ will be completed as part of this phase of the design process. Cost estimates and specifications will be updated. Task 2c Deiverables • Updated civil construction plans, civil specificatbn and civil cost estimate Task 2d: 1009b Construction Documerrts Upon receiving final review commerm from Caltrans, MTC and the City, BKF will incorporate or resolve civil comments received as a result of the 90% submittal. All aspects of the design will be finalized at this point in order to prepare a complete set of final bid documents for advertisement. The cost estimate will be updated and formatted to its final form. Task 2d DeCnerabks • Final civil construction plans, civil specification and civil cost estimate Task 3: 100% Cor-strtxtiort Support For construction support services, BKF will be available to attend site visits, respond to RFI's and review submittals for the civil improvements. Task 3 Deliverables • Respond to RFIs • Review submittals (assumed to be limited to 2) • 2 S'me visits Dublin BART Corridor Enhancements Combined Scope of Work 6/L I lZ007 Page (I 6 of 4~ - 3~ b~ . _ ~ ~ BREAkDONT! SUM/K4RY Of PiRO/EY.T SGYJI°FAII fD ffi9~RT fadand WaYLV~6~in BartStrDar Ca»a6r6ihancamart Task I 30% Plans Specfications & Estimate (PS&E) Task 2 6096 Plans Specifications & Estimate (PS&E) , Talc 3 9096 Plaru Specifications & Estimate (PS&E) . Task 4 100% Rans Specifications & Estimate (PS&E) Task S Construction Support TASK PIC PM Eng III Eng II Eng I Eng Tedt C k:rivl SurvTesm Total Car E S S 5 S S S S Rate~hr 182 148 125 110 97 108 55 343 Hours Task I 6 30 10 35 24 16 0 40 16 t 1e,+oe Task 2 7 37 28 64 46 34 4 0 220 15,6++ Task 3 3 22 20 20 22 24 0 0 III 13.118 Task 4 2 17 13 7 13 9 0 0 61 ~,5os Task 5 I 10 6 0 0 0 0 0 17 1,662 BKF 19 116 77 126 105 83 4 40 570 Subtotal 53,458 517,168 $9,625 513,860 510,185 58,964 5220 $13,720 f n,+5o Subtotal - Prdessional Services (BKF E n.+so Reimbrrsade E> Computer/Pbmer 2.0% OfTotd Professional Services S i,3i2 Printing/Delivery .2.096 Of Total R Services S 1.312 Subtotal - ReimbursaWes E 161+ HJW Aerial Photogrammetrist S 8,000 Subtotal . S~ f Boon Base faa S Be,Q74 OpOOnalTask:CniretnaneNd~Oewayfeahre S ~ppp Grnd tohl BKF S 93,074 Talc L 30% Plm Soecificatiora & Estimate (PS& Task I . I CaNect and review available data, as-bunts, and reports Task 1.2 Perform aerial flight survey Task 1.3 Perform field site visits Task 1.4 Perform topographic survey Task 1.5 Prepare layouts (I ~=40') Task 1.6 Prepare Grading Plans Task 1.7 Coordaate Work witll Ardtihec[ Task 1.8 Meetings (I ) Task 1,9 Perform in-house quality control review TASK PIC PM En III En II I Tech Clerical Surv Tern Tot Hrs Caa Task L 1 2 2 6 10 51,048 ' Dublin BART Corridor Enhancements Combined Scope of Work 6/2 I /2007 Page (17 of 4~ r~ 33 ~~ ~' • • Task 1.2 2 2 10 14 3396 Task 1.3 2 6 4 12 ;434, Task 1.4 4 S 30 39 f11,432 Task L5 I 4 4 10 6 10 35 s4,o36 Task 1.6 I 4 6 10 8 6 35 S4.o4s Task 1.7 4 4 f59z Task 1.8 4 4 8 S43zo Task 1.9 4 4 fs9z SubOotal 6 30 10 35 24 16 0 ~0 161 S 2&408 Task 6096 Plans Snecifica6orn & Estimate (P~i&El Task 2. I Meeting (I ) Task 2.2 Irxorpor-ate 3096 Commons and Develop Plans to 60% Task 2.3 Prepare Corxtruction Detaih Task 2.4 Prepare ProjeR Specfications Task 2.5 Prepare Corstiuction Staging Plans Task 2.6 Cost Estimate Task 2.7 Perform in-Iwuse gwlity contrd review Tl1f V DI(' DM C.... 111 C... II G.. I G.. Tai. (L.i~.il G wi Tayn Trf 4Lc Task 2. I 4 4 8 43zo Task 2.2 2 I2 I6 40 32 16 t 18 ; i 3,3n Task 2.3 4 6 10 6 26 f 3,OS0 Task 2.4 8 4 12 S 4404 Task 2S I 4 6 14 10 12 47 S 5,330 Task 2.6 I 4 S f 536 Task 2.7 4 4 sn Srbeotal 7 37 28 64 46 34 4 0 220 f u,b4a Dublin BART Corridor Enhancements. Combined Scope of Work 6/21 lZ007 Page (I 8 of 47) ~ • T~Ic 3 9096 Plans . mom & Estima6e (PS&El Task 3.1 Meeting (Q Task 3.2 Incorporate 6096 CommeMS and Deveop Plaru to.9096 Task 3.3 Update and finalize project specifications and estimate Task 3.4 Perform in-hare. quality conlyd review Twcv pr c_..I c.... Ts.i. rl~:..~1 G.... T.e TM LJn r... Task 3.1 4 4 592 Task 3.2 3 12 12 20 18 24 89 X0,360 Task 3.3 2 8 4 14 i,Ge+ Task 3.4 4 4 sn Subtotal 3 22 20 20 22 24 0 0 III S i3,22e Task 4 100% Phru & Estvnate (p~yp Task 4. I Incorporate 9096 Canments and Develop Plans to 100% Task 4.2 Update and finaFze project spedfiutions and estrcnate Task 4.3 Perform in-hare quafity caved review Task 4.4 Irxorporak Remaining Comments from Caltrans and Submit Bid Paduige for EncroadwneM Permit and E-76 TAf V d!' pM G.. II G... I G.. Te..l. rl..~~l Gov Tnae~ TM 4be Task 4.I 2 9 7 7 9 7 41 f +,vlo Task 4.2 2 6 2 10 f i.2+o Task 4.3 4 4 f sn Task 4.4 2 2 2 6 f 706 Subtotal 2 17 13 7 13 9 0 0 61 f 2soe Task 5 Carntuction Suooort Task 5. I Respond to RFIs and issue ASk Task 5.2 Review shop drawings and submittals Task 5.3 Meetings and site visits TwfY p!` DM f... III G.. Ted rl~.:..1 f...v T~.w. TN 4Le TaskS.l I 4 2 7 f i.02+ Task 5.2 I 4 6 A6 Task 5.3 4 2 4 8+2 Subtotal I 10 6 0 0 0 0 0 17 f 2,662 Dublin BART Comdor Enhancements Combined Scope of Work 621!2007 Page (I 9 of 47) • • CONSULTANT SCOPE OF WORK SUMMARY O'Mahony & Myer ' Fee total $4$,830 Deliverables summary Lighting projections 2. Set of electrical and lighting constriction: documents 3. Specifications. 4. Package of Lighting Fixture Catalog Cuts for Specified Luminaires Meeting summary , Project Kick-off 2. City staff meeting at 30% PS&E 3. City staff meeting at 60% PS&E 4. City staff meeting at 90% PS&E 5. Team meetings as needed 3~ ~ ~~ DUBLIN FASTANEST BART CORRIDOR ENHANCEMENT PROTECT BASE FEE: This includes all of the Basic Work as we understand it, including complete Lighting Design and Electrical Engineering services to cover the lighting and paver systems we anticipate to be required for this Project. We have assumed the fdlowing Scope of Work: ~ SCOPE OF WORK: I . Design of new sign lighting systems, irxluding breach wiring, cornrols and mounting detaik, for illumination ti the selected new landscape features atone Entry Gateway Enhancement location. 2. Design of new in-grade or above-ground Lighting Systems, including branch wiring, controls and mounting deta~s, for four (4) groups of four (4) Monument Signs along the Corridor. 3. Design of new Lighting Systems, including branch wiring, controk and mounting details, for One New/Replacemern Bus Stop Shelter. We presume one Sheffer Design will be utilized for all of these new Shelters, and so we include the design of One Typical Shefer Lighting System only. 4. Design of new Lighting Systems, including branch wiring, controls and mounting details, for pedestrian walkways and sVeetscape improvements at the Dublin Historic Park at the terminus of the Dublin Corridor. 5. Design of new in-grade orabove-ground Lighting Systems, including branch wiring, contrds and mounting details, for seven (7) ID marker sign clusters (6 to I 0 markers per cluster), likely located in roadway medians along the Corridor. 6. Design of branch wiring connections for miscellaneous new irrigation controllers and other devices requiring electrical connection, and various locatiors along the corridor. 7. Attend five (5) Design Meetings at RNAA Offices in San Francisco. 8. Prepare preliminary, interim and final Electrical and Lighting Cost Estimates. 9. Review Existing As-Built Electrical Document of previous projects crnrering the areas included in the Project, to become familiar with existing Systems. 10. Prepare Lighting Projections to verify the performance of the Sign Lighting Systems Design we will propose at the new Gateway Enhancement , Monumern Signs at the East and West Entrances to Dublin Blvd. 1 I . Vsit the Project Site to verify existing conditions. 12. Coordinate with RHAA, other Project Consukarrts and Gty ofDublin Project Representatives. 13. Prepare a complete set of Electrical and Lighting Construction Documerns, including Drawings and Specifications. 14. Prepare a complete package of Lighting Fixture Catalog Cuts for all Specified Luminaires. 15. Review Lighting and Electrical Submittals during the Construction Phase. 16. Respond to Contractor Questions during the Construction Phase. 17. Assist in preparation of Change Orders and responses to RFI's during the Constnxtion Phase. 18. Three Visits to the Project Site, including Final Review, during the Construction Phase to observe the electrid construction worir under way. 19. Prepare Electrical Punch Letters alter each Constnxtion Phase Site uKits. 20. Review Contractor-Prepared As-Bulk Electrical Drawings at completion of Conswction. ASSUMPTIONS: I . There will be rno new Pedestrian Walkway, Parking, Roadway, Streetscape, Decorative Landscape, Directional Sign or other Lighting Systems required as part of the Project, other than as detailed in the Scope of Work above. 2. There will be no Paver Connections required for Major Equipment, such as motors, pumps, etc.; we assume paver provisions will be limited to supplies to new Monument, landscape feature, ID Sign, walkway, Bus Shelter and misc. Lighting noted above, and Irrigation Controllers) connections. 3. There will be no new Electrical, Telephone or CAN Utility Services required for the Project; we assume that arty and all branch circuit power will !x; derived from existing systems (or new systems designed under other Contracts' Scope of Work); we will design these new branch circuits as part of our Basic Services, but exclude any new Main Utility Services as part of THIS Project. 4. We have not included design of any Security, Telephone, Data, Audio~sual, Public Address or other Signal Systerns in our Basic Services Scope of Work: 5. We have not included design of any Emergency Lighting or Power Systems. 6. We have not included design of any Traffic Signal or Control Systems. 7. We have not included any Value Engineering Work, other than our responsibility to keep Electrical Designs within established Project Cost Budgets. ADDITIONAL SERVICES: I . Any work not listed above. 2. LEED-related services. 3. Changes, other than typical minor adjustments, in Project Landscape/Hardscape, Signage or Lighting Designs after approval of Design Devefopmern Schemes. 4. Design of Photovoltaic and associated Systems. 