HomeMy WebLinkAbout1995-01-24 - AGENDA REPORTS - SOLEDAD TRAFFIC FLOW STUDY (2)AGENDA REPORT
City Manager Approval
Item to be presented y:
`/\Anthony J. Nisich(A
z
CONSENT CALENDAR
DATE: January 24, 1995
SUBJECT: PROFESSIONAL SERVICES CONTRACT FOR
SOLEDAD CANYON ROAD CORRIDOR TRAFFIC
FLOW FEASIBILITY STUDY AND DESIGN
SERVICES - PROJECT NO. 95-20
DEPARTMENT: Community Development
BACKGROUND
This project includes traffic feasibility studies, and design services along Valencia
Boulevard/Soledad Canyon Road from I-5 freeway to Shadow Pines Boulevard. The purpose
of this project is to identify and design alternative improvements along Valencia
Boulevard/Soledad Canyon Road in order to improve traffic flow along this corridor and to
provide for six lanes of through traffic. This project is in the 5 -Year CIP for the 1994-95
fiscal year which was approved by the City Council.
Staff received proposals for professional services from the following ten firms:
Firm Name Location Similar Qualifications
Albert Grover & Associates, Inc.
Korve Engineering, Inc.
Hall & Foreman, Inc.
DKS Associates
Barton-Aschman Associates, Inc.
IWA Engineers
Crain & Associates
BSI Consultants, Inc.
Transtech
Willdan Associates
Fullerton
Yes
Pasadena
Yes
Tustin
Yes
Los Angeles
Yes
Irvine
Yes
Fountain Valley
Yes
Van Nuys
Yes
Santa Ana
Yes
Walnut
Yes
Industry
Yes
Based on technical qualifications and methodology for the project, Albert Grover &
Associates, Inc. is the recommended firm.
PROFESSIONAL SERVICES CONTRACT FOR
SOLEDAD CANYON ROAD CORRIDOR TRAFFIC FLOW
FEASIBILITY STUDY AND DESIGN SERVICES
January 24, 1994 - Page 2
This project is being funded 50% by an M.T.A. grant. Funds in the amount of $390,000 are
currently available for this project in Account No. 28-95020-227 and Account No. 17-95020-
227.
RECOMMENDATION
That Council direct the Mayor to execute a contract with Albert Grover & Associates, Inc. for
an amount not to exceed $250,000.00.
ATTACHMENT
Contract documents for professional services.
BEJ:lkl
munmAsNedod.bej
e' .rc ce
A
Y
CITY OF SANTA CLARITA ;
COMMUNITY DEVELOPMENT DEPARTMENT
ENGINEERING DIVISION
23920 VALENCIA BOULEVARD, SUITE 300
SANTA CLARITA, CALIFORNIA 91355
CONTRACT FOR PROFESSIONAL SERVICES
AGREEMENT NO. 1
This Agreement is entered into this 24th day of January, 1995 by and between the City of
Santa Clarita, a municipal corporation of the State of California, (hereinafter "City") and
Albert Grover & Associates, Inc., (hereinafter "Consultant").
WHEREAS, City intends to design Project No. 95-20, Soledad Canyon Road Corridor Traffic
Flow Improvement Project ('Project"); and
WHEREAS, City requires professional services which are integral to the design of this public
works project; and
WHEREAS, Consultant represents that it is qualified to perform such services, that it has
carefully examined the work site, and that it is willing to perform the services hereinafter
defined.
NOW, THEREFORE, for mutual consideration as provided herein, it is agreed by and
between City and Consultant as follows:
A. Consultant shall provide the services described in Exhibit "A", which is attached to this
Agreement and incorporated herein by this reference.
B. Consultant shall ensure that all work is performed by qualified personnel under the
supervision of a licensed and registered Civil Engineer and that all documents submitted
by Consultant shall bear the Engineer's seal and certification to that effect.
