HomeMy WebLinkAbout11/01/2005, BUS 3 - CONTRACT SERVICES WITH DOKKEN ENGINEERING TO PERFORM PHASE II PROJECT REPORT AND ENVIRONMENTAL SERV Y r .
0�_ ;i
s
tp
_ ' i�'� •.a, � w��-" / � ,SOL... W��.
£. lt
a 1 -f1t
A` .f�ir.�l�•�I t.
00
zoo
i�1. k•. th C
�.:. O>
i. .- � 1• �. 3.10 �" tal;:1 � .� ,^�+� •�;� „ '
� 1��� � •T ity� Y R
AI
� W•?il '8N'� ism �JEiI
YYr///JJJgttj wr, :?y
"r . v tel`, �' 0 l�,;�t►"'
U 1� fi d00� � jy•
-op��
'All iAks
Ilk
d lef
ftlpi
Y •1 ��' AlTw7ri
� y irn
/ as
,i`
Fio
_t 1.,� J ,�,�''Ml'rC.l• '1I (1�Rf��+1F►�-.,r1
_ � ,� • 15 y j�y� ' 1�w��v(1
. �'"ISI:' f,;^�:Jj'ki •� ��••�� y / 'Y�,
a .��.��Jf�.(•a yJ.e�S �*ZI y � .
. is 1 r• 1 r ._.Ir,•�
Contract Services for the Los Osos Valley Road_Interc_hange Project Page 6
FISCAL IMPACT
To date, $900,000 has been programmed for the US 101/LOVR project through various budgets
including the FY 2005-07 CIP budget. Of that amount, $332,000 has been expended to deliver the
approved Caltrans Project Study Report and the Phase I PA&ED work. With some partial savings
in these early phases there is $571,000 available in the City budget to program for this next phase of
work. The following is a breakdown of cost estimates to deliver the Project Report and the EIR:
Task _ ___ Cost Estimate_
Caltrans Project Report $500,000
Environmental Impact Report $180,000a
Contingency Amount $34,000a
$714,000
Notes: a) Due to the complexity of the project location and it's proximity to the SLO Creek and Prefuino Creek,EIR cosfibiy be higher
than the estimated$180.000. Therefore,staff is recommending a contingency amount be approved to be used if additional
technical studies are requited by Caltrans:
Because the cost of$680,000 for the Project Report and EIR would in essence, use up all available
funding in the project account, staff is recommending that Council appropriate an additional
$34,000 for the project budget to be used for potential unforeseen items such as needed public
workshops and additional technical studies including possible property appraisals that may be
necessary but are not part of the PA&ED costs.
Based upon available fund and cost estimates, an additional $143,000 is needed to fully fund this
next stage of the project. Staff is recommending that $143,000 in unappropriated Transportation
Impact Fees be added to the project budget to complete this next phase of work. This represents the
balance of unappropriated Transportaton Impact Fees.through 2007; other anticipated fees have
already been allocated by Council to specific projects.
ALTERNATIVES
The Council may choose to defer the development of the PA&ED portion of the project until some
future time. This alternative is not recommended, because it will delay the project and will
ultimately lead to a delay to the construction of improvements at the interchange location, which
has been identified as a major goal of the Council for the FY 2005-07 Financial Plan.
ATTACBN ENT
Agreement and Scope of Work
[:\Council Agenda Reports\2005 Council Agenda Reports\TtanspormticnV.oVR Interchnage\CAR LOVR PA—ED Q.doc
3 r �
� 1
Attachment 1
AGREEMENT
77
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on
by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter
referred to as City,and Doliken Engineering,hereinafter referred to as Consultant..
WITNESSETH:
WHEREAS, the City wants to have engineering work done to perform Phase II PA-ED analysis of the Los
Osos Valley Road Interchange Project,Specification No.99821.90557B.
WHEREAS,Consultant is qualified to perform this type of service and has submitted a proposal to do so
which has been accepted by City.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter
contained,the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered,as
first written above,until acceptance or completion of said services.
2. CITY'S OBLIGATIONS'. For providing services as specified in this Agreement, City will pay
and Consultant shall receive therefore compensation in a total,sum hot to exceed$680,000.00.
4. CONTRACTOR'S.OBLIGATIONS. For and in consideration of the payments and agreements
hereinbefore mentioned to be made and performed by City, Consultant agrees with City to provide services as set
forth in Exhibit A attached hereto and incorporated into this Agreement. Consultant further agrees to the contract
performance terms as set forth in Exhibit B attached hereto and incorporated into this Agreement.
5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement
shall be in writing and shall be effective only upon approval by the City Administrative Officer of the City, or his
designee. Requests for payment of services not contained in this agreement shall not be paid, unless prior written
approval has been received by the consultant.
3 � 7
ti
Agreement Page 2
6. COMPLETE AGREEMENT. This -written Agreement, including all writings specifically
incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral
agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of
Any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties
hereto.
7. NOTICE. All written notices to the parties here-to shall be sent by United States mail, postage
prepaid by registered or certified mail addressed as.follows:
City Pamela K. King
City of San Luis Obispo
.955 Morro Street
San Luis Obispo,CA.93401
Contractor Dokken Engineering
Attn:Matt Griggs,P.E.
2365 Iron Point Road,Suite 200
Folsom,CA 95630
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Consultant do coven-ant that each
individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute
Agreements for such party.
IN wrmms, WHEREOF, the parties hereto have caused this instrument to be-executed the day and year
first above written.
ATTEST: CITY OF SAN LUIS OBISPO,A Municipal Corporation
By: By
Audrey Hooper,City Clerk dav�idfi. Romero,Mayor
APPROVED AS TO FORM: CONSULTANT-
By:
ona P.Lowell,City Attorney Dokken Engineering
1-\_Council Agenda Reports\2004 agenda reportATtansportation and Development Review (Bochum)\LOVR inuxchange PA-ED Contract
Dokken.dm
1O
Exhibit fc
October 12,2005 '-n
i.
2005
Mr.Timothy Scott Bochum
DeputyPublic Works Director ____,_�
City of San Luis Obispo �~ ' Q ,%8ISP0 f
955 Morro Street : '+RTMENT
San Luis Obispo, CA 93401
RE: Los Osos Valley Road/US-101 Interchange Project Approval
Dear Mr.Bochum:
Thank you for this opportunity to propose Engineering.Services to the City of San Luis Obispo
for Project Approval of the Los Osos Valley Road/US-101 Interchange Project. This project is
very important to Dokken Engineering and we realize it is a critical project for the City of San
Luis Obispo. We respect the complexities of the project and look forward to working through
the key issues of this interchange. I personally remain committed as your project manager with
Juann Ramos as the Project Engineer. An organizational chart depicting our key staff and sub-
consultants is attached.
We have prepared a comprehensive scope of services with some revisions since the prior draft
dated February, 2005. We have deleted some services that are non-essential to completion of
the Project Report. Attached to this letter are two copies of the Summary Cost Proposal and the
Estimated Labor Hours and Cost breakdown by subtask, labor by person or classification, and
other direct costs. Due to progress since our February proposal and the following changes to
our scope of work,the cost proposal has been reduced from$589,000 to$503,000.
• Reduce studies from 3 alternatives to 2, the Miminum Build and the Southbound Hook
Ramp alternative. The southbound loop on-ramp alternative has been removed.
• Prepare all work from here forward in English Units only
• Focused hydraulics approach from WRECO
• Reduced surveying to eliminate Los Verdes bypass topographic mapping and metric
mapping throughout.
The following are some of the key strategies Dokken Engineering feels are important in the
timely, cost-effective delivery of this project.
1) Our surveying approach is to perform greater ground surveys prior to mapping the aerial
topography contours. As the aerial topography is mapped, the additional project cross.
sections and feature surveys are built into the aerial topography for greater accuracy.
This adds a little more cost up-front, but increases the accuracy of the entire
topographic mapping and leads to fewer issues during construction.