5. Major Modifications to or Redesign of hosting Electrical Services or Distribution Systems required due to inadequate system(s) capacity to accorrxrrodate the new Work. Dublin BART CorTidorEnhancements Combined Scope of Work 621/2007 Page (2 I of 4~ DUBLIN EASTANEST BART CORRIDOR ENHANCEMENT FEE PROPOSAL SPREADSHEET: l*' Prindpal PleterColenbrander Senior Engineer ~ Michael Mindeman Engineer Junette Kushner Lighting Designer Tammy Costanza CAD Manager Talmadge Vessels 31.D f <~ Date: March 23, 2007 CAD Drafter Lynn Nichols BY~ JPM Admin. Melissa Daniels ASSUME NO TRAFF/C CONTROL WORK! TASK DESCRIPTION Principal Senior Eng'r Engineer Ltg. Des'r CAD Mgr. CAD Drafter Design Development Phase prepare prelim. coat estimate 2.0 4.0 6.0 site visit to vent' existing conditions 8.0 2 meeflngs with diets 8 RHAA 4.0 4.0 Coordination w/Cansultants/RHAA 3.0 2.0 2.0 2.0 Coordination wlCity Eng'rs & Reps 2.0 1.0 1.0 Coordinaton w/City Vendors 1.0 1.0 Coord. W/ Fixture Mtgrs. 2.0 Develop Aftemative Lig. Concepts: Park Parking Lot 0.5 1.5 Donbn & Dublin Streetscape ®Park 0.5 2.0 Gateways accent & flags 3.0 Median ID marker sign dusters 2.0 Prepare fixture tx~ochure 4.0 lighting calculations 4.0 prepare electrical spedflcations 2.0 2.0 DD Drawings: E1: Symbols, Notes, Schedules 2.0 2.0 1.0 3.0 E2: Site Plan (Hist Park) -Electrical 1.0 1.0 2.0 3.0 4.0 E3: Site Plans (Gateways) -Electrical 2:0 1.0 2.0 4.0 3.0 5.0 E4: Site Plans (Marker Clusters) -Electrical 1.0 1.0 1.0 4.0 5.0 E5: Removed by RHAA per OM&M 0.0 0.0 0.0 0.0 0.0 E8: Single Line Diagram, EIeVs, Sched's 0.5 0:5 3.0 3.0 E7: Details 1.0 2.0 4.0 3.0 SUBTOTAL (HOURS) 18.60 21.60 18.00 49.50 3.00 23.00 RATE ;190.00 ;126.00 5110.00 5125.00 ;95.00 ;85.00 SUBTOTAL (DOLLARS) ;3,515.00 52,687.50 51,780.00 ;8,187.60 ;28b.00 ;1,955.00 ;18,390.00 Contingency ;1,639.00 PHASE TOTAL ;18,029.00 TASKpESCRIPTION Principal Pro). Eng'r Elect Des'r Ltg. Dear CAD Mgr: CAD Drafter Constructlon Documents prepare final cost estmate final luminaire schedule prepare final fixture brochure lighting calculatons nreelings caordinatan prepare final elecUical spedficatans 7.0 1.0 5.0 4.0 8.0 4.0 8.0 2.0 2.0 3.0 2.0. Dublin BART Corridor Enhancements Combined Scope of Work 6R I /2007 Page (22 of 47) project review by prinapal Prepare Exterior T-24 CaICs Construction Drawings: E1: Symbols, Notes E2: T-24 Documentation E3: Fixture Schedule E4: Site Plan (Hlst Park) -Electrical E5: Site Plans (Gateways) -Electrical Ee: Site Plans (Marker Clusters) - EIeCVk;al E7: Removed by RHAA per OM&M E8: Control Diagrams E9: Single Lines E10: Panel Schedules E11: Details E12: Details 3UBTOTAL(HOURS) RATE SUBTOTAL (DOLLARS) TASK DESCRIPTION SiEe visits -Interim (2) Final Site visit Review Shop Drawings Revvew As-BuiR Drawings Respond td Contractor Questions Change Orders Clarifications SUBTOTAL (HOURS) RATE SUBTOTAL (DOLLARS) • 2.0 8.0 2.0 1.0 1.0 2.0 2.0 8.0 4.0 2.0 8.0 B.0 2.0 B.0 4.0 0.0 0.0 3.0 4.0 1.0 4.0 1.0 4.0 1.0 2.0 4.0 1.0 3.5 4.0 2.00 18.00 45.50 51.00 5790.00 5125.00 5110.00 :125.00 5380.00 SZ,250.00 =5,005.00 56,375.00 ~~ ~~ ~~~ • 3.0 3.0 3.0 8.0 7.0 7.0 0.0 5.0 4.0 4.0 5.0 5.0 0.00 54.00 595.00 585.00 50.00 54,590.00 578,600.00 Contingency 51,841.00 PHASE TOTAL 520,441.00 Principal Prof. Eng'r Elect. Des'r Ltg. Des'r CAD Mgr. CAD Drafter 4.0 4.0 4:0 4.0 1.0 2.0 4.0 1.0 1.0 2.0 4.0 4.0 4.0 2.0 4.0 4.0 3.0 2.0 4.0 4.0 4.0 0.00 16.00 14.00 26.00. 0.00 11.00 5190.00 5125.00 5110.00 5125.00 585.00 ;86.00 50.00 52,000.00 51,540.00 53,125.00 50.00 S835.00 57,600.00 Corrtlngsncy 5760.00 PHASE TOTAL 58,960.00 PROJECT LABOR TOTAL :48,830 REIMBURSABLES 52,000 TOTAL PROJECT FEE: K8,830 Dublin BART Corridor Enhancements Combined Scope of Work 6/2 I /2007 Page (23 of 4~ ~ ~~. CONSULTANT SCOPE OF WORK SUMMARY Square Peg Fee total $37500 Deliverables summarX I. Preliminary design sketch pack 2. Preliminary location plans and message schedules 3. Design development drawings-for signing elements in Illustrator CS on Mac OS X platforrn - CD and three (3) hard copies, "x 17" format 4. Location Plans -CAD 2000, CD and three (3) hard copies..` 5. Message Schedules - Microsoft Word, CD and three (3) hard copies Meeting summary Project Kick-off 2. City staff meeting to review concept alternatives 3. City staff meeting to review revised concept. altematives 4. Council Preserrtation of Gateway concept altematives, signage, historic park 5. City staff meeting to review Draft Design 6. City Council Presentation of Draft Design. 7. City Council Presentation to Arts Commission 8. City staff meeting to review Final Design. 9. C'dy Council Presentation of Final Design I0. Team meetingsas needed . • ~ DUBLIN STREETSCAPE SIGNLNG PROPOSAL FOR: SIGNING AND GRAPHICS Revised March 20, 2007 SQUARE PEG DESIGN 5515 Doyle Street Suite 15 Emeryville, California 94608 www.sgpeg.com mike a.sq~c~.com Dublin BART Con-idor Enhancements Combined Scope of Work 6/1 I /L007 Page (25 of 4~ III b~ ~~ • ~ SCOPE O F WORK Based on the RFP and experience with other projects with similar requirements, we anticipate the scope of work will. include: • Main Gateway Entry Feature design coordination with RHAA • Main Gateway Entry signing component • City Entrance Identity Signing • Bikeway Directional Signing • Gateway Enhancement/Gateway Feature • Identity Markers • Bridge Railing Enhancements • Misc Signing Dublin BART Corridor Enhancements Combined Scope of Work 6212007 Page (26 of 4~ . • • PROCES S-ENVIRONMENTAL GRAPHICS PHASE 1 Meet with Client and consultants to review the project goals, SCHEMATIC design.concept, program criteria, architectural, cultural and historical, influences. Conduct local research and site visit Collect all relevant data available for the Project to include: Architectural plans and drawings. Existing design themes and details Details of architectural elements Develop design directions for the project identity and sub- identities for review and approval. Develop design concepts for major project signing and graphic elements. Develop preliminary programming of sign locations and messages. Step Result -Approved signing & graphics schematic design Phase Deliverable -Schematic design sketch pack w/preliminary locations -Preliminary location plans and message schedules Dublin BART Corridor Enhancements Combined Scope of Work 6/2 12007 Page (27 of 4~ • PROCESS-ENVIRONMENTAL GRAPHICS PHASE II DOCUMENTATION AND BUDGEETING Dublin BART Corridor Enhancements Combined Scope of Work • ~--I3 Prepare design intent documentation drawings sufficient in detail to facilitate bidding and fabrication by a gtialified sign fabricator. Coordinate all sign sizes, locations, power and structural requirements with the design team. Document design details for all sign types.. Specify and document signing colors, illumination and materials. Write performance.specifications for all signing colors, illumination, materials and installation as required. Finalize typography. Finalize sign location. plans and message schedules. Produce final set of documentation drawings for signing and graphic elements. Assist in preparation of fabrication estimate Phase Result -Final documentation package for bidding and fabrication. DELIVERABLE At the completion of the documentation phase, we will deliver to the Client the following documentation: Design development drawings for signing elements in Illustrator CS on Mac OS X platform- CD and three (3) hard copies, l 1" x 17" format Location Plans -CAD 2000, CD and three (3) hard copies Message Schedule -Microsoft Word -CD and three (3) hard copies 6212007 Page (28 of 4~ ~r . _ ~ PROCESS-ENVIRONMENTAL GRAPHICS PHASEIII Prepare bid documents. CONSTRUCTION ADMINISTRATION Respond to fabricator questions during bid period. Prepare modifications to documentation and issue addenda as may be required. Assist client in evaluating bids and selecting the fabricator Review all proposal submittals and assist client in contracting with the successful fabricator. Conduct fabrication kickoff meeting with selected fabricator. Review all fabricator shop drawings. Review all. fabricator color brush-outs, sign samples. Review fabrication process through completion on a periodic basis. Provide offsite review at production facilities to insure quality control. Analyze final installation, make adjustments and revisions. Upon completion, conduct a final. review of project and prepare punchlist and coordinate adjustments. ~_,~~ ~ ~ Dublin BART Corridor Enhancements Combined Scope of Work 6/Z I /2007 Page (29 of 4~ 4 DESIGN FEES Professional fees for design, of the signing and environmental graphic program outlined above are broken down as follows: EXTERIOR SIGNING Phase I -Design Concept $12,000 Phase II -Documentation and Budgeting $15,500 Phase III -Construction Administration $ 3,500 City Council/Staff Meetings x 8 $ 5.000 Total $35,500 REIMBURSABLE Note: Fees stated above assume design and documentation will be EXPENSES completed within six months. SPD has allowed for a total of 8 meetings /presentations to the city of Dublin, staff and council, for review and approvaLby the Signing and Feature program is included in the fees stated above. Should additional meetings be required, Square Peg will provide them on a T&M basis . Reimbursable fees are not included in the fees stated above. Reimburseable expenses are estimated not to exceed, $ ?,000. Reimburseable expenses include: • Mock Ups and Samples • Travel Expenses • Illustrations & Renderings • Phase Deliverable Production expenses • Reproduction expenses • Messenger and Delivery • Professional photography and Stock photography use fees. MEETINGS SPD has allowed for the following meetings, should additional meetings be required, SPD will providee on a T&M basis. 