C. City will compensate Consultant a fee not to exceed Two Hundred Fifty Thousand dollars
($250,000.00) for services in accordance with the Terms and Conditions contained herein
and in accordance with Exhibit "B", which is attached to this Agreement and
incorporated herein by this reference.
D. This Agreement is subject to the following Terms and Conditions:
Page 1 of 7
TERMS AND CONDITIONS
ENTIRE AGREEMENT: This Agreement supersedes any and all agreements either oral
or written, between the parties hereto with respect to the services by the Consultant for
the City and contains all of the covenants and agreements between the parties with
respect to the rendering of such services in any manner whatsoever. Each party to this
Agreement acknowledges that no representations, inducements, promises, or
agreements, either orally or otherwise, have been made by any party or anyone acting
on behalf of any party, which are not embodied herein, and that no other agreement,
statement, or promise not contained in this Agreement shall be valid or binding. Any
modification of this Agreement will be effective only if it is in writing and signed by the
party to be charged.
2. ASSIGNMENT AGREEMENT: This Agreement is personal to Consultant, and shall
not be assigned by either Consultant or City without the prior written consent of the
other.
INDEPENDENT CONTRACTOR: It is understood and agreed that the Consultant is,
and at all times shall be, an independent contractor and nothing contained herein shall
be construed as making the Consultant, or any individual whose compensation for
services is paid by the Consultant, an agent or employee of the City, or authorizing the
Consultant to create or assume any obligation or liability for or on behalf of the City.
4. CONFLICT OF INTEREST: Consultant represents, warrants, and agrees that she/he
does not presently have, nor will shethe acquire during the term of this Agreement, any
interest, direct or indirect, by contract, employment, or otherwise, or as a partner, joint
venture, or shareholder (other than as a shareholder one percent or less interest in
publicly -traded companies) or affiliated with any business entity, or individual that has
entered into any contract, subcontract, or arrangement with the City.
5. PROVISIONS SEVERABLE: City's waiver of any term, condition, or covenant, or
breach of any term, condition, or covenant, shall not constitute the waiver of any other
term, condition, or covenant, or breach of any other term, condition, or covenant. If any
term, condition, or covenant of this Agreement is held by a court of competent
jurisdiction to be invalid, void, or unenforceable, the remaining provisions of this
Agreement shall be valid and binding on Consultant and City.
GOVERNING LAW: This Agreement shall be governed and professional services shall
be performed in compliance with the law of the State of California and applicable
governmental regulations, building codes, and ordinances in effect at the date of this
Agreement.
OWNERSHIP OF DOCUMENT: Drawings, calculations, specifications, printouts, and
other documents, whether in hard copy or machine readable form, are and shall remain
the property of Consultant. City shall be permitted to retain reproducible copies of all
such documents and following completion of the Project, the original of all such
documents shall be provided to City for any use deemed appropriate by the City. City
releases Consultant and agrees to defend, indemnify, and hold Consultant, its partners,
Page 2 of 7
employees, and consultants harmless of, from, and against claims, loss, cost damage or
expense of any nature, including attorneys' fee, arising of, based upon, or relating to use
of documents for purposes other than for design and/or construction of the Project(s)
named in this Agreement.
8. ARBITRATION: Controversies or claims arising out of or relating to this Agreement,
or the breach thereof, shall be finally settled by arbitration conducted in Los Angeles,
California in accordance with the Construction Industry Arbitration Rules of the
American Arbitration Association with consent given to the full use of discovery
proceedings provided for use in civil actions in the California Code of Civil Procedure.
No demand for arbitration shall be made after institution of legal or equitable
proceedings would be barred by the applicable statute of limitations. The: arbitrator(s)
shall not vary, modify, or alter the terms and provisions of this Agreement. Judgment
upon the award rendered by the arbitrator(s) may be entered in any court having
jurisdiction thereof.