3 --�
2365 Iron Point Road,Suite 200,Folsom,CA 95630 • Tele:916.858.0642 • Fax:916.858.0643 • www.dokkenengineering.com
1HRIT 66V
Mr.Timothy Bochum
October 11,2005
Page 2
2) We understand the stream hydraulics, of this interchange are very complex with 3
creeks, overland flow and backwater effects. Our approach will be to determine what
minimum improvements are necessary to pass the design flows from PerLmo and
Froom Creeks under the ramps and mainline of US-101.
3) We recognize that the environmental process will have a major effect on completion of
this project. We have added Michelle Campbell to our team. Michelle has extensive
experience working for the environmental branch in Caltrans District 8. Michelle will
coordinate with the City's environmental consultant and the resource agencies to ensure
the City's interests are protected. We understand the environmental consultant will be
dependent ui)on,information from us to accurately identify the project footprint. staging
needs, equipment to be used, excavations, fill areas, construction duration and final
Project details. We have allowed time to review the draft environmental stud I ies and
mitigations to verify suggested mitigations are appropriate, but not excessive: We have
included these services, and time for meeting with resource agencies specificdlly as
Task 7.
Dokken Engineering is excited about the opportunity to complete the Project Report for the Los
Osos Valley Road / US-101 Interchange and we have the resources available to start
immediately. I would like to meet with you to discuss this scope of work and the project
approach. I can be reached at(916),858-0642 to set up a meeting date or discuss any questions
you have with this proposal.
Sincerely,
Matthew N. Griggs, P.E..
Project Manager
Enclosures:
Appendix A"Scope of Services"
Project Organization Chart
Summary Cost Proposal
Estimated Labor Hours and Cost
1294-10
-1 .q� ;Vg .F4 "Y"wGy� e vT'$, .14
++��yyyy}�
? @a*3viNpaM1"i -moiy'd� n �!�
EX 0H
October 20, 2005
Timothy Scott Bochum
Deputy Director of Public Works
CITY OF SAN LUIS OBISPO
955 Morro Street
San Luis Obispo, CA 93401
RE: US 101/Los ds-os Valley Road Interchange
Potential Cost for Environmental Work
Dear Mr. Bochum:
Dokken Engineering is pleased to be a continued part of the Los Osos Valley Road Project.
It is our understanding that the City would like to add the Environmental Document services
to the proposed Project Approval work within our contract with the City of San Luis Obispo.
We have not received any cost proposals from environmental firms for the potential cost of
the NEPA and CEQA clearance. At this time, budgeting for the EIR/EA should be a minimum
of$180,000. Depending on actual proposals to be received, it may be as much as $250,000.
If you have any questions; please call meat (916) 858-0642.
Sincerely,
DOKKEN ENGINEERING
Matthew N. Griggs, PE
Project Manager
1294/MNG/cc
2365 Iron Point Road,Suite 200,Folsom,CA 95630 Tele:916.858.0642 • Fax:916.858.0643 • www.dokkenengineering.com
Los Osos Valley Road US 101 Interchange
d'U-�
APPENDIX A • SCOPE OF SERVICES
(Revised 10/10/05)
A. PROJECT DESCRIPTION
The City of San Luis Obispo. is proposing to widen and improve Los Osos Valley Road
(LOVR) over US-101 and increase the capacity of the US-101 interchange. The purpose of the
proposed project is to maximize the efficiency of LOVR and the LOVR / US-101 interchange to
preempt any degradation of traffic operations within the 20-year design period (2030). The
project.limits extend along LOVR between Auto Park Way to the west and South Higuera Street
to the east and along US- Route 101 for approximately 2500 feet south and 4300 feet north of
the LOVR Overcrossing. The alternatives include several design features such as widening of
LOVR, possible reconfiguration and widening of the interchange ramps, the addition of bike
lanes and sidewalks where lacking, and the addition of auxiliary lanes where.warranted.
The acceptable Level of Service for the proposed project is level D. The project is to be
designed such that it will not preclude the planned ultimate widening of US-101 or future
interchange improvements.
This project is classified as a Category 4A project as defined in the Caltrans Project
Development Procedures Manual because it increases capacity and requires acquisition of
additional right of way.
B. COORDINATION
DOKKEN ENGINEERING shall coordinate with other involved agencies for compatible
design and phasing of construction with existing conditions. Coordination may include, but will
not necessarily be limited to the following:
San Luis Obispo County SLOCOG
Caltrans Regional Water Quality Control Board
Federal Highway Administration Federal and State Resource Agencies
Utility Companies San Luis Obispo County Flood Zone 9
Engineering Services Agreement — Scope of Services A=1
�a
EXHIBIT "A"
Los Osos Valley Road US 101 Interchange
All meetings with other outside agencies will be scheduled by DOKKEN ENGINEERING
with the approval of CITY.
C. STANDARDS
SURVEY
The minimum standard of survey quality shall be that of similar surveys performed by
CALTRANS.
CALTRANS will designate the existing horizontal and vertical control monuments that are.
to be the basis of all surveys, CALTRANS will provide the California Coordinate System values
and/or elevation values for these monuments.
All surveys shall be adjusted to the designated control monuments and their values.
All surveys shall comply with OSHA regulations regarding safety equipment and
procedures, safety instructions issued by the State, and the safety provisions included in the
CALTRANS Surveys Manual.
Monuments established shall be marked with disks, plugs, or tags. In addition, identify
all established monuments by tagging or stamping the monuments with the license or
registration number of the surveyor who is in "responsible charge" of the work.
DESIGN STANDARDS
The work to be performed by DOKKEN ENGINEERING shall be based on the procedures,
guidelines, standards and code contained in the agency publications listed below:
Project Development Procedures Manual (PDPM), with current amendments
Local Programs Procedures(LPP), with current amendments
Highway Design Manual (HDM), current edition with current amendments
Manual of Uniform Traffic Control Devices (MUTCD) with California Supplements
Standard Plans, current edition
Standard Specifications, current edition
Standard Special Provisions, with current amendments
Engineering Services Agreement - Scope of Services A-2
EXF IBIT 6191
Los Osos Valley Road &S 161 Znterchan#e
Bridge Design SpecificAtions
Storm Water Quality Handbooks, current editions
Encroachment Permit Manual, current edition
Cooperative Agreement Manual, current edition
PS&E Preparations Manual, current edition
CADD Users Manual,.current edition
Drafting Manual, current edition
Standard Environmental -Reference, current edition
tion
Manual of Test, California 130 (geotechnical design), current,edition
Urban Drainage Design Manual, us Dept of Commerce, current edition
Drainage of.Highway Pavements, US Dept of Transportation, current edition
City of San Luis Obispo Standard Plans and Spec,Ifications
All documents shall be prepared using English standards and dimensions.
D. ALTERNATIVES IN CONSIDERATION
The alternatives have been renamed for the Project Approval and Environmental
Document (PA&ED) phase of the Project. The following are the two alternatives being carried
forward for study:
Alternative A.: Minimum Build, this is the PSR-PDS Alternative 3
Alternative _B: Southbound Hook Ramps, this is the PSR-PDS Alternative 6 without the
Northbound Slip On-ramp. This was PSR-PDS Alternative 6 with the slip on-ramp.
Engineering Services Agreement - Scope of Services A-3
. ��l Cp99 N ���yyry]] 66/®�91
f I L•Fi%I� fW � YCl .
Los Osos Valley Road US 101 Interchange
SERVICES TO BE PROVIDED
TASK 1.0 PROJECT MANAGEMENT 4
TASK 2.0 PRELIMINARY ENGINEERING STUDIES 7
TASK 3.0 GEOTECHNICAL STUDIES 30
TASK 4.0 TRAFFIC STUDIES 11
TASK 5.0 GEOMETRICS 14
TASK 6.0 DRAFT PROJECT REPORT 16
TASK 7.0 ENVIRONMENTAL SUPPORT 21
TASK 8.0 FINAL GEOMETRIC APPROVAL 22 .