2 meetings in the Phase 1 design stage with RHAA 2 meetings in the Phase 2 CD stage with RHAA 5 staff meetings (2) in Phase 1, (3) in Phase 2 3 city council presentations Dublin BART Corridor Enhancements Combined Scope of Work 6R ~ /2007 Page (30 of 4~ . y~~~~~ ~ • BILLING RATES Additional services, if required, will be computed on an hourly basis based on the following rate schedule: • :Principal $186.00/hr • Senior Project Manager $103.00/hr • Senior Designer $90.00/hr • Designer $65.00/hr • Production $60.00/hr These rates are subject to revision on an annual basis. QUALIFICATIONS Design fees will be paid monthly on a percentage complete. basis. All fees quoted are in US dollars. Travel expenses will be paid within 34 days of receipt. Travel expenses will be billed at cost and are not included in the fee or reimbursable expenses described above. All international air travel will be business class. All expenses for accommodations, transportation, meals and incidental expenses will be reimbursed at cost. TERMS OF Invoices are due and payable to SPD immediately upon receipt. Any PAYMENT payment not received within thirty (30) days from receipt of invoice will be deemed .delinquent. If payment to SPD is delayed more than 60 days after receipt of invoice, SPD will temporarily suspend work until account is brought current. This proposal is based on the "state of the project'' as it exists or is planned to be at the date of this proposal. Revisions in the project after this date which require additional planning, design or specification time will be billed as an additional service. .Engineering services fees including electrical and structural. work are not included in this proposal. Dublin BART Corridor Enhancements. Combined Scope of Work 62 I /2007 Page (3 I of 4~ • • y7 Df So SALES TAX AND OWNERSHIP Unless otherwise stated, all taxes are the responsibility. ofthe owner and are excluded in this proposal. Under regulation of the State of California Board of Equalization, should the client wish to retain ownership of designs and drawings, state sales tax will assessed to all fees and expenses incurred on projects located in California as well as out-of--state projects where the majority of its work is delivered within California. All California sales tax is in addition to the above stated fees and expenses and will be added to all in-progress and final billings should client desire ownership of the designs and drawings. Until which time client provides written notification to SPD requesting ownership of all designs and drawings, ownership and title of all drawings and artwork; including all preliminary concepts and visual presentations, .generated. in the development of the final design remains with SPD at all times. Dublin BART Corridor Enhancements Combined Scope of Work 6121/1007 Page (32 of 47) .. y~ ~ ~ . • ~ CONSULTANT SCOPE OF WORK SUMMARY Endres Ware Fee total $21,625 Deliverables summary I . 30% structural CD package 2. 30% cost projection and value engineering 3. 30% outline specifications and project manual 4. 60% structural CD package 5. 60% cost projection and bid schedule 6. 90% structural CD package 7. 90% cost projection and bid schedule 8. 90% updated specifications and project manual 9. 100% cost projection and bid schedule 10. 100% CD package Meetingsummary Project Kick-off 2. City staff review of 90% CD 3. Team meetings as needed Dublin BART Corridor Enhancements. Combined Scope of Work 6/2 I /2007 Page (33 of 4~ • • WEST DUBLIN BART STATION COPAIDOR ENHANCEMENTS PROPOSAL SCOPE OF SERVICES: STRUCTURAL DESIGN ttertized Task and Eee Summary Task Ins ArdritecVErkgtineer hrs Tedt Olfice hrs Drafting Sub-Total $ 140 $ 125 $ 80 SCHEMATIC DESIGN SERVICES Task I 30%CgrxttixtionDocuments I.2 Review E>asting Materiak Endres ware 2 E 280 2 $ 250 2 $ 160 $ 690 1.3 Field Investigation Endres Ware 3 $ 420 3 $ 375 $ - $ 795 1.4 Prepare Structixal Plans Endres Ware 4 $ 560 4 $ 500 8 $ - 640 $ 1,700 1.6 Prepare and Submd Design Peview (30% CD) Padkage .Endres Ware 2 $ 2B0 4 $ 500 4 $ 320 $ I , 100 1.7 Initial Cost Projection and Value Ertgir~ing PEView Endres Ware 4 $ 560 4 $ 500 0 $ - $ I ,060 aiern Review Period aiern $ $ $ $ Sub-Toal $ 4,655 CONSTRIX'iION DOGUMENiS Task 2 6G%Constructim Dockxrerrts 2.1 Prepare Stnuual Plaru Endres Ware.. ~ 8 $ 1,120 8 $ 1,000 B $ 640 $ 2.76D 2.2 Outline Spedfikatiora /Project Marwal Endres Ware 2 $ 280 8 $ 1,000 0 $ - $ I ,280 2.3 Cost Projection /Bid Srheduk Endres Ware 2 $ 280 4 $ 500 0 $ - $ 780 2.4. In house Plan Q~eck Endres Ware 2 $ 280 0 $ - - 2 $ 160 $ 440 2.5 Sutxnit 6C% Castruction Downerns Pacage (I) .Endres Ware - 2 $ 280 4 $ 500 4 $ 320 $ I ,100 • aiern Peview Period aunt Sub-Total $ 6,360 Task 3 90% Cornatxbm Documen5 - 3. I Prepare Stnctural Ptarrs Endres Ware 4 $ 560. 4 $ 500 8 $ 640 $ 1,700 3.2 Updated Spec6atiohs / ProjeG Manual ~ Endres Ware 4 $ 560 4 $ 500 0 $ - $ 1,060 3.3 Updated Cost Frojeabn !Bid Sdxdule Endres Ware 2 $ 280 4 $ 500 0 $ - $ 780 3.4 In house Plan Check Endres Ware 2 $ 280 0 $ - 4 $ 320 $ 600 3.5 Subrrxt 91796 Carrstruction Docurrerns Package (I) Endres Ware 2 $ 2B0 a $ 500 8 $ 640 $ 1,420 3.6 Cfent Review Period aient DoomxrRS Peview Meeting wl Cfern Endres Ware 3 $ 420 $ $ $ 420 Sub-Total $ 5,980 Task 4 10096 CkxMnxtbn Documerns /Bid Set. . 4.1 Firelize all plans and speoTiratiors Endres Ware 2 $ 280 4 $ 500 8 $ 690 $ I ,420 4.2 FnaAm Cast Projection /Bid Sdteduk Endres Wane 4 $ 560 4 $ 500 0 $ - $ I ,060 4.3 SuGrw[100%Cornyuctiort.Douvnerrts Padkaee (I) Endres Ware 2 $ 280 2 $ 250 4 $ 320 $ B50 Sub-Total $ 3,330 $ 20,325 SubtoW Endres Ware LABOR DirectCosts / Peirttxrsable E~erxes (T.B.C).) TOTAL Endres Ware $20,325 $1,300 $21,625 Dublin BART Corridor Enhancements Combined Scope of Work 6/2 I /2007 Page (34 of 4~ . . S o o~ So • • TES: $ubmidak includes ene (I) lull sia copy and orx (I) half size mpy of drawings and one.(I)WPY d Spedficatlor5 / Prolact Manual I) and ekrtronk copies as raquin?d. _ 2) PeirTibursable E~rrses see attadred sunrrwy. SERVICES TO BE PROVIDED BY OTHERS: I . CADD diawingi of ap ebsting or propped base stnxtures.. - 2. Maneriah testing and irrspection services. 3. GeotecMuol services. 4. Owrxr Suppled Data Coordina0on. 5. Civil Design. 6. ErrviorrrenW Studies and Reports. 7. Derailed Cost Estimating. 8. CM~Sile ful Tirne Pn~ject PepresenraGOn. 9. Record or AsBuik Drawing. - 10. Landscape Anduhe<hral design. I I . Flood Control. Dublin BART Corridor Enhancements. Combined Scope of Work 6/Z I ~2OO7 Page (35 of 4~ CONSULTANT SCOPE OF WORK SUMMARY . David J, Powers Base fee total - $6,650 Optional task fee $ 15,000 Deliverables summary I . Signed-off, completed notice bf CEQA Categorical Exemption filed with County. Clerk and'State Clearinghouse 2. (Optional, only if necessary) Initial. Study /Mitigated Negative Declaration MeetingsummarX Project Kick-off 2. City staff meeting to review revised concept aftematves 3. City staff meeting to review Draft Design 4. City Council Presentatiorrof Draft Design 5. City staff meeting to review Fina( Design 6. Team meetings as needed... S a ~,'~ ~~ _ ~~ ~ ~ ®®~ DAVID J POWERS ®~ :. ®®~ March 26, 2007 Aditya Advani Royston Hanamoto Alley & Abey 323 Geary Street, Suifie 602 San Francisco, CA 94 102 RE: EAST AND WEST DUBLIN BART STATION CORRIDOR ENHANCEMENT PROJECT Dear Aditya: Thank you for contacting me last week. As you requested, David J. Powers & Associates (DJPA) is pleased to provide you with this scope of work to prepare the environmental document necessary to satisfy the requirements of the California Environmental Quality Act (CEQA) for the East and West Dublin. BART Corridor Enhancement Project. Please also find enclosed the following: our company profile, staff resumes, references, and a charge rate schedule. It is our understanding that the project consists of transportation enhancements on two transit corridors: the East Dublin BART Station corridor and the West Dublin BART Station corridor. Overall, the two projects will provide a variety of transportation mode improvements, including enhancements to pedestrian, transit, and bicycle facilities. In addition, streetscape improvemer~ will be made to Dublin Boulevard in order to enhance and strengthen the design in accordance with tho City of Dublin St~etscape Masit'r Plan. The attached scope of work is based upon a review of the information you provided, a conversation with City staff, and DJPA's experience on projects of similar magnitude in the area. Please do not hesitate to call, shoukf you have anyquestions regarding this proposal or if there is any additional information you need. I will send an original to follow in the mail. Thank you again for considering us for this work, and we look forward to working with you. Sincerely, John Schwarz Principal Project Manager /attachment Dublin BART Corridor Enhancements Combined Scope of Work 62 I /2007 Page (37 of 47) ~ ti S,~ ~. ~ ~ SCOPE OF WORK Based on the information we have at this time, David J. Powers & Associates (DJPA) anticipates that the proposed transportation mode enhancements to the .East Dublin and West Dublin BART Station corridors will qualify for a Categorical Exemption (Cat Ex) under the California Environmental Quality Act{CEQA) and under Sections 1530 I and 15304 of the CEQA Guidelines. Therefore, DJPA proposes to prepare and file the CEQA Notice of Exemption. DJPA also proposes to coordinate the processing of the Cat Ex with City staff and the project team. The assumptions and specific tasks included in this scope of work are described below. ASSUMPTIONS This scope of work includes the following assumptions: • The proposed enhancemenrts will not result in any significant traffic or circulation impacts. • The proposed enhancemer~ will not result irr any significant impacts to the historic integrity of any structures along the alignment. • All work to comply with the National Environmental Policy Act (NEPA) will be completed by Caltrans staff. • .Because no work will occur within any channel, regulatory permits will not be necessary from the U.S. Army Corps of Engineers (Corps), the Regional Water Quality Control Board (RWQCB), and the Caifomia Department of Fish and Game. SCOPE OF WORK DJPA proposes to prepare and file the CEQA Notice of Exemption. DJPA also proposes to coordinate the processing of the Cat Ex with City staff and the project team. Based upon the assumptions listed above, it is anticipated that this scope of work will include the following tasks. I.0 Meetings/~Coondination DJPA will conduct a site visit to evaluate and document the existing project site conditions and verify the project's eligibility for a Cat Ex under CEQA. DJPA will also attend a project kick-off meeting with the project team, if requested. DJPA will attend up to three (3) additional meetings with the project design team and/or City staff. DJPA will also prepare for and attend a community information meeting, if requested. 