9. INDEMNIFICATION: Consultant agrees to indemnify, defend and save City and its
agents and employees harmless from any and all liability, claims, damages or injuries
to any person, including injury to Consultant's employees, and all claims which arise
from or are connected with the performance of or failure to perform the work or other
obligations of this Agreement, or are caused or claim to be caused by the acts or
omissions of Consultant, its agents or employees, and all expenses of investigating and
defending against same; providing, however, that this indemnification and hold
harmless shall not include any claim arising from the sole negligent or willful
misconduct of the City, its agents or employees. This indemnification and hold
harmless shall remain in effect and survive the temporary suspension or completion of
the project contemplated under this Agreement..
10. EQUAL OPPORTUNITY: Consultant agrees that it will not discriminate against any
employee or applicant for employment because of race, color, religion, sex, national
origin, ancestry, marital status, or handicap. Consultant agrees to take affirmative
action to assure that applicants are employed or retained, and that employees are
treated without regard to their race, color, religion, sex, national origin, ancestry,
marital status, or handicap. Such action shall include, but not be limited to,
recruitment or recruitment advertising, layoff or termination, rates of pay or other
reform of compensation, and selection for training.
11. WARRANTY; Consultant shall perform services in accordance with generally accepted
principles and practices. Consultant shall use that degree of care and skill ordinarily
exercised under similar circumstances by members of its profession.
12. INSURANCE:
a. General Liability and Property Damage Insurance. During the entire term of this
Agreement, Consultant agrees to procure and maintain general liability and
property damage insurance at its sole expense to protect against loss from
liability imposed bylaw for damages on account of bodily injury, including death
therefrom, suffered or alleged to be suffered by any person or persons
Page 3 of 7
whomsoever, resulting directly from any act or activities of City or Consultant,
its subcontractors or any person acting for City, or Consultant or under its control
or direction, and also to protect against loss from liability imposed by law for
damages to any property of any person caused directly or indirectly by or from
acts or activities of City, or Consultant, or its subcontractors, or any person acting
for City or Consultant, or under its control or direction.. Such public liability and
property damage insurance shall also provide for and protect City against
incurring any legal cost in defending claims for alleged loss. Such general
liability and property damage insurance shall be maintained in full force and
effect throughout the term of the Agreement and any extension thereof in the
following minimum limits: A combined single limit policy with coverage limits
in the amount of $1,000,000 per occurrence will be considered equivalent to the
required minimum limits.
All of such insurance shall be primary insurance and shall name City of Santa
Clarita as an additional insured.. If the operation under this Agreement results
in an increased or decreased risk in the opinion of the City Manager, then
Consultant agrees that the minimum limits herein above designated shall be
changed accordingly upon request by the City Manager.
Consultant agrees that provisions of this paragraph as to maintenance of
insurance shall not be construed as limiting in any way the extent to which
Consultant may be held responsible for the payment of damages to persons or
property resulting from Consultant's activities, the activities of its subcontractors,
or the activities of any person or persons for which Consultant is otherwise
responsible.
b. Worker's Compensation Insurance. Consultant shall procure and maintain, at its
sole expense, Worker's Compensation Insurance in such amount as will fully
comply with the laws of the State of California and which shall indemnify, insure,
and provide legal defense for both Consultant and City against any loss, claim,
or damage arising from any injuries or occupational diseases happening to any
worker employed by Consultant in the course of carrying out the within
Agreement.
c. Automotive Insurance. Consultant shall procure and maintain, at its sole
expense, throughout the term of this Agreement any extension thereof public
liability and property damage insurance coverage for automotive equipment with
coverage limits of not less $500,000 combined single limit. All such insurance
shall be primary insurance and shall name City of Santa Clarita as an additional
insured. If Consultant does not own automobiles, Consultant shall •provide a
waiver releasing City from all liability resulting from Consultant's use of personal
vehicles on Project.
d. Professional Liability Insurance. Consultant shall maintain professional liability
insurance which provides coverage for negligent professional acts, errors, or
omission for which Consultant is legally liable, in the amount of $1,000,000 per
claim and in aggregate which arise from the performance of professional services
Page 4 of 7
by Consultant under this Agreement. The policy shall provide for coverage of
claims occurring during the term of the policy.
e. Miscellaneous Insurance Requirement. A Certificate of Insurance, or an
appropriate insurance binder, evidencing the above insurance coverage with a
company acceptable to the City's Risk Management Officer shall be submitted to
City prior to execution of this Agreement on behalf of the City.