TASK 9.0 PROJECT REPORT 24
TASK 1 PROJECT MANAGEMENT
Project Management shall be conducted to ensure a smooth flow of information between
PDT members. The following project management tasks will be performed:
Task 3.1 Monthly Project Delivery Team (PDT) Meetings
DOKKEN ENGINEERING shall coordinate and attend 18 PDT meetings with City, County,
Caltrans, environmental consultant and other representatives from resource agencies as
necessary. A Meeting Notice, Agenda and Minutes shall be prepared for each meeting. Minutes
shall be distributed to the CITY's Project Manager and other attendees within one week of the
meeting.
Task 1.2 Monthly Progress Reports
DOKKEN ENGINEERING shall prepare progress reports as supporting data for invoices
presented monthly to the CITY. The Progress Report shall include accomplished tasks for the
month, anticipated progress for the next month, pending issues and schedule completion target
Engineering Services Agreement - Scope of Services A-4
3 /5
Los Osos Valley Road US 101 Interchange
dates. During periods of large activity, the project manager will put out weekly emails to the
team listing actions required for the following week.
Task 1.3 Project Schedule
DOKKEN ENGINEERING shall, within 2 weeks of Notice to Proceed (NTP), provide a
detailed project milestone schedule indicating major activities and deliverables. The milestone
schedule will be updated as required.
Task 1.4 Quality Control
DOKKEN ENGINEERING shall have a quality control plan in effect during the entire.
course of the project. DOKKEN ENGINEERING shall develop a plan establishing a process to
ensure studies, exhibits, GAD's, and all deliverables are checked, corrected and back-checked
for accuracy and completeness. DOKKEN ENGINEERING shall review sub-consultant report
submittals to ensure that appropriate background information, study methodology,
interpretation of data, format and content are completed in accordance with current standards.
Hours for this task are spread throughout the project tasks.
Task 1.5 Other Meetings
DOKKEN ENGINEERING shall organize and facilitate the following project meetings:
(1) Public Information Meeting
(5) Individual Stakeholder Meetings- These meetings could be SLOCOG, Los Verdes,
Planning Commission, Individual Resource.Agencies, etcetera.
(2) City Council Meetings
DOKKEN ENGINEERING shall prepare meeting agenda, exhibits, powerpoint.
presentations and handouts as necessary to communicate the project information, to the public
or stakeholders. Following the meeting, the minutes will be prepared within a week and
distributed to the City for review.
Engineering Services Agreement- Scope of Services A-5
M "K'
IBIT
Los Osas Valley Road US 101 Interchange
Task 1.6 Permits
DOKKEN ENGINEERING.shall prepare all necessary encroachment and right of entry
permits necessary to perform the engineering studies included,in the scope of services.
Task.1.7 cooperative Agreement
A Cooperative A reement is required for all locally funded projects With construction
9 1`03
costs over $1,000,600 to cover project development and construction responsibilities.. It is
anticipated that two agreements will be required., The first will 11 be for design and design
oversight and the second will be for advertising, awarding and administering the construction
contract. A Cooperative Agreement for advertising, awarding and administering the
construction contract will be completed during the Plans, Specifications and Estimate phase of
the project.
The draft Cooperative Agreement will 11 be initially reviewed and approved by the City of
San Luis Obispo. Once the City has reviewed the d,raft.agreet-hent, Caltrans functional units will
review the document and provide comments. - Dokken Engineering will compile comments,
reconcile issues and incorporate the comments into the draft agreement.
Deliverables: Meeting documentation, monthly progress reports, weekly ernalls,
action item lists and 6 milestone schedule.
Engineering Services Agreement Scope of Services A-6
Los Osos Valley Road US 101 Interchange
TASK 2 PRELIMINARY ENGINEERING STUDIES
Task 2.1 Utility Impacts
DOKKEN ENGINEERING shall compile utility records gathered during the preparation of
the PSR and create a Utilities Base Map showing the size and location of all existing utilities. A
field search will be performed to review the Utilities Base Map and search for any unreported
utilities. The Utilities Base Map shall show all existing facilities including: water, storm drain,
sewer, .gas, electric, telephone and cable. DOKKEN ENGINEERING shall prepare a database of
utility records indicating the type of utility, owner, drawing number, and other vital information.
The identified utility companies shall be sent a letter requesting confirmation of the existing
utilities and notified of potential conflicts. The letter will request the utility identify if they hold
prior rights or are located under a franchise agreement. The information developed shall be
summarized in the Alternatives Section of the Draft Project. Report and incorporated into the
Utility Information Sheets.
Deliverables: Existing Utilities Base Map, Utility Contact Letters, Utility Database
Task 2.2 Right of Way Base Map
Dokken Engineering will update the Right of Way Base Mao established with the PSR-
PDS. This map will then be used to determine approximate right of way takes for each parcel
and alternative.
The final Right of Way Base Map, reconciled with County Assessor Maps, Caltrans Right
of Way Maps, City Subdivision Maps and Parcel Maps, Record of Survey Maps, Road, Grant
Deeds and field surveys will be produced during the PS&E contract.
Deliverables: Right of Way Base Map
Task 2:3 Right of Way Requirements Map
Using the Right of Way Base Map and the right-of-way requirements for the three "build"'
alternatives, DOKKEN ENGINEERING shall prepare a right-of-way requirements map for each
viable alternative. The right of way requirements map shall define all property acquisition and
easement areas required for the Right of Way Data Sheets.
Engineering Services Agreement = Scope of Services A-7
{ EXHIBIT 66 ,E
Los Osos Valley Road US 101 Interchange
Task 2.4 Project Mapping (English)
CANNON will prepare topographic mapping for the project corridor based on collected
data and aerial mapping. CANNON will establish horizontal and vertical control based on local
Caltrans first order monuments and establish a supplementary horizontal control network
throughout the project area based on the California State Plane Coordinate System, NAD83,
Zone 5. Third order or better vertical control shall be established for ground surveys in terms of
the North American Vertical Datum of 1988.
CANNON will coordinate flyover photogrammetry of the Los Osos Valley Road/US 101
Interchange project limits. They will perform all supplementary control survey work; setting at
least eight (8) aerial targets and performing a static GPS control survey to establish coordinates
and elevations on the targets.
Upon completion of the survey control network, field crews will conduct field surveys;for
the engineering design. This information shall include but not ,be limited to: the location of
natural ground features; existing geometry of roads; edge of pavement; hinge points; flow
lines; ditches; slopes; levees, berms; existing signing and :striping; existing right of way;
adjoining property lines; existing drainage facilities, culvert inverts; existing underground and
overhead utilities; structures; fences; poles; existing electrical service. points; trees and
vegetation over 6" DBH; streetlights; driveway limits; existing structures in the creeks and
other relevant design information.
The mapping will include a 200' wide corridor along Los Osos Valley Road from the
intersection with South Higuera Street to the intersection with. Auto Park. Way. The
intersections will be included in the survey. Through the US-101 Interchange, the mapping
corridor will broaden to include the alternative alignments. Field surveyed cross sections every
100' for the full project length of the existing Los Osos Valley Road will be taken. In addition,
all areas that will be widened and conformed to the existing pavement, including cross streets
and driveways, will be field surveyed.
CANNON will perform cross section surveys for Froom, San Luis Obispo and Prefumo
Creeks. For Froom Creek, we will provide eight cross sections at 100 ft intervals, starting at
the US-101 box culvert. For San Luis Obispo Creek, we will provide 10 cross sections: one on
Engineering Services Agreement -Scope of Services A-8
EXHIBIT "All
Los.Osos Valley Road US 101 Interchange
each side of the arch culvert, one additional cross section 50 ft on each side of the culvert and
3 additional up and downstream cross sections at 100 ft. For Prefumo Creek, we will provide
cross sections at 100 ft intervals from 500 ft west of the southbound off-ramp culvert to the
Highway 101.box culvert. We will provide two additional cross sections at the outlet of the east
side of US-101, at 50 ft spacing.