2.0 Preparation of Categorical Exemption As described above, this scope assumes that the proposed transportation mode improvemer~ wilt qualify for a Cat Ex under CEQA. DJPA proposes to complete the Notice of Exemption and to coordinate the completion and sign-off of the Cat Ex with the City staff. DJPA will also file the Cat Ex form with the County Clerk and the State Clearinghouse if requested by the City staff. Dublin BART Corridor Enhancements Combined Scope of Work 6R 12007 Page (38 of 4~ - ~ ~. ~ ~ Optional Task 3.0 Preparation of IS/MND CEQA Document a ~ s ~I ~-- In the event that potentially signficarrt impacts are identfied as part of the technical analyses completed under separate contract directly for the project design team (i.e., archaeobecal or hazardous materials analyses), or if the City requests, DJPA could prepare an Initial Study/Mitigated Negative: Declaration (IS/MND), which would be consistent with the CEQA Guidelines. The IS/MND would describe the ebsting environmental setting and include the CEQA Checklist. An analysis of the potential impacts resulting from the proposed project would be included in the IS/MND. Mitigation measures would be identified to reduce impacts to a less than significant level. (It is expected that the proposed project would be eligible for a Mitigated Negative Declaration under CEQA, assuming that no environmental impacts, which cannot be mitigated to a less than significant level by measures inducted in the project, are identified. In the event that the Initial Study identifies signficant impacts of the project that cannot be mitigated to a less than significant level, an EIR would be required. Preparation of an EIR is not included as part of this optional task; however, an EIR could be prepared as an additional service.) The main environmental issues anticipated to be addressed in the IS/MND would include: land use compatibility and right-of-way acquisition, transportation and circulation, culiural resources, geology and soils, drainage and water qualify, hazardous materials, visual and aesthetics, and short-term construction (i.e., dust, noise and vibration) impacts. COST ESTIMATE Based on our understanding of the project to-date and the assumptions listed above, the cost to coordinate the completion of the Cat Ex CEQA documentation for this project is estimated not to exceed $6,650. Please note that the cost estimate shown below is anot-to-exceed amount for all tasks combined. DJPA will complete the work outlined for the not-to-exceed total cost above. Within this not-to-exceed total, actual amounts spent on individual tasks may be more or less than the estimates, If we can complete the environmental review for this project for less than the total budget, you will only be billed for actual time spent and work completed. Dublin BART Corridor Enhancements Combined Scope of Work 6/Z I /L007 Page (39 of 4~ s5 ~~ S~ ~ ~ - All cost estimates below are based on Principal-level staff involvement, at a rate of $205/hour, in accordance with the attached charge rate schedule. ~-~~ Po~~ ~,~o~ staff rn~ TasK I.0 Meetings/Coordination (approx. l2 hours Principa/ time) $ 4,510 Task 2.0 Completion of Cat Ex Form (approx. 8 hours Principa/time) $ I ,640 Reproduction, Graphic, Maps & Mileage F STiMATFD TOTAL $ 500 . ~ . . O~'onal Task Task 3.0 Preparation of IS/MND (approximately 65 hours Principal time) $ 13,325 Expenses $ I ,675 Optional TaskSubfrtal $l5,tJ1~ TOTAL WITH OPTIONAL TASK $21,650 Our invoices will be submitted on a monthly basis and are payable upon receipt. In the event that the project description changes substantially, and/or it is determined that additional technical analysis is necessary, our agreement would be revised accordingly. If this proposal is acceptable to you, it can be attached as a scope of work to your standard subconsuitant agreement or a signed copy will serve as our authorization to initiate our work. SCOPE OF WORK FOR EAST & WEST DUBLIN BART STATION CORRIDOR ENHANCEMENT PROJECT APPROVED AND AUTHORIZED BY: Authorized to execute agreemerrts for: Royston Hanamoto Alley & Abey (typed name) (date) Dublin BART Corridorfnhancements Combined Scope of Work 6218007 Page (40 of 47) • SCOPE OF SERVICES • , Sl.of 80 We propose to perform research to estimate the existing potential for impacts to the Site (i.e., levels of hazardous materials/vvastes warranting regulatory cleanup action) from the presence of hazardous materials/wastes on, or within, the vicinity of the Site. For the purposes of this Phase I ESA, the "vicinity" of the Site is defined as properties located within '/4-mile of the Site. The guidelines used for the definition of hazardous materials/wastes are presented in the California Code of Regulations, Tide 22. The. Phase I ESA will be performed in general accordance with American Society for Testing and Materials (ASTM) Designation E 1527-00 Standarr/ Prach'ce for Environmental Site Assessments: Phase 1 Environmental Site Assessment Process The scope of services for the Phase 1 ESA is presented as follows. • Perform a reconnaissance of the Site to assess for the presence, or make visual observations of indicators of the potential existing presence, of hazardous materials, hazardous wastes, or soil and/or groundwater impacts on the Site. These indicators include, but are not limited to, 55-galbn . drums, underground and aboveground storage tanks, chemical containers, waste storage and disposal areas, industrial facilities, discobred surficial soils, electrical transformers -that may contain polychbrinated biphenyk (PCBs), and. areas conspicuously absent of vegetation. Client woukl be r~onsible for iding us with a sibs plan clearly depicting the sibs boundaries and building kxatiorx Qierrt would also be resnoruible for obtaning permission to enher the Sibe prior tp our visit If access is unavailable to any portions of the Site, our ability to complete the assessment described herein may be hindered. Provisions for a survey ofwetlands delineation, asbestos, lead-based paint, lead in drinking water, radongas, and methane gas are not provided in this scope of services. • Perform a visual survey of the adjacent properties from the Siteand from publK thoroughfares to observe general types of land use surrounding the Site. • Review .the Standard Environments/ Records Sourrer. Federal and State referenced in Amencan Society for Testing. and .Materials (ASTM) Designation E 1527-00 Standard Practice for Environments/Site Assesments: Phase / Environmerrtai Sde Assessment Process to obtain information regarding the potential presence of hazardous materials/wastes on the Site or on properties located within the approximate minimum search distance specified for each source. • Review reasonably ascertainable regulatory agency files for the Site and/or properties in the vicinity of the Site whose environmental conditions might potentially impact the Site. The sources for these files may include the City of Dublin Fire Department, Alameda County Public Works, the California Department of Toxic Substance Control (DTSC), and the San Francisco Bay Regional Water Quality Control Board (SFB-RWQCB). • Review EDR Sanborn, Inc. Fire Insurance Maps for the Site (if available). The EDR Sanborn Rre Insurance Maps would be reviewed to obtain information concerning the historical uses of the Site and the potential presence of underground storage tanks on the Site. • Review pertinent and reasonably ascertainable information sources to evaluate physiographic, geologic, and hydrogeologic conditions in the vicinity of the Site. • Review documents provided by Client at Client's discretion. Potentially useful documents may include geotechnical, geologic, and environmental reports, Site plans, plot plans, and correspondence with regulatory agencies. Dublin BART Corridor Enhancements Combined Scope of Work 621/2007 Page (42 of 47) 5~ `~~" ~a ~: • ~ • Review U.S. Geological Survey (USGS) topographic maps to obtain information relative to the topography of the Site and previous development and uses of the Site and properties located in the vicinity of the Site. • Review recorded land title records for'the Site to attempt to identify past or present owners whose name (e.g., XYZ Chemical Corporation) implies that those entities may have used, generated, stored, or disposed of hazardous materiakMrastes onsite. Trtle information dating back at least 50 years should be obtained from a tide compan~bv Client at CliertYs discretion and expense. • Conduct interviews. by telephone or in writing with present and past tenants/owners of the Site to evaluate if present or past occupants have used, generated, stored, or disposed of hazardous materialsM~astes onsite. The names and telephone numbers of the contacts for the above interviews are ~ be provided by Client. • Prepare a report summarizing the findings of the ESA which will qualitatively describe the potential for environmental impairment of the Site. If necessary, the report will also provide recommendationsforidditional environmental services. FEE The fee is valid for a period of 60 days from the date of this Proposal. The fee includes the submittal of a draft report, and up bo five copies of the final report. The above fee is based upon the anticipation that it will be necessary to perform ten or less file reviews for the ESA. Should the review of a greater number of files be deemed necessary during the research phase of the ESA, the Client would be contacted and apprised of the additional fees. Consuhation services rendered after the issuance of the report and/or charges required for reviewing and copying regulatory.records woukJ be billed on a "time and materials" basis and would be additive to the proposed fee. ff unforeseen conditions are encountered, or if vve experience delays or circumstances beyond our control, we will notify you immediately to discuss modifications to the scope of services and/or project fees. We will commence with the scope of services outlined herein upon receipt of your written authorization; however, any services provided by Geocon will be pursuant to Geocon's Terrns and Conditions. for Performance of Services and 2006 Schedule of Fees for Environmental Services until or unless a mutually agreed upon, negotiated contract is finalized, Dublin BART Corridor Enhancemerrts Combined Scope of Work 6/2 I /2007 Page (43 of 4~ ~r • COST ESTIMATE Duhin EiW BART CorrWor EMancemeM Oaoem SLR Oooeon Labor Se6rolals Hk TASK ITEM r Propel NanagMnaMlRevtew 1.0 0.0 0.0 0.0 0.0 0.0 0:0 0.0 1.0 :147.41 8Ke R4Ke0 o.0 1o.a o.o o:o o.o o.o o.o a.o to.o 60.40 ABeney F8a RarNrr o.a 6.0 0.0 0.0 0.0 0.0 0.0 0.o e.o 157o.zs AIr Pnob Rsvbw 0.9 6.0 0.9 9.0 0.0 0.o a.o o.o e.o 70.2+ FNstorkal Raaevch 0.0 6.0 0.0 0.0 0.0 0.0 0.0 0.0 8.0 5570.24 IbPorlYq 0.0 18.0 20 2.0 8.0 B.0 2.0 2.0 36.0 380.28 TolelFWun: 1.0 4L0 2.0 2.0 D.0 8.0 2.0 2.0 65.0 56,208.81 Nally Rate: 5157.41 50.5.04 SD5.78 380.58 SW.10 5116.80 568.80 554.05 Thal HoutsX Rate: iS7.41 181.78 181.56 181.16 .60 71280 130.60 108.90 ayeeorr Oaoeen Labor. is,2os-sf seb46w Dots: 5+,u5.26 .TOTAL ESTMIATE: 57,330 COST ESTIMATE DubBn FAW BART CorAdor EnMOCe1na01 Wssl Seveant Oeaton ewr oaoton labor 8ubloWe a ~ ~ ~ ~ ~~ r ~ F TASK ITEM ~l~ 1.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 LO 157.41 BBa Raton 0.6 6.0 0.0 o.0 0.6 0.0 o.o o.o e.o f76aaz A9enry Flh RwNw o.0 6.0 0.0 0.0 0.0 o.a 6.0 0.o a.o 70.24 AM Phob RaW4w o.0 4.0 0.6 0.0 0.0 0.6 a.o o.o s.o s3eo.16 NbtorlW Raaearch o.o e.o o.o o.a o.o o.o o.o o.0 6.o u7o.24 Rwer6n9 0.0 12.0 20 2.0 4A 4.0 2.0 2.0 28.0 32584.32 TaW Houe: 1.0 38.0 2.0 2.0 4.0 {.0 2.0 20 53.0 56,032.89 Hoary Rate: 1157.41 S%.04 28b.78 590:59 588.10 5118.80 289.80 554.9b Tole) Noun X Hau Rate: f157.41 53421.44 2191.58 3181.18 1968.10 5476.20 5139.80 5109.90 Subbtal Oeocon Labor. 56,0328! 8ubbhIODCr. A1,071.25 TOTAL EBTIMATE: St,101 Dublin BART Corridor Enhancements. Combined Scope of Work 62 I /2007 Page (44 of 4~ ~~-- - . ~~ g~ ., CONSULTANT SCOPEOF WORK SUMMARY Basin Research Fee total $7.684. Optional task fee - HPSR Address/8u'rlding List.. $4.~ Optional taskfee - HRER $10,000 Deliverables summary Draft Archaeological Survey Report (ASR) 2. Draft Historic Properties Survey Report (HPSR) 3. Review Archaeological Survey Report. 4. Review Historic Properties Survey Report 5. Final Archaeological Survey Report 6. Final Historic Properties Survey Report 7. (Optional, only if necessary) HPSRAddressBuilding List:. 8. (Optional, only if necessary) Historic Resources Evaluation Report (HRER) Meeting summarX Project kick-o$ meeting 2. Caltrans PQS meeting to review APE 3. Team meetings as needed • April 3, 2007 Mr. John Schwarz DAVID J. POWERS & ASSOCIATES, INC. 1885 The Alameda, Suite 204 Sarr Jose, CA 95 126 • Re: Cultural Resources Compliance Services - Caltrans Section 106 Requirements East and West Dublin BART Station Corridor Enhancement Projects City of Dublin, Alameda County Dear Mr. Schwarz, Please let this letter stand as a Scope and Cost Estimate to provide cultural resources assistance on a "phased" basis to help the City of Dublin meet Caltrans requirements to complete Section I O6 compliance for the East and West Dublin BART Station Corridor Enhancement Projects. A phased approach is suggested due to the uncertainty of the extent of the Caftrans work. The scope of work consists of completing the archaeological compliance requirements required by Caltrans District 04 Local Assistance to qualify the project for grant funding administered by Caltrans and the Federal Highway Administration (FHWA). The goal of the proposed cultural resources work is to meet the requirements for cultural resources pursuant to the Programmatic Agreement Among the Federal Highway Administration, the Advisory Council on Historic Preservation, the California State Historic Preservation Office and the California Department of Transportation Regarding Compliance with Section. 106 ofthe National Historic Preservation Act, as it Pertains to the Administration of the Federal-Aid Highway. Program in California effective January l , 2004. A review ofthe project by Caltrans Archaeologist Brett Rushing (Memo to Joann Cullom, Branch Chief, Local Assistance from Jennifer Darcangelo, Office Chief, Office of Cultural fiesource Studies dated February 20, 2007) notes that Caftrans will require an archaeological site records search and mapping of all archaeological sites on a USGS topographic map for review based on a project description sent to them in the past. Their analysis of the project suggests that it may be "screenable" under Attachment 2 of the 2004 PA Phase I will consist of consulting with the City and Caltrans and setting the Area of Potential Effects (APE). The APE has not yet been officially delineated and it must be set by the lead agency and Caftrans and accepted and signed by Caltrans. I It is anticipated that one meeting with Caltrans may be necessary to set the APE, complete the figure(s) and present it to Caltrans for signature. The APE boundary will then be used to develop the literature search. Other Phase I services will include the literature search requested by Caltrans, mapping site locations and sensitive areas on the appropriate USGS topographic maps, copying of any site forms to accompany the map(s) and a memo transmitting the results ofthe search. In addition, I have also included the costfor afollow-up meeting to discuss the search results as Caltrans indicates that additional work could be necessary depending on the results of the search. All personnel assigned to the project will meet the. minimum professional qualifications in the Caltrans Guide to Consultants. All project personnel are experienced with Caltrans local assistance requirements due to previous project experience with various districts statewide including District 4. Dr. Colin I. Busby will be the designated contact at Basin Research Associates. The project schedule will be agreed to on a mutual basis - a minimum of 8 weeks is anticipated due to APE map review and the estimated search time of 3 weeks at the California Historical feesources. Information System. I have attached an estimated cost for Phase I along with a contingency budget to complete a formal Archaeological Survey Report (ASR) and Historic Properties Survey Report (HPSR) should Caftrans require this once the literature search results are available. I have dropped the Historic Resources Evaluation Reportsince the Caftrans PES does not appear to require one. If I can provide any further information, please don't hesitate to contact me. Sincerely yours, BASIN RESEARCH ASSOCIATES, INC., Colin I. Busby, Ph.D., RPA Principal CIB/dg Dublin BART Corridor Enhancements Combined Scope of Work 6/2 I /2007 Page (46 of 4~ _~ .. ~~ n~- g© Erxlosures I .For cultural resources, two certified APES are usually required - archaeologcal and architectural. The archaeological APE is generally the proposed project area while the architectural APE includes structures within the project area plus any structures adjacent to the project area back to the rear property line. The PES suggests that an Architectural APE is not required. The Programmatic Agreement (2004) requires that any APE only be approved by Caltrans. . Dublin BART Corridor Enhancements Combined Scope of Work 6/Z I /L007 Page (47 of 4~ ~~ ~~- ~o RESOLUTION NO. - 09 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING AMENDMENT NO. 1 TO CONSULTING SERVICES AGREEMENT WITH ROYSTON HANAMOTO ALLEY & ABEY (RHAA) FOR THE EAST AND WEST DUBLIN BART STATION CORRIDOR ENHANCEMENTS PROJECT WHEREAS, on July 3, 2007, the Council of the City of Dublin approved the Consulting Services Agreement with Royston Hanamoto Alley & Abey (RHAA) to design the East and West Dublin BART Station Corridor Enhancements Project; and WHEREAS, the City requires further consulting services from RHAA to provide design and construction support services; and WHEREAS, RHAA's scope of work is proposed to be expanded with an additional compensation in an amount not to exceed $90,078.00; and WHEREAS, it is proposed to extend RHAA's Agreement by an additional two years to June 30, 2011, in order to provide the necessary services; NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve Amendment No. 1 to the Agreement with RHAA. BE IT FURTHER RESOLVED that the City Manager is authorized to execute the Amendment to the Agreement, attached hereto as Exhibit "A." PASSED, APPROVED AND ADOPTED this 21st day of July, 2009, by the following vote: AYES: NOES: ABSENT: ABSTAIN: ATTEST: City Clerk Mayor G:\CONSULTANTS\RHAA\RESO RHAA Contract Amend#1 7-21-09.DOC ATTAC~NT ~~ ~~-- ~o EXHIBIT "A" OF RESOLUTION -09 AMENDMENT TO AGREEMENT BETWEEN CITY OF DUBLIN AND ROYSTON HANAMOTO ALLEY &ABEY FOR CONSULTING SERVICES WHEREAS, the City of Dublin and Royston Hanamoto Alley & Abey (hereinafter referred to as "CONSULTANT"), entered into an agreement on July 3, 2007, to perform consulting services for the East and West Dublin BART Corridor Enhancements Project; and WHEREAS, the Scope of Work to be performed is proposed to be expanded to include design and construction support 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: Extension of Term The term of the agreement shall be extended from July l , 2009, to June 30, 2011 Scope of Work Scope of Work shall be modified to include additional scope of work a5 described in Consultant's letter dated June 24, 2009 (attached). Not-To-Exceed The total cost for time-and-materials work under this amendment shall not exceed an additional $90.078.00 based on the attached cost breakdown. CITY OF DUBLIN ATTEST: City Manager Ciiy Clerk ROYSTON HANAMO7'O ALLEY &ABEY Adi a Advani, Vice President Date: 7~~~-~0°1 C:1Uueuments and SeuingsVlditya-sill.cxal SettingslTemporary Internet Filesl('rmtent.Chnlcxikl8KOU.A962\Exhibil A -Arnendmentk 17-21-09.