CANNON will provide a 3 dimension digital topographic ACAD map with 1 foot contour
intervals and mapped ata Metric scale of 1:40. The map shall be prepared in Caltrans format.
Break lines and ditch Flow lines shall be delineated on the map.
Deliverables: 3-D English Topographic Mapping on CD-ROM.
Rectified Aerial Photograph, % inch per pixel
Field Survey Data - English
Survey Control Point Data
Task 2.5 Location Hydraulic Study
WRECO will prepare a Location Hydraulic Study 'for Prefumo Creek, Froom Creek and
San Luis Obispo Creek. The study will review overland flow that is intercepted by Prefumo
Creek and evaluate thecapacities of the existing Prefumo Creek Box Culverts and the San Luis
Obispo Creek Multi-Plate Triple. Barrel Arch Culvert. The study will determine the size of
additional box culverts, pipes or bridge configurations necessary to increase the hydraulic
capacity of Prefumo Creek underneath the US-101 mainline and southbound off ramps to meet
100-Year design requirements. WRECO will revise the Draft Location Hydraulic Study to
incorporate comments from Dokken Engineering, San Luis Obispo County Zone 9 Flood Control
District; the City and Caltrans.
The _Hydraulic Design Report will be prepared under the PS&E contract.
Deliverable- 5 Copies of Draft and Final Location Hydraulic Study
Engineering Services Agreement - Scope of Services A-9
i
F AIT 6i it
Los Osos Valley Road US 101 Interchange
TASK 3 GEOTECHNICAL STUDIES
PARIKH reviewed available as-built plans, ,geologic and geotechnical literature pertaining
to the project site and fault maps in the ,preparation of a preliminary report under a prior
contract. During that contract, no field work was performed.
All field investigations, laboratory testing and reports will be prepared as part of the
PS&E phase of the project.
Task 3.1 Design Memorandum .
Dokken Engineering will prepare a geotechnical design memorandum to assist the
roadway and structure engineers in preparing. project cost estimates and discussing structure
foundations for the .Draft and final Project Reports. The memorandum will briefly discuss the
following project features:
Los Osos Valley Road Overcrossing: Widen or replace
San Luis Obispo Creek Bridge: widen, extend, raise
US-101 Prefumo Creek Triple-Barrel (Mulit-Plate Arch)Culvert: extend
US-101 Prefumo Creek Bore and Jack Culvert
US-101 SBND Ramp over Prefurno Creek: Boz culvert, slab bridge
Westbound LOVR Retaining Walls No. 1 & 2 at Prefumo Creek
Eastbound LOVR Retaining Wall No: 3 at Flag Property
NBND Off Ramp Retaining Wall No. 4
Los Osos Valley Road
US-101 Auxiliary Lane
US-101 On/Off Ramps
Engineering Services Agreement - Scope of Services A-10
HIT "A"
Los Osos Valley Road US 101 Interchange
TASK 4 TRAFFIC STUDIES
Under prior contract, FEHR AND PEERS, collected 2005 existing count data, developed
future traffic volume forecasts analyzed future (2030) conditions and prepared a Traffic
Operations Report for Alternatives A (PSR-3) and B(PSR-6). The following scope of services
expands the operational analysis to include a reduced Alternative B. Additionally, signal
Warrant analysis, timing and phasing will be included in the updated and revised Traffic
Operational Analysis Report.
Task 4.1 Traffic Forecast Volumes Report
Based on the data gathered during" the prior contract and regional "modeling performed
by the CITY, FEHR AND PEERS shall update the Traffic Forecast Volume Report. The data
contained within the Traffic Forecast Volumes Report shall form the basis for the Level of
Service (LOS) analysis developed and documented in the Traffic Operations Analysis Report.
The traffic forecast volumes data shall be included in the Project Report for Alternatives A, B,
and the no-build. The Traffic.Forecast Volumes Report.shall contain the following:
Executive Summary and Methodology used to develop future demand volumes.
Average Daily Traffic (ADT) - freeway mainline, ramps and roadway segments for:
Existing conditions (2005); without project (2010); without project (2030).
Freeway mainline and ramps - AM/PM peak hours for: Existing conditions (2005);
without project (2010); without project (2030).
Intersections - AM/PM peak 'hours for: Existing conditions (2005); without project
(2010); without project (2030).,
An interim condition (opening Year 2010) was not.included for evaluation in the previous
work scope, but it will be useful for designing the traffic staging during construction. The San
Luis Obispo Citywide Traffic Model does not include an interim scenario. Thus the traffic
projections for Year 2010 for the four alternatives (A, B, and the no-build) would be developed
by interpolating from the base year and General Plan buildout year projections.
Deliverable: 5 Copies of the Draft and Final Traffic Forecast Volumes Report
Caltrans concurrence with the report
Engineering Services Agreement - Scope of Services A-11
EXHIBIT "A"
Los Osos Valley Road US 101 Interchange
Task 4.2 Traffic Operational Analysis Report
FEHR AND PEERS shall expand the Traffic Operations Analysis Report that examines
predicted traffic operations in the vicinity of the interchange under the following conditions:
A. Existing conditions (2005).
B. Interim condition - opening year (2010) for alternatives A, B, and the no-build
alternative.
C. Design year — (2030) for alternatives A, B and the no build.
The traffic operations analysis shall:
• Analyze freeway mainline operations and LOS per HCM 2000 methods. Theanalysis
shall determine free-flow speed, densities (passenger cars per mile per lane), and
LOS for the freeway segments analyzed.
• Analyze ramp access and egress points per the methods contained in "Chapter 25-
Ramps and Ramp ]unctions" of the 2000 HCM. The analysis shall determine LOS
within the ramp influence areas of the freeway.
• Analyze interchange ramps using HCM 2000 delay methodology, LOS, lane
configuration requirements and turn pocket storage length.
• Analyze.intersections using LOS per HCM methods, including average.delay, lane
configuration requirements and turn pocket storage length.
• Determine the need for and limits of any necessary auxiliary lanes on US-101.
• Perform Caltrans Traffic Signal Warrant analysis.
• Perform signal timing/signal coordination studies.
• Determine Traffic Index (TI) Values as required for ramps, CITY arterial roads and
the freeway mainline. This task requires vehicle classification counts on the ramps
and arterial roadways. Available classification counts will be obtained from City or
Caltrans staff. New classification counts, if required, will be conducted as additional
services.
Engineering Services Agreement = Scope of Services A-12
3
1
r I I IT "A"
Los Osos Valley Road US 101 Interchange
• Analyze ramp and street intersections for LOS during construction using lane
configurations, signal timing and turn pocket storage lengths available based upon
conceptual stage construction drawings for the three."build" alternatives.
• Collect and evaluate accident analysis data from the.C'ity and Caltrans
The LOS analysis shall be performed under scenarios A-C above for the "no-build"
condition; scenarios B-C for three: build alternatives. All analyses will be performed assuming
there will be no construction of the Prado Road Interchange.
Deliverable: 5 Copies Draft and Final Traffic Operational Analysis Report
Caltrans and City concurrence with the report
Task 4.3 Los Verdes Alternative Access
FEHR AND PEERS will review the feasibility of constructing an alternative access point to
Los Verdes. The review will identify a possible location(s), the operation characteristics and an
order of magnitude cost estimate. This task includes new AM and PM turning movement
counts at Los Verdes/Los Osos Valley Road.
Engineering Services Agreement - Scope of Services A-13
a lb "A"
Los Osos Valley Road US 101 Interchange
TASK 5 GEOMETRICS
DOKKEN ENGINEERING shall continue to refine the geometric configurations for
Alternatives A and B as traffic data, City Council input, Caltrans feedback and recent
development information continue to come available. These revised geometric layouts will
establish the project study footprints for the alternatives comparison. The comparison will
address the following: how well the project need and purpose are met, environmental impacts,,
right-of-way requirements, utility impacts, design exceptions, retaining walls and project cost.
This is a critical task, since. so much project cost will be expended on evaluating the
alternatives. These large geometric design layouts (Draft GAD's) will be included in the Draft
.Project Report as attachments in strip plot format.
Task 5.1 Schematic Alternatives
DOKKEN ENGINEERING shall revise schematic alternative exhibits for project
alternatives as each is refined and optimized_. The purpose of the exhibits is to compare
potential alternatives, easily recognize impacts and present the project alternatives to the
public, council and meeting groups. The alternative exhibits shall be in color, with a (2005)
project aerial photo attached. Alignments "shall be drawn as simple lines, but at a correct scale:
Altematives determined to be feasible shall be studied further for Level of Service (LOS), right
of way and environmental 'impacts During the Project Report Phase.
Task 5.2 GAD Alternative A: Minimum Build (PSR=3)
Beginning with the Draft GAD for Alternative A developed with the prior contract,
Dokken Engineering will revise the alignment and profile making adjustments for the. new
accurate topographic mapping developed in Task 2. Other changes and revisions from Caltrans
and the City will be incorporated along with additional revisions that may come as the other
studies are performed. Geometric design data and key project features shall be depicted.
A preliminary pavement delineation plan will be developed to aid in the analysis of the
two build alternatives: Lane configurations, tapers and turn pockets shall be shown.
Engineering Services Agreement =.Scope of Services A-14
31�
EXHIBIT "A"
Los Osos Valley Road US 101 Interchange
Typical Sections for freeway, ramps and arterial road improvements will be provided.
Original ground, traveled way, shoulders, cut/fill slopes and existing/proposed right-of-way
shall be shown.
DOKKEN ENGINEERING shall develop profile and superelevation diagrams for ramp and
arterial road 'improvements. Original ground, profile grade and geometric data including design
speed data shall be annotated on the drawings.
Tasks 5.1 GAD Alternative B:. Southbound Hook Ramps (PSR4)
This task is similar to Task 5.2 for the southbound hook ramp alternative. It is
anticipated that.the northbound slip-on ramp will not be part of the project at this timei but it
will be considered such that it could be built as a later project.
Task 5.4 Local Access Report
DOKKEN ENGINEERING shall develop a local access report to clearly show existing and
proposed access for alt adjacent properties. The report will include the proposed striping layout
of LOVR and Calle Joaquin to show the location of medians, turn pockets and driveways. Each
driveway will be clearly labeled on the access exhibit. The report will include a photograph of
each driveway, an aerial view of the proposed driveway and a description of the existing and
proposed access.
Deliverables for 2 Alternative§
Alternative Exhibits
Draft GAD's
Pavement Delineation Plan
Local Access Report
Engineering Services Agreement - Scope of Services A-15
EXHIBIT 6699
Los Osos Valley Road US 101 Interchange
TASK 6 DRAFT PROJECT REPORT
DOKKEN ENGINEERING shall prepare a.Draft Project Report. The Draft Project Report
shall be submitted for review and comment by the CITY and Caltrans. The purpose of the.Draft
Project Report is to present a description of the problem and the project alternatives so that the
environmental document can be prepared and evaluated: . The Draft Project Report is a
separate document that will be signed and approved. It will recommend circulation of the Draft
Environmental Document. The specific purpose of the Project Report and the revisions required
for the approval of that separate report are outlined in Scope Section 9. However, many of the
report sections are common to both reports. The following Project Report sections and
attachments shall be prepared.
Task 6.1 Draft Project Report Text
DOKKEN ENGINEERING shall develop an introduction that discusses project limits,
purpose, cost, program, fiscal year and Project Development Category. Build alternatives shall
be summarized in the Draft Project Report and only the final Project Report shall describe the
preferred alternative.
DOKKEN ENGINEERING shall develop a three or four .sentence section recommending
that the Draft Environmental Document (DED) be approved and publicly circulated.
DOKKEN ENGINEERING shall discuss the project history, summarize the community
interaction and issues from previous studies, and describe the existing interchange facility.
DOKKEN ENGINEERING shall update the a 'Need and Purpose Section that provides a
discussion of why the project is needed and the objectives of the project. Key issues that have
an impact on the need and purpose shall be highlighted. This section shall discuss applicable
program objectives such as the Regional Transportation Plan and other planning documents.
Impacts on state, regional, and local planning shall be discussed. Discussions of existing and
forecasted traffic data, traffic levels of service, traffic capacity, land use, and summarized
safety and accident reports shall be included.
Safety and accident information will.be summarized and 'discussed. The summary will
include number of accidents, where and when they occurred, the type of accident and why the
Engineering Services Agreement = Scope of Services A-16
Los Osos Valley Road US 101 Interchange
accidents occurred. Tables shall be prepared that summarize and compare these factors for
LOVR, the US-101 mainline and the on/off ramps.
DOKKEN ENGINEERING shall summarize considerations relating to hazardous waste,
value analysis, resource conservation, right of way 'issues, environmental issues, air quality
conformity, and Title VI of the Civil Rights Act.
DOKKEN ENGINEERING shall summarize considerations relating to public hearings,
freeway agreements, permits, Cooperative Agreements, Transportation Management. Plan,
accommodation of oversize loads and water resources.
DOKKEN ENGINEERING shall summarize the project milestone schedule, through
construction.
DOKKEN ENGINEERING shall summarize all major reviews and dates of review.
Reviewers shall include the FHWA Transportation Engineer, Caltrans Project Development
Coordinator, Geometric Reviewer and Traffic Operations Liaison Engineer. A statement
concerning the involvement and oversight of FHWA shall. be included.
DOKKEN ENGINEERING shall develop a contact list of all project development team
members and stakeholders. The contact list shall include names, addresses, and telephone
numbers.
Task 6.2 Alteenatives Section
DOKKEN ENGINEERING shall complete a project Alternatives Section that documents
both Non-feasible (rejected) Alternatives and Feasible Alternatives. The Draft Project Report
shall discuss the "No-build" Alternative with up to three_ Build Alternatives. The preferred
alternative shall be identified in the final Project Report. Proposed engineering features of the
project shall be discussed and analyzed including utility impacts, erosion control, non-motorized
and pedestrian safety, roadway widening and upgrading, structures widening or replacement-,
drainage improvements, cost estimates, and right-of-way data. Conceptual geometric drawings
shall be included as attachments to the Draft Project Report.
Engineering reports and studies attached to the Draft Project Report shall include the
following:
Engineering Services Agreement = Scope of Services A-17
Los Osos Valley Road US 101 Interchange
All alternatives studied shall be documented and a determination made as to their
feasibility. To assist in the documentation of comparisons between alternatives, DOKKEN
ENGINEERING shall create an alternatives matrix. The matrix selection criteria shall compare
each of the alternatives for traffic LOS improvements, right of way acquisition requirements,
environmental impacts, conformance with need and purpose, design factors including design
exceptions, utility relocation impacts, maintainability and cost.
Task 6.3 Utility Information Sheet.
TARVIN AND ASSOCIATES shall update the utility information sheets for 3 alternatives.
A description of the location, existing facility and "potential conflicts will be added or updated to
the sheets along with an updated estimate of potential relocation costs for which the project is
responsible.
Task 6.4 Preliminary Drainage Report
DOKKEN ENGINEERING shall analyze existing drainage systems for their ability to
accommodate. the project design flows, including proposed improvements. Caltrans and CITY
standards shall be followed for analysis and a Preliminary Drainage. Report shall be prepared
summarizing findings and proposed drainage improvements.
Task 6.5 Storm Water Data Report (SWDR)
DOKKEN ENGINEERING shall update the SWDR prepared for the PSR-PDS to ensure that
the programmed project includes sufficient right-of-way and budget for required storm water
controls and identify project-specific permanent and temporary Best Management Practices
(BMPs) that may be required to mitigate impacts. Drainage areas and total disturbed area shall
.be defined, as shall climatic conditions, existing drainage site conditions, site permeability, soil
texture, existing vegetation and groundwater.