(XX' EXHIBIT ~ Tn the RP~nlutinn ~s ~~- ~o R O Y S T O N H A N A M O T O A L L E Y & A B E Y R H A A June 24, 2009 Fexd Del Rosario, P.E. Senior Civil Engineer City of Dublin, Public Works Department 100 Civic Plaza Dublin, C ~ 94568 RE: Dublin BART Corridor Additional Services Request Dear Ferd: ~~s we have discussed by phone in the past few weeks, this letter is to request additional fees for Construction Support (CS) services. When we wrote the original fee for CS services we did not anticipate the complexity of some of the features that were designed -such as the Gateway Structure. additionally, because the bids for the project came in lower than expected, the City has requested additional features to be added to the project during the construction phase. Based on these two items as well as a greater understanding of the City's needs fox CS support services, please see below for a description of the extra services requested. 1. Expanded Construction Support Services Per your request, we asked the team to review their Construction Support hours considering the final scope of the project shown in the drawings. ~s you can see O:~Iti is not requesting additional fees and Square Peg's fees have increased only marginally. ~~s the design for the Gateway Site developed, the Infinity Ribbon design that was picked contains a large, iconic sculptural structure. Endres Ware's original fee did not include any fee for CS services, however with the proposed structure, Endres Ware will need to put a significant effort into review of shop drawing submittals, as well as responses to RFIs, etc. Additionally, due to the final complexity of the project, BKF and RH ~~ foresee additional CS effort. We anticipate attending construction meeting every other week for the eight month duration of the project. Because of the complex nature of the built elements such as the gateway structure and and custom signage and railing features, shop drawing will also take additional time and effort. Please refer to the detailed scopes attached. Additional Construction Sunnort Fee RFL-~-~ .............................................................................................................. $39,671 BKF ..................................................................................................................... $4,710 Square Peg .......................................................................................................... $1,010 Endres Ware .................................................................................................... $14,250 Item 1 Total $59,641 L A N D 5 C A P E A R C H I T E C T S & P L A N N E R 5 225 Miller Avenue 415383.7900 323 Geary Street, #602 415.861.7900 Mill Valley, CA 415.383.1433 Fax San Francisco, CA 94941 mvstudio@rhaa.com 94 102 ~~ • GO ~/71" /~l~/YII~~a~l/X i~1 /'?~T ~'~ ~~ ~~~ R O Y S T O N H A N A M O T O A L L E Y & A B E Y R H A A 2. Construction Support Services for Add-Ons as the economic climate has changed remarkably over the last year, bids have come in significantly under budget. as such, the City has requested that the extra construction budget remaining be applied to enhancements that had previously been value engineered and removed from the project at previous document submittals. Following is a summary of fees for the additional design and structural analysis work necessary to incorporate these items into the project during the CS phase of the project. Additional Fee for CS Add-Ons RHAA ............................................................................................. $6,387 (Coordinate items below and specify and locate new consolidated newsracks) OMM .............................................................................................. $7,060 (Design lighting for monument signs at Hacienda and Tassajara, design lighting replacement for monument sign at San Ramon) Square Peg .......................................................................................$9,150 (Design wayfinding signs, complete median railing design) Endres Ware .................................................................................. $7,840 (Change gateway structure to stainless steel structural members in lieu of painted steel and prepare dynamic fatigue analysis) Item 2 Total $30,437 We will bill these additional services on a time and materials basis, up to a maximum of $90,078 total for Item 1 and Item 2 above. Please note that these extra services honor the 2007 billing rates that we agreed upon two years ago, even though our team's billing rates have since then increased. We do appreciate your consideration of our work effort. It's been a pleasure working with the City of Dublin on this project and we look forward to bringing this project to realization. Let me know if you have any questions or concerns. We would also like to set a time to meet with you and Melissa Morton to explain this request in person. Thank you, ~' ~l~a... Ei*.- Nathan Lozier, ROYSTON HaNa110T0 ALLEY 11ND aBEY Reference attachments: a. Overall Construction Support Services Extra Services Fee Spreadsheet b. BKF fee proposal c. O111I fee proposal d. Square Peg fee proposal e. EndresWare fee proposal L A N D S C A P E A R C H I T E C T S & P L A N N E R S 225 Miller Avenue 415.383.7900 323 Geary Street, #602 415.861.7900 Mill Valley, CA 415.383.1433 Fax San Francisco, CA 415.861 .7908 Fax 94941 mvstudio@rhaa.com 94102 v,~ww.rhaa.com ~, ~ ~ Dublin East & West BART Corridor Enhancement Project Construction Support Extra Services A scope and fee for extra services have been submitted for the Construction Support phase of the Dublin E&W BART Corridor Enhancement project. The additional scope and fee are grouped into two categories 1) Expanded Construction Support Services; and, 2) Construction Support Services for Add-Ons. 1. Expanded Construction Support Services The original scope for construction support assumed a modest effort for responding to RFIs, reviewing shop drawings and submittals, and assumed that the consultant design team (landscape, civil, electrical, signage) would attend a total of 14 construction meetings for a total of $26,652. Since the original consultant fee and scope for the Dublin BART Corridor project was written in July 2007, the project has evolved in depth and complexity. As the design for the Dougherty Gateway Site developed, the Eternal Ribbon design that was picked contains a large, iconic sculptural structure and landforms. The structural engineer's original fee did not include any fee for CS services, however with the proposed structure, the structural engineer will need to put a significant effort into review of shop drawing submittals, as well as responses to RFIs from the fabricator and installers. Additionally, the scope for landscape, civil, and signage has been expanded in anticipation of a greater level of effort than originally expected for responding to RFIs and reviewing submittals/shop drawings. The revised scope allows members of the consultant design team to attend up to 33 site construction meetings. This expanded scope adds $59,641 to the original Construction Support budget and will allow the consultant provide a high level of service to support the City as the project is constructed. 2. Construction Support Services for Add-Ons As the economic climate has changed remarkably over the last year, bids have come in significantly under budget. As such, the City Staff has proposed that the extra construction budget remaining be applied to enhancements that had previously been value engineered and removed from the project at previous document submittals. Following is a summary of fees for the additional design and structural analysis work necessary to incorporate these items into the project during the CS phase of the project. Additional Fee for CS Add-Ons RHAA- landscape architect, prime consultant .............................. $6,387 Specify and locate new consolidated newsracks Coordinate items below OMM -electrical engineers ............................................................ $7,060 Design lighting for monument signs at Hacienda and Tassajara, Design lighting replacement for monument sign at San Ramon) Square Peg - signage design .......................................................... $9,150 Design wayfinding signs to be added to the project Complete median railing design (value engineered out at 30% CD) EndresWare -structural engineers ................................................. $7,840 Change gateway structure to stainless steel structural members in lieu of painted steel Prepare dynamic fatigue analysis The total additional fee for the proposed scopes in items 1 and 2 above is $90,078. ~' `6 0~ X50 Construction Support Services Extra Services Fee Amount Dublin BART Station Gonda Enhancement Prine aM Subwnsu8ant Fees-Revised &92009 EXPANDED CS SCOPE /Urban Civil Elgineering Ekctrigl Enginaeerirg SignaOe DeslOn E - 9 m _ ~ u w ~ n m ~ ~ n u S o Senior ~ ~ t ~ ~ g - p a ~ Projed Senior Task w v ~ n ~ w - u u Prindpal Manager Designer Desigrer Produdbn subWtal 108.00 55.00 343.00 190.00 125.00 170.00 11600 9500 B`.CO 785.00 500 9000 75.00 6000 _- _- -.. - E398 _ _ _..- _ - - -. _- -. _. - _ _ EnMSwara 747.28 114.64 80.12 1E 16 4C - e is - a6 0 1z -.- $17,193 $5507 ~ x - ~ ~ "- m 6744 N r= 56.65 a` 182.00 a` 146.00 125,00 w w` 110.00 m w` 97.00 - -40. _ _ a 4_ _ _ _ -- -.._-_. _ 6 . ..-.. d _.-.. a a ~ o r- ~2 E16841 _.. _.... ~ B _..... I i! _. _.. -. n~co _. _. __ a _. _.. ___ _."_. 6 fteimbursahles Team printing, messe eraM mbge 7,60 Computer antl Pbtl (2%oI BKF rolalfee) W Pmtiug and Del6ery (2°/ o/ BKF Mal lee) $200 Mileage 100 Raimbusahks 57,600 ReimbursahNS 5400 Reimhursahks SO RNmbursada 5100 ReimWrsahks SO Task $. ~ c ~ ~ ~~ 561511 57371 57,660 54,510 ffl,750 (86,197 TASK Bb: CONSTRUCTION SUPPORT SERVICES FOR Design New Lighting for Monument signs at Tassajara aM HadeMa&design Design City Way6ndirq Sigrs Charge Garsw2ySWdurep Stainless Steel ADDAN5 Coordinate oonsuBanLS,scedly end bate consolbated newsads None. replacement lghRlg for sign al San Ramon Finkh OOCUmeMalion of me01an 2ilirgs SDynmaic Fafigue Analysis 8b.1 Additional Des nand Analyse _76 _ __ 9 ~ _ 60 ~ ~~~~-~ 9, 48 __ l2 ~ 12 77 E7,840 56 fib.2 Mlconsuttant wordination _ _ i2 _ 36~_ _._. ~ 80 _ ~. _ _ _ _ _ _ _ _~ _-. 