Task 6.6 Right of Way Data Sheet
TARVIN AND ASSOCIATES shall compare and summarize right-of-way impacts for the
three build alternatives, Impacts shall be summarized in terms of number of parcels that could
Engineering Services Agreement - Scope of Services A-18
"A"
Los Osos Valley Road US 101 interchange
be potentially affected, impacts to property access, and a preliminary estimate of right-of-way
acquisitions cost. Up to 3 Right of Way Data Sheets will be prepared for revised or new
alternatives and updated for existing alternatives.
Task 6.7 Engineer's Estimate
DOKKEN ENGINEERING shall develop preliminary engineer's estimates for the two build
alternatives. The estimates shall be in Caltrans 6-page estimate format using escalation cost
factors.
Task 6.8 Structures General Plans
DOKKEN ENGINEERING shall complete the Structure General Plans (GP) for the project.
Preparation of the GP's shall begin with review of the proposed roadway alignments and the
Advance Planning Studies prepared for the PSR-PDS. A General Plan will be prepared for the
Los Osos Valley Road Overcrossing and the San Luis Obispo Creek Bridge for each of the two
build alternatives. Two additional General Plans will be prepared for the US-101 Southbound
Ramps over Prefumo Creek and the northbound on-ramp over San. Luis Obispo Creek. A total
of six General Plans will be prepared in accordance with.the Caltrans Memos to Designers on a
Caltrans standard border sheet: Each General Plan shall consist of a drawing showing bridge
plan, elevation, typical section, construction estimate and structure type.
Task 6.9 Traffic Management Plan
DOKKEN ENGINEERING shall prepare a Traffic Management Plan (TMP). The TMP .shall
address development of a public awareness campaign, proper identification of detour routes
and lane closures, scheduling of construction activities during off-peak hours, emergency
access, development of traffic contingency plans and other factors related to traffic
management during construction.
Task 6.10 Conceptual Stage Construction Exhibits
DOKKEN ENGINEERING shall prepare conceptual stage construction exhibits. The stage
construction plans shall assist in estimation of emissions associated with the construction phase.
_Engineering Services Agreement - Scope of Services A-19
3 -:5d
EXHIBIT "A"
Los Osos Valley Road 05101 Interchange
of the proposed project. The emissions estimates shall be based on the duration and extent of
construction.
Deliverables: 5 Copies Draft Project Report With Attachments
15 Copies signed Draft Project Report approved by Caltrans
Engineering Services Agreement - Scope of Services A-20
Los Osos Valley Road US 101 Interchange.
TASK 7 ENVIRONMENTAL SUPPORT
DOKKEN ENGINEERING will provide environmental support services to support the City's
environmental consultant in understanding the proposed designs, to act as the City's advocate
to ensure reasonable mitigation requirements, support permitting, and foster the expedient
completion of the environmental documents for this project;
Task 7.1 Meetings and Coordination
DOkkEN ENGINEERING shall attend up to 8 environmental coordination meetings with
stakeholder agencies and the City's environmental consultant.
Task 7.2 Approval of APE Map
DOKKEN ENGINEERING will work with the City and the environmental team to refine the
Area of Potential Effects Map for Caltrans/FHWA approval. The existing map will be modified as
needed to obtain approval.
Task 7.3 Engineering Support
DOKKEN ENGINEERING shall provide descriptions of the work to be performed as
needed by the environmental consultant in the preparation of technical studies and
environmental documents. Impact areas, excavations and project footprints will be quantified
by preliminary estimates of fill areas, retaining walls, footing excavations. Sketches of the
bridge footings, box culverts, retaining walls, engineered fill locations will be provided along
with preliminary area and volume calculations to assist in comparing the viable alternatives.
Task 7.4 Review of Studies and Draft Documents
DOEN ENGINEERING shall review the draft technical studies
KK , mitigation
recommendations and environmental documents for accuracy and consistency with the project
description. Mitigation measures will be reviewed for applicability to this project.
Deliverables: Area of Potential Effects Map, Exhibits, Engineering Support,
Document Reviews.
Engineering Services Agreement = Scope of Services A-21
All
Los Osos Valley Road US 101 Interchange.
TASK 8 FINAL GEOMETRIC APPROVAL
The following geometric approval work will be performed for the preferred alternative
from the.Draft Project Report and Environmental Documents.
TASK 8.1 Geometric Appraval Drawing (GAD)
DOKKEN ENGINEERING shall update the Geometric Approval Drawing for the preferred
alternative. Any additions or project revisions since the Draft Project Report will be
incorporated. The GAD will be prepared in strip plot format and include 2030 traffic forecast
volumes, typical sections; plan view layouts, profiles, superelevation diagrams, a signature.
block, and a traffic volumes diagram.
The GAD will be prepared in accordance with Caltrans guidelines for GAD requirements.
Coordination with Caltrans will continue until the GAD receives signature approval from Caltrans
in conjunction with any necessary Fact Sheets (Task 8.2).
The GAD will have the following:
Typical Cross Sections will be prepared for freeway lanes, ramps and arterial road
improvements that include original ground, traveled way, shoulders, cut/fill slopes, retaining
and sound walls, existing/proposed right of way and existing/recommended structural:sections.
Layout will include all geometric data required to construct the project. Geometric curve
data shall be organized in a data table. Horizontal alignment shall be identified and annotated
with "Line" identifiers.
Profile/Superelevation diagrams that include original ground, profile grade information
and superelevation data will be provide for freeway, ramp and arterial road improvements.
Task 8.2 Fact Sheets and DIB Checklists
DOKKEN ENGINEERING shall prepare a GAD in strip plot format. The GAD submittal
package shall include 2030 traffic forecast volumes, typical sections, plan view exhibits,.
profiles, superelevation diagrams, a signature block, and a Traffic Volumes diagram.
Engineering Services Agreement = Scope.of Services A-22
X33
EXHIBIT 6699
Los Osos Valley Road US 101 Interchange
Design Exception Fact Sheets - DOKKEN ENGINEERING shall provide all documentation
required to request deviations from Caltrans mandatory and advisory design standards.
Design Wormation Bulletin - In conjunction with the Fact Sheets, OOKKEN ENGINEERING
shall complete the Caltrans DIB 78 Checklist.
Design Information Bulletin 82 Pedestrian Accessibllity Guidelines for Highway
Projects - Dokken Engineering shall ensure that the design is completed in compliance with
DIB 82.
Truck Turning Templates - Exhibits shall be provided to verify that larger SMA vehicles
properly traverse the proposed intersections.
Deliverables: GAD Approval
Design Exception Fact Sheets
DIB 78 Checklist
Engineering Services Agreement - Scope of Services A-23
3 --3 y
EXHIBIT "A"
Los Osos Valley Road.US 101 interchange
TASK 9 PROJECT REPORT
Task 9.1 Project Report
Following public circulation of the Draft Environmental Document (DED), consideration of
public comments and the selection of a "preferred" alternative, the Draft Project Report shall be
revised to create the Project Report. All sections and attachments of the Draft Project Report
shall be included in the Project Report. The recommendation section will be updated to
recommend approval of the preferred alternative and that the project proceed to the design
phase. A statement shall be prepared that attests that the local affected agencies have been
consulted, their views considered and. that the local agencies are in agreement with the report.
Deliverable: DOKKEN ENGINEERING shall complete and obtain Caltrans and FHWA
approval of the Project Report.
Notes: The following will be prepared with the Environmental or PS&E Contract
• Environmental Technical Studies and Documents
• Plans, Specifications and Estimate
• Reconciled Right of Way Base Map
• Plats and Legal Descriptions
• Construction Permitting
Engineering Services Agreement— Scope of Services A-24
TIM BOCHUM
ProjectManagerCITY 1 OBISPO
MATTHEW GRIGGS, PE
Project Manager
t Carlton, PE
QAIQC
ENGINEERING & RELATED SERVICES
Martin Maechler;,PE 7uann Ramos,, PE Nathan Donnelry,'PE
Structures Project Engineer Roadway Project Engineer -Utility Coordination
Charles Tornaci, PE Valerie.Ullla
Structures Designer Roadway Designer
SUPPORT
Phil Reimer, PLS Rob Lawrence, Sohrab Rashid, PE
Cannon Assoc. Geotechnical investigations FEHR& PEERS
Surveying& Mapping TrafRcAnalysis.
Han-Bin Liang, PE Robert Tarvin,SR/WA, ZEAS Michelle Campbell
WRECO TAR VZN&ASSOCZA TES Environmental.Coordination
Hydraulic Analysis Right of Way
EXHIBIT "Alp
J
O
a
CL
a
v
W
O J 0000000000000000000 000.00000000000000000000000 0
000000000,00000p0,0,000goo,o,000000000000000.0000000.0 0
IL 0 A 0000 aND N ONNON OO V O (Opm �pa � � NO �< ON W COD OOi N O.Oy N-N �Op �D 0 m N w N'N t00
W CO m W Lp a V M f� f�r t0 N N M W O Ol 1tf t0 O 1A cM O fD N O N e') t�N N d. M ,.- fes Ui co � n -4 v_ W
N C M CO N m N fM u] N f�M 0 0 W t0 W Lo-N(D W 0' W W CM-.W M-W N M f��'W M to M f�W b M 0 0 Of
W M 0 fA VA r to$A W f W M rN IA W V Vi to M W(A W iA!A N M M Cl)fA W !A to N N W
Z �z N M(A !A W W W IA fA N W N 1A N!A fA IA fA fA 69 M fA M M N fA R
CL gn
d N
m
0 ? 0 y
2 N U
00 0) a �+
E > w a a d
z_ o E' x E
o �, W u Q
N 0 U) aCL t C.
p ID:Y O O EJ O M
U F osa .`+ °o Ct;n i �4c62
O
W Z' No cwi CLE= M o�d atm Zy motamN �10cdm ao to
a,to c
J W Ch 0M. o � eyeE �Q.21 aSIA 0.. ~ (A00-C one U) LaV0- p pQG
f Car EW LU U1- 7 O_a Ti ..... i''Wt' O CI a R COIW9A 0DU 0w
W dal mZ. 0O` —W-cA 10.0 pQ0) OC p. OC EidO1J �' 6p�r DGH
am Iov ew > e � a aFax._^ � 3 dCc
O Z $.�.p O Ot a} fDC C iQ C0 V)a'p+.�V1w: >aW a'vl 10 `OaLU C �yZ�,IL ul I-i aC0 �
H Q. FIm c Q IY.� �i CL.0 0� u �QUQAA' It IA E� � ?C'(9 A—w Cw.0l�+ga RW 0
tOi� FddyVd «� E33f=igcyiocmac« � mdzo>� �A,3 dW«im°io10°� FC
OJ UA ac C.t Z'L 43 U
MM�i .o. «d«f oi� vo,�g EQQa a a C EE «a gCM a'�C+ QC ya U)
0 e 2 ce o O 7= d Oa' i+ 01 Oi�pW Wy� pW'yCQQ p� ��a+ �o �0 ��±IUZ 0 aC mrZi m It G
'O a zIIL0'80.Ua7DCaaJ(70F FF-1�7 V)W(J-100:RZL W.0 Ylh UA Ic -C7aa
•�]Z e a eiN fel C N t0 N ' rl N..fel.a N � ii � 'I N M � 4 N M V I ��N M Q Y1 10 I�00 Of e� ' .I N M 7 1 e4 N 1 ii
W4 .i.i.i ti'i.i N N N N N M M V V V V h N h"01 h to ;0 s0%D IO IO 10 Ia%D%D%D 1%N P N N M CO 0 Ol 01
41 Y Y Y Y Y id
Y Y Y'
y
.• 0)
a Q
O 9 F
Z �
1a
�J
r—2
EXHIBITs° a$
Exhibit B
CONTRACT PERFORMANCE TERMS LW
V, a1.n :�'�-` 3,i
.t.s.KH.tSk a� F� = 9 +. .R ^^ ^``YR -OK
1`
1. Business Tax. Consultant must have a valid City of San Luis Obispo business tax certificate
prior to execution of the contract. Additional information regarding the City's business tax
program may be obtained by calling(805) 781-7134.
2. Ability to Perform. Consultant warrants that it possesses, or has arranged through subcontracts,
all capital and other equipment, :labor,. materials, and licenses necessary to carry out and
complete the work hereunder in'compliance with any and all federal, state, county, city, and
special district laws, ordinances, and regulations.
3. Laws to be Observed. Consultant shall keep itself fully informed of and shall observe and
comply with all applicable state and federal laws and county and City of San Luis Obispo
ordinances,regulations and adopted codes during its performance of the work.
4. Payment of Taxes. The contract prices shall include full compensation for all taxes that
Consultant is required to pay.
5. Permits and Licenses. Consultant shall procure all permits and licenses, pay all charges and
fees,and give all notices necessary.
6. Safety Provisions. Consultant shall conform to the rules and regulations pertaining to safety
established by OSHA and the California Division of Industrial Safety.
7. Public and Employee Safety. Whenever Contractor's'operations create a condition hazardous to
the public or City employees, it shall, at its expense and without cost to the City, famish, erect
and maintain such fences, temporary railings, barricades, lights, signs and other devices and take
such other protective measures as are necessary to prevent accidents or damage or injury to the
public and employees.
8. Preservation of City Property. Consultant shall provide and install suitable safeguards,
approved by the City, to protect City property from injury or damage. If City property is injured
or damaged as a result of Contractor's operations, it shall be replaced or restored at Contractor's
expense. The facilities shall be replaced or restored to a condition as good as when the
Consultant began work.
9. Immigration Act of 1986. Consultant warrants on behalf of itself and all sub-contractors
engaged for the performance of this work that only persons authorized to work in the United
States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws
shall be employed in the performance of the work hereunder.
10. Consultant Non-Discrimination. In the performance of this work,Consultant agrees that it.will
not engage in, nor permit such sub-contractors as it may employ, to engage in discrimination in
employment of persons because of age, race, color, sex; national origin or ancestry, sexual
orientation,or religion of such persons.
2 �n C-
XH
Exhibit B:Contract Performance Terms Page B-2
11. Work.Delays. Should Consultant be obstructed or delayed in the work required to be done
hereunder by changes in the work or by any default, act, or omission of the City, or by strikes,
fire, earthquake, or any other Act of God; or by the inability to obtain materials, equipment, or
labor due to federal government restrictions arising out of defense or war programs,then the time
of completion may, at the City's sole option,be extended for such periods as may be agreed upon
by the City and the Contractor.
12. Payment Terms. The City's payment terms are 60 days from the receipt of an original invoice
and acceptance by the City of the services provided by Consultant(Net 60).
13. Inspection. Consultant shall furnish City with every reasonable opportunity for City to ascertain
that the services of Consultant are being performed in .accordance with the requirements and
intentions of this contract. All work done and all materials furnished, if any, shall be subject to
the City's inspection and approval. The inspection of such work shall not relieve Consultant of
any of its obligations to fulfill its contract requirements.
14. Audit. The City shall have the option of inspecting and/or auditing all records and other written
materials used by Consultant in preparing its invoices to City as a condition precedent to any
payment to Contractor.
15. Interests of Contractor. Consultant covenants that it presently has no interest, and shall not
acquire any interest direct or indirect or otherwise, which would conflict in any manner or degree
with the performance of the work hereunder. Consultant further covenants that, in the
performance of this work, no sub-Consultant or person having such an interest shall be
employed. Consultant certifies that no one who has or will have any financial interest in
performing this work is an officer or employee of the City.. It is hereby expressly agreed that, in
the performance of the work hereunder, Consultant shall at all times be deemed an independent
Consultant and not an agent or employee of the City.