437 D Sugotal, Task Dh $1,7d7 50 $4,16fi SD 5451 56,781 SO 50 50 $0 $0 $0 $0 $0 SO $JSO 50 85880 $0 11 $1,020 57,E 52.220 $ti,920 §0 $0 $0 SB,150 D, $7,Bd0 50 $0 SI S Q, TOTAL CS ADD•ONS {TASK 68; S6 J8T SO 57,060 59,150 37.810 f30,4S7 $, 'OTAL H2 RHAA Total (58,888 BKF TOaI S7,Y72 O'MahonyBMyer Tool (14,71 Square Pep Total 67,66 EndrasWare Total 571.080 f11fi,170 Q, CREUR (ROM ORIGINAL CONTRACT f0 2n.a>2t $, FEEINCREASE FROM ORIGINAL CONTRACT f46A58 57.710 57,060 510,16 571,080 590,078 Surtmary of assunad meatirp aKrmdancr RNAA (¶ ry) (6) (6) (1) (1) Prebid meeU'ng Pre-conslnKLbn meeting CAnshudbn meetings, as needed Field observalbn meedrgs, as needed Punch l'8t meeting PuKh listmmpblebn meeting BKF I11 141 (2) (11 (11 Pre-bb meeting Constmdbn meetings, as needed Fieltl observalbn meetings, as needed Punch NSt meeting, as needed Punch lstcemplelebn meetlng,uneeded OMM Square Peg (1) PrehN meeting [2) Construdbn meeugs, as needed (3) Wnswdton meetings, as needed I1) Punch list rtieetirg, as needed EndresWare (1) Pre-hb meeting (<) Consbudbn meMings, as needed ~~~~-~~ Attachment B May 14, 2009 Mr. Aditya Advani RHAA 323 Geary Streets, #602 San Francisco, CA 94102 Four (4) pages transmitted via email Subject: Construction Engineering Support Services East and West Dublin Bart Corridor Enhancements Dear Mr. Advani BKF Engineers (BKF) with RHAA has successfully provided for the advertisement and bidding of the contract drawings for the East and West Dublin BART Corridor Enhancements Project (Project). In anticipation of the upcoming construction operations, RHAA has requested BKF to provide a revised scope and fee proposal for construction engineering support services for the Project. The revised construction engineering support services include the following task services: • Task 8.0 -Bid Support • Task 8.1 -Review and Respond to RFI's • Task 8.2 -Review Shop Drawings and Submittals • Task 8.4 -Construction Meeting(s) • Task 8.5 -Field Observations, Site Visit(s), Change Order (CO) and Punch List • Reimbursables With the exception of Tasks 8.0, 8.5, and Reimbursables, the other tasks, scope and fee were previously identified in the original project scope and fee for Project. However, due in part to the dynamic nature of the Project's improvements and expanded design scope, including, for example, the addition of the Dublin/Dougherty Gateway improvements, culvert fence modifications and sidewalk widening, as well as the numerous curb ramp, bus stop, and inlet modifications (each location requiring specialized design and construction attention), a reassessment of the possible efforts required to provide Project construction engineering support services was requested. To this end, this revised scope and fee identifies the proposed work, original construction engineering support services amount, and difference (or additional costs requested) on a task by task basis. The sum of the original construction support services at project inception was $2,662; the revised construction engineering support services total $7,372, for a requested difference (additional cost) of 4 710. This information is broken down in detail within this letter and the attached "Scope of Services Estimate -Construction Engineering Support Services for the East & West Dublin Bart Corridor Enhancements -City of Dublin." Page 1 of 4 ~. ~o `-~ $~0 Construction Engineering Support Services -Task Breakdown - Task 8.0 -Bid Support: During the bid support phase of construction, BKF Engineers will attend apre-bid meeting with the City of Dublin to introduce bidding contractors to the proposed improvements and address any questions or inquiries they may have related to the design, construction, and implementation of the proposed improvements in the Project. Additionally, BKF will assist the City by providing any design clarifications and address any formal bid requests for information (RFI's) received from the bidding contractors and/or City of Dublin. - Task 8.1 -Review and Respond to RFIs: Following award and through the duration of construction, BKF will review and respond to formal construction RFIs. BKF will prepare written responses in a timely manner, and provide the necessary response, supplemental information, sketches, and details (as required) to support resolution of direction of the question at hand. Response to RFIs will be submitted directly to RHAA for review and approval. It is assumed that RHAA will be responsible to submit formal RFIs to the City of Dublin. - Task 8.2 -Review Shop Drawings and Submittals: Following award and through the duration of construction, BKF will review the necessary Shop Drawing and Submittal documents required as part of the Special Provisions and Construction Documents. BKF will review and stamp the shop drawings and submittals with the appropriate resolution and direction, including approval (no exception taken), comments, and/or request(s) for the contractor to resubmit shop drawings and submittals. Shop drawings and submittals will be reviewed and returned to RHAA for final review and approval in a timely manner. Upon receipt, it is assumed RHAA will be responsible to finalize review, provide additional comment(s) as required, and ultimately approve shop drawings and submittals prior to formally submitting to City of Dublin to insure that approved shop drawings and submittals required in the special provisions and construction documents cover all Project areas and work (by RHAA and its subconsultants) including, but not limited to shared materials, traffic control/traffic handling plans, stage construction plans, schedule, order of work, Storm Water Pollution Prevention Plan (SWPPP), Water Pollution Control Plan (WPCP). For the purpose of this additional scope/fee proposal, it is assumed that the City shall conduct reviews of all shop drawings and submittals outside of the budget ($796) specified in the Original Signed Agreement (RHAA Sub-Agreement with BKF). Therefore, no additional fees are requested in Task 8.2. Page 2 of 4 -II a~ g0 - Task 8.4 -Meetings: BKF has reserved time for a Project Manager to attend four 2- hour meetings, or eight 1-hour meetings during the course of the construction duration. Meetings can include pre-construction meetings, bi-weekly/monthly construction coordination meetings, or any other coordination or project-construction meetings. - Task 8.5 -Field Observations, Site Visit(s), Change Order (CO) and Punch List: In support of RFI's, shop drawing reviews, punch list(s), and issues or questions discussed during meetings, BKF has reserved time for a Project Manager, Engineer III, and/or Engineering Technician to conduct site visits and field observations. Such site visits are often required to coordinate and clarify design intent, resolve possible design conflicts, or implement design revisions. These site visits/field observation meetings also allow the designer, City and contractor to coordinate project site issues, as well as monitor design implementation, construction quality and/or identify incomplete work (punch list) at Project completion. It is assumed that minor revisions to design and/or supplemental details may be necessary to help facilitate timely construction and maintain a schedule; Task 8.5 reserves time to address up to 3 minor change orders (CO's) in this scenario. Changes caused by unforeseen conditions or unavailable information, including, (but not limited to) utility conflicts, traffic handling, geotechnical conditions, stage construction, work by others and/or construction operations/methodologies, are not included in this scope and fee, but may be provided on a time and materials basis upon written approval by RHAA. Minor CO's, if required, will be prepared and submitted to RHAA for final review and approval in a timely manner. It is assumed that RHAA will be responsible to submit the formal CO's to the City of Dublin and insure Project coverage for all proposed work by its consultants, is adequately covered. - Reimbursables -The revised scope and fee identifies reimbursable amounts for Computer and Plotting as well as Printing and Delivery; each are based on 2% of BKF's total professional fees. This reimbursable reservation is consistent with the original RHAA-BKF Subconsultant Agreement. Post-Construction Services, including (but not limited to) drafting, AutoCAD, redlines, and preparation of record drawings, are excluded from this scope and fee. . ........................................................................... In consideration of the requested construction engineering support services discussed above, BKF has prepared a scope of services proposal related to providing construction support for the City of Dublin's East & West Dublin BART Corridor Enhancement Project. BKF proposes to provide the construction engineering support services as described in the enclosed "Scope of Services" for an additional amount of 4 710. The amount of effort for each Page 3 of 4 -~a ~f ~o individual task, as it relates to the original scope and fee, is described in the enclosed "Scope of Services" proposal. It should be noted that the level of effort (as reflected in the attached Scope of Services) for BKF Engineers to provide the anticipated construction engineering support services is an approximate estimate and is contingent upon the actual magnitude, complexity, and requirements or time necessary during the construction period. We have attempted to project the necessary or required time; additional services may be provided as required on a time and materials basis upon written authorization by RHAA. In understanding the importance of the project schedule and current available (approved) construction support budget, BKF is ready to proceed to perform work related to Bid Support and Construction Support as requested by RHAA and the City of Dublin. However, BKF requests asigned/executed formal amendment or revised consultant agreement from RHAA to proceed with the additional construction support services summarized in this letter. We look forward to continuing providing service to the RHAA and the City through the construction phase of the projects. Please contact me if you have any questions or require additional information Very truly yours, BKF Engineers Gordon C. Sweet Project Manager Attachments: 1. Scope of Services -Construction Engineering Support Services for the East & West Dublin BART Corridor Enhancements -City of Dublin P:\Eng07\077010\ContractWmendment\Construction Admin -Dublin Blvd - 062606.doc Page 4 of 4 scorer t)P'SERVICES rsTr:LrATE Construction Engineering Suppor[ Services for the East & West Dublin BART Corridor Enhancements City of Dublin BKF Engineers 4670 Willow Road, Suite 250 Pleasanton, CA 94588 925.396.7700 (tel), 925.396.7799 (fax) r~pru ~, ~uua BKF Professional Fees Task 8.0 Task 8.1 Bid Support (Attend Pre-Bid Meeting, Respond to Bidder's Questions, and Provide Clarifications as Required) Respond to RFIs and Issue Responses to RFIs (or ASIs) Task 8.2 Review shop drawings and submittals (See Note 5) Task 8.4 Meetings Task 8.5 Field Observation Visits / CO I Punch List TASK Rate/Hr Task 8.0 Task 8.1 Task 8.2 Task 8.4 Task 8.5 Subtotal (Hours) PIC PM Eng III Eng II Eng I Eng Tech Cler Surv Total $182 $148 $125 $110 $97 $108 $55 $343 Hours 1 2 3 1 4 4 8 17 0 8 4 12 6 8 8 22 1 18 16 0 0 16 0 0 51 Project (Total/Revised Project Costs) $ 398 $ 2,138 $ - $ 1,684 $ 2,752 Original Signed Agreement (RHAASnb-Agreement with BKF) $ - $ 1,024 $ 796 $ 842 $ - $ $ $ $ $ Amendment No. 1 (DifferencelRequested Costs) 398 1,114 (796) 642 2,752 BKF Professional Fees Subtotal $ 6,972 $ 2,662 $ 4.310 Reimbursables 1 Computer and Plotting 2 Printing and Delivery $ $ 200 200 $ $ - - $ $ 200 200 BKF Reimbursable Fees Subtotal $ 400 $ - $ 400 Subconsultant Fees Subconsultant Fees Subtotal $ - $ _ $ _ Project Total S 7,372 $ 2,662 S 4,710 Amendment No. 1 (Requ ested Additional Lump Sum Cost) $ 4,710 i onona PIC=Principal in Charge; PM=Project Manager; Eng III=Engineer/Surveyor III, Eng 1=Engineer)/Surveyor I; Eng Tech=Engineering Technician; CIer=Clerical; Surv=3-Man Survey Team Notes• 1. Post-Construction Services, including (but not limited to) drafting, AutoCAD, redlines, and preparation of record drawings, are excluded from this scope and fee. 2. Materials testing, obtaining permits, and construction staking are all excluded from this scope and fee. If needed, these additional services may be provided on a time and materials basis upon written authorization by RHAA. 3. Construction Support Engineering Services exclude re-design of the Project Construction Documents and Improvements associated with unforseen conditions or unavailable information, including (but not limited to) utility conflicts, traffic handling, geotechnical conditions, stage construction, work by others, and/or construction operations/methodologies. 4. Scope and Fee assumes project/construction duration through December 31, 2009. 5. City shall conduct reviews of shop drawings and submittals outside of the budget ($796) specified in the Original Signed Agreement (RHAA Sub-Agreement with BKF). Page 1 of 1 6/2/2009 O ~7 ~~ D~ ~~o ~~ . June 9, 2449 RHAA 323 Geary Street, #602 San Francisco, CA 94102 Attn: Mr. Nathan Lozier Attachment C Re: Dublin Bart Corridor Enhancement Revised -Additional Service Fee for Added Scope Dear Nathan, The additional sign lighting requested by the City will impact our original scope of work and associated fees as noted below. As per our original proposal, dated April 17, 2007, under additional services, these changes represent an additional service to the contract. We respectfully request an additional fee for this work, to be billed on an hourly basis, not to exceed $7,060. If this fee is acceptable to you, billing will be carried out as outlined in our original proposal under billing rates and conditions. The additional services will include design and documentation for additional Monument Sign. Lighting at Tassajara Road, Hacienda Road, and San Ramon Road, including necessary coordination with PG&E (1) site visit, lighting calculations, partial plans, and revisions to the luminaire schedule. We trust that this scope change request is acceptable to your office and we are ready to proceed upon receipt of written approval. If you have any questions or comments, please do not hesitate to call. Sincerely, ~'~ f ,fir ~./ ,~+-~-~- ,L 7~ammy Korencik O'MAHONY & MYER -~5 ~= ~ Attachment C Fee Estimate Worksheet FEE PROPOSAL WORKSHEET DUBLIN BART SIGN LIGHTING HOURS TOTALS Description: Principal Engineer Designer Draft I Draft II Admin. % of $190 $125 $110 $95 $85 $65 Hours Dollars Total 0 $0 0% COORDINATE WITH PGE 4 12 16 $2,080 29% 0 $0 0% SITE VISIT 8 8 $880 12% 0 $0 0% LILTING CALCULATIONS 7 7 $770 11% 0 $0 0% PARTIAL PLANS 18 12 30 $3,000 42% 0 $0 0% EDIT FIXT SCHEDULE 3 3 $330 5% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% 0 $0 0% GRAND TOTALS: HOURS: 4 0 48 0 12 0 DOLLARS: $760 $0 $5,280 $0 $1,020 $0 $7,060 100% C_OMM_Dublin Bart Additional Sign Lighting - revise 1 6/10/2009 AT 12:09 PM ~ ~ ~ ~~ Attachment D 1' SQUARE PEG DESIGN 1631 Oakland, California 94611 phone 510 596 SB10 DATE April 3, 2009 CLIENT RHAA ADDITIONAL SERVICES AGREEMENT PROJECT NUMBER 7314.00 PROJECT NAME Dublin Gateway & Streetscape __ _ _ DESCRIPTION OF ADDITIONAL WORK Additional time for CA review of submittals, Meetings to discuss submittals, onsite observations and punch list inspections. Amount: $1010. Attached is a table showing projected time breakdown. project Budget Dublin BART Station Corridor Enhancement .Prime and Subconsullant Fees -Revised 4/272007 REVISED CONSTRUCTION SUPPORT FEE Square Pep Design Signage Design Senior Project Senior Task Principal Manager Designer Designer Production subtotal 185.00 90.00 90.00 75.00 60.00 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . : . . . . . . . . . . . . . . . . . . . . . . . : I : . . : . . . : . . . . . . . . . . . . . . . . . : . . . . . . . : : . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . t0 4 . . . . . . . . . . . . . . . . . 8 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . : . . : . . ~4 Firm io;al fREVISED) S uare Pe Total 54,510 Glrartge _____ _._.___- __1,010 APPROVED _ _ __ DATE ~ ~ b f ~o Attachment D SQUARE PEG DESIGN 1631 Oakland. California 94611 phone 510 596 8810 ADDITIONAL SERVICES AGREEMENT DATE May 26, 2009 CLIENT RHAA PROJECT NUMBER 7314.00 PROJECT NAME Dublin Gateway & Streetscape DESCRIPTION OF ADDITIONAL WORK Design city wayfinding sign based on previously designed Median Marker, and continue documentation to replace median railings. Signs will be designed using messages and locations provided by the City. Signs will have changeable message panels. Two concepts will be designed. SPD will provide Documentation and Construction Administration when design is finalized. SPD estimates that 4 meetings with RHAA and/or the City staff will be required. Total Fees: $9150. APPROVED DATE ~ 8 0{- 80 Attachment E June 2, 2009 Royston Hanamoto Alley & Abey ASLA Attn: Aditya Advani, ASLA, Partner 323 Geary Street, #602 San Francisco, California 94102 RE: Endres Ware's Construction Support Services (CSS) Additional Services Estimate West Dublin BART Station Corridor Enhancements Project Dear Aditya Advani: Per your request we have prepared an Additional Services fee proposal for Construction Support Services for the West Dublin BART Station Corridor Enhancements Project. Review of Shop Drawings and Submittals Structural Steel 12 hours $125/hr $1,500 Stainless Steel Skin 16 hrs $125/hr $2,000 Concrete/Rebar 2 hrs $125/hr $ 250 Review of Fabricator Alternatives 32 hrs $125/hr $4,000 SUB-TOTAL 62 hrs ,750 Respond to RFIs, Issue Bulletins / ASI's SUB-TOTAL 32 hrs $125/hr $ 4,000 Field Observation Visits and Meetings 1 Pre-Bid 4 hrs $125/hr $500 1 Concrete/foundation 4 hrs $125/hr $500 1 steel base 4 hrs $125/hr $500 1 steel structure 4 hrs $125/hr $500 1 steel skin 4 hrs $125/hr $500 SUB-TOTAL 20 hrs TOTAL $2500 $14,250 *Please note that preparation of additional shop drawings required to provide final dimensional control of the stainless steel skin design is not included in this estimate. Per your request, we have also prepared an Additional Services fee proposal for design services associated with potential change orders. Additional Analysis Change to Stainless Steel Pipe 16 hrs $140/hr $2,240 Dynamic /Fatigue Analysis 40 hrs $140/hr $5,600 SUB-TOTAL 56 hrs ,840 TOTAL $7, 840 2607 7th street suite b Berkeley ca 94710-2571 USA f 510.845.3906 endresware.com ~~ ~ ~o ~n. We would be able to do this work as additional services under our original contract with the updated Schedule of Charges (attached). I wanted to give you N.T.E. estimate for this work (fourteen- thousand two-hundred and fifty dollars, $14,250 billed hourly for Construction Support Services and seven thousand eight-hundred and forty dol-ars, $7,840 billed hourly for Additional Analysis Services) as well as get your written permission to proceed/bill this expanded scope of services. Please return a copy of this signed letter to our office. If you have any further questions or require additional information, please do not hesitate to contact me. Sincerely, John Q. Ware, P.E. john@endresware.com Permission to proceed with work, Aditya Advani, ASLA, Partner RHAA 2607 7th street suite b Berkeley ca 94710-2571 USA f 510.845.3906 endresware.com ~~ ~ ~o SCHEDULE OF CHARGES ARCHITECTURE AND ENGINEERING CONSULTING SERVICES Professional and Technical Personnel Hourly Rate Principal $ 140 / hr Project Manager $ 125 / hr Professional Engineer /Structural Engineer /Architect $ 140 / hr Designer /Associate Architect /Associate Engineer $ 125 / hr CAD Draftsperson $ 95 / hr Administrative Assistant $ 65 / hr Expenses All out-of-pocket expenses, such as travel, model making, printing, delivery services, mailings, long-distance telephone calls, special consultants, etc. shall be billed at actual cost plus ten (10%) percent. Travel time will be charged at the rates listed. Notes Schedule of Charges effective until December 31, 2009. Above rates are based upon a forty (40) hour week. Unless expressly provided for within this contract, rates on all contracts are subject to increase as of January 1, 2010. Rates are for normal Architectural and Engineering services. Normal rates for depositions and testimony are $350 per hour for Principals. All other personnel are $250 per hour. These fees are due and payable at the time of service. Balances not paid within 30 days may be subject to a monthly interest charge of 1.5%, not to exceed an annual rate of 18.0%. 2607 7th street suite b Berkeley ca 94710-2571 USA f 510.845.3906 endresware.com