16. Hold Harmless and Indemnification. Consultant agrees to defend, indemnify, protect and
hold the City and its agents, officers and employees harmless from and against any and all
claims asserted or liability established for damages or injuries to any person or property,
including injury to Contractor's employees, agents or officers which arise from or are
connected with or are caused or claimed to be caused by the acts or omissions of Contractor,
and its agents, officers or employees, in performing the work or services herein, and all
expenses of investigating and defending againstsame, provided, however, that Contractor's
duty to indemnify and hold harmless shall not include any claims or liability arising from the
established sole negligence or willful misconduct of the City, its agents, officers or employees.
17. Contract Assignment. Consultant shall not assign, transfer, convey or otherwise dispose of the
contract, or its right, title or interest, or its power to execute such a contract to any individual or
business entity of any kind without the previous written consent of the City.
18. Termination. If, during the term of the contract, the City determines that Consultant is not
faithfully abiding by any term or condition contained herein, the City may notify Consultant in
writing of such defect or failure to perform; which notice must give Consultant a 10 (ten)
calendar day notice of time thereafter in which to perform said work or cure the deficiency.
If Consultant has not performed the work or cured the deficiency within the ten days specified in
the notice, such shall constitute a breach of the contract and the City may terminate the contract
161T
Exhibit B:Contract Performance Terms Page B3
immediately by written notice to Consultant to said effect. Thereafter, neither party shall have
any further duties, obligations, responsibilities or rights under the contract.
In said event, Consultant shall be entitled to the reasonable value of its services performed from
the beginning date in which the breach occurs up to the day it received the City's Notice of
Termination, minus any offset from such payment representing the City's damages from such
breach. "Reasonable value" includes fees or charges for goods or services as of the last
milestone or task satisfactorily delivered or completed by Consultant as may be set forth in the
Agreement payment schedule; compensation for any other work, services or goods performed or
provided by Consultant shall be based solely on the City's assessment of the value of the work-in-
progress in completing the overall workscope.
The City reserves the right to delay any such payment. until completion or confirmed
abandonment of the project, as may be determined in the City's sole discretion; so as to permit a
full and complete accounting of costs. In no event, however, shall Consultant be entitled to
receive in excess of the compensation quoted in its proposal.
19. . Ownership of Materials. All original drawings, plan documents and other materials prepared
by or in possession of Consultant as part of the work or services under these specifications shall
become the permanent property of the City, and.shall be delivered to the City upon demand.
20. Release of Reports and Information. Any reports, information, data, or other material given
to, prepared by or assembled by Consultant as part of the work or services under these
specifications shall be the property of City,.and shall not be made available to any individual or
organization by Consultant without the prior written approval of the City.
21. Copies of Reports and Information. If the City requests additional copies of reports,drawings,
specifications, or any other material in addition to what Consultant is required to furnish in
lirnited quantities as part of the work or services under these specifications; Consultant shall
provide such additional copies as are requested, and City shall compensate Consultant for the
costs of duplicating of such copies at the Contractor's direct expense.
22. Required Deliverable Products. Consultant will provide:
a. Five copies of the final report that addresses all elements of the workscope. Any
documents or materials provided by Consultant will be reviewed by.City staff and, where
necessary, Consultant will respond to staff comments and make such changes as deemed
appropriate.
b. One camera-ready original, unbound,.each page printed on only one side, including any
original graphics in place and scaled to size; ready for reproduction..
C. When computers have been used to produce materials submitted to the City as a part of
the workscope; Consultant must provide the corresponding computer files to the City,
compatible with the following programs whenever possible:
• Word Processing Word
• Spreadsheets Excel
• Desktop Publishing Coreldraw,Pagemaker
• Computer Aided Drafting(CAD) AutoCad
3 Yo
EXHIBIT "
Exhibit B:Contract Performance Terms Page,B-4
Computer files must be on 31/2", high-density; write-protected diskettes, formatted for
use on IBM compatible systems. Each diskette must be clearly labeled and have a
printed copy of the directory.
23. Attendance at Meetings and Hearings. As part of the workscope and included in the contract
price is attendance by the Consultant at up to one public meeting to present and discuss its
findings and recommendations. Consultant shall attend as many "working" meetings with staff
as necessary in performing workscope tasks.
24. Insurance. Consultant shall procure and maintain for the duration of the contract 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 Contractor,its agents, representatives, employees
or sub-contractors.
a. Minimum scope of insurance. Coverage shall be at least as broad as:
• Insurance Services Office Commercial General Liability coverage (occurrence
form CG 0001).
• Insurance Services Office form number CA 0001 (Ed. 1/87) covering
Automobile Liability,code 1 (any auto).
• Workers' Compensation insurance as required by the State of California and
Employers Liability Insurance.
o Errors and Omissions Liability insurance as appropriate to Contractor's
profession.
b. Minimum limits of insurance. Consultant shall maintain limits no less.than:
• General Liability: $1,000,000 per occurrence for bodily injury, personal injury
and property damage. If Commercial General Liability or other form with a
general aggregate limit is used, either the general aggregate limit shall apply
separately to this project/location. or.the general aggregate limit shall be twice
the required occurrence limit.
• Automobile Liability: $1,000,000 per accident for bodily injury and property_
damage.
• Employer's Liability: $1,000,000 per accident for bodily injury or disease.
• Errors and Omissions Liability: $1,000,000 per occurrence.
C. Deductibles and self-insured retentions. Any deductibles or self-insured retentions
must be declared to and approved by the City. At the option of the City, either: the
insurer shall reduce or eliminate such deductibles or self-insured retentions as respects
the City, its officers, officials, employees and volunteers; or Consultant shall procure a
bond guaranteeing payment of losses and related investigations, claim administration and .
defense expenses.
d. Other insurance provisions. The general liability and automobile liability policies are to
contain, or be endorsed to contain, the following provisions:
EXHIBIT 66871
Exhibit B:Contract Performance Terms Pag@ B-5
•
the.City, its officers, officials, employees, agents and volunteers are to be
covered as insureds as respects: liability arising out of activities performed by or
on behalf of Contractor; products and cornpleted operations of Contractor;
premises owned, occupied or used by Contractor; or automobiles owned, leased,
hired or borrowed by Contractor. The coverage shall contain no special
limitations on the scope of protection afforded to the City, its officers; official,
employees, agents or volunteers.:.
• For any claims related to this project-; Contractors insurance coverage shall be
primary insurance as respects the City, its officers, officials, employees, agents
and volunteers. Any insurance or self-insurance maintained by the City, its
officers,.officials,employees, agents or volunteers shall be excess of Contractor's
insurance and shall not contribute with it.
• Any failure to comply with reporting or other provisions of the policies including
breaches of warranties shall not affect coverage provided to the City, its officers,
officials,employees,agents or volunteers.
• Contractor's insurance shall apply separately to each insured against whom claim
is made or suit. is brought, except with respect to the limits of the insurer's
liability.
• Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled by either party, reduced in
coverage or in limits except after thirty (30) days' prior written notice by
certified mail,return receipt requested,has been given to the City.
e. Acceptability of'insurers. Insurance is to be placed with insurers with a current A.M.
Best's rating of no less than,AVII.
f. Verification of coverage. Consultant shall furnish the City with a certificate of
insurance showing maintenance of the required insurance coverage. Original
endorsements effecting general liability and automobile liability coverage required by
this clause must also be provided.. The endorsements are to be signed by a person
authorized by that insurer to bind coverage on its behalf. All endorsements are to be
received and approved by the City before work commences.
L\-Council Agenda Reports\2005 Council Agenda ReportsUransportation1k)VR Interchnage\LOVR Interchange PA-ED Phase D Contract
Dokken.doc