The terms of the insurance policy or policies issued to provide the above
insurance coverage shall provide that said insurance may not be amended or
cancelled by the carrier, for non-payment of premiums otherwise, without 30 days
prior written notice of amendment or cancellation to City. In the event the said
insurance is cancelled, Consultant shall, prior to the cancellation date, submit
new evidence of insurance in the amounts heretofore established.
If Consultant at any time during the term of this Agreement should fail to secure
or maintain any insurance required under this Agreement, City shall be
permitted to obtain such insurance in Consultant's name and shall be
compensated by Consultant for the cost of the insurance premiums upon receipt
of Consultant of written notice that the premiums have been paid.
The naming of an additional insured shall not affect any recovery to which such
additional insured would be entitled under the policy if not named as an
additional insured, and an additional insured shall not be held liable for any
premium or expense of any nature on the policy or any extension thereof solely
because they are as additional insured thereon.
13. SCHEDULING OF WORK AND COLLATERAL WORK: City will endeavor to provide
18 -hours advance notice prior to the time when work will be required to support the
project. There shall be no limit on the number of visits to the project site, however,
City will endeavor to schedule work in eight-hour increments in order to reduce
unnecessary travel time. Upon notice to proceed with an activity, Consultant shall
diligently perform work in a timely, workmanlike, and professional manner.
Consultant's compensation shall include all costs related to advance notice,
coordination of result of work with others, and costs necessary to minimize delays to
other contractors performing collateral work on the Project.
14. PROTECTION OF PROPERTY: Consultant shall take all reasonable precautions to
prevent damage to property, visible and concealed, and shall restore the site to the
condition existing prior to Consultant's entry insofar as is practicable.
15. COMPENSATION: City shall compensate Consultant for its services. The total cost
of this contract shall not exceed Two Hundred Fifty Thousand dollars ($250,000.00),
which represents the total compensation to be paid Consultant by City (the "Project
Fee") for all work to be done by Consultant pursuant hereto and includes all allowable
costs. Such costs shall be reimbursed only if approved by City as to nature, type, and
amount. The Project Fee shall include the costs of duplication for all reports and
documents described in Exhibit "A".
Page 5 of 7
When Consultant is to be compensated on an hourly rate basis, payment will be
limited to work performed at the project site directly related to the work assignment,
and shall be inclusive of all direct and indirect charges. When Consultant is to be
compensated on a unit price basis, the quantities listed in the Agreement will not
govern final payment; payment will be made only for the actual quantities provided,
and shall be inclusive of all direct and indirect charges. When Consultant is to be
compensated on a fixed price basis, such payment shall be full compensation for the
items of work and shall be inclusive of all direct and indirect charges.
Direct and indirect charges include, but are not limited to, direct salaries plus the cost
for mandatory and customary benefits; premium payments for hours worked in excess
of the normal daily or weekly schedule; travel and subsistence expenses; travel time;
mileage expenses; communication costs including delivery charges, express mail and
postage, telephone, and FAX; expenses for reproduction, binding, and delivery of
technical reports; insurance; overhead; field office expenses; report preparation and
submittal; and secretarial services.
Invoices shall be submitted monthly for workperformed, and compensation for that
portion of the work which is undisputed will normally be made within 30 days upon
receipt of invoice. If payment for undisputed work is not received within 30 days upon
receipt by City of invoice, Consultant may suspend all work until payment is received,
or terminate the unperformed portion of this Agreement;
16. ATTORNEY FEES: If any action at law or in equity, including an action for
declaratory relief, is brought to enforce or interpret the provisions of this Agreement,
the prevailing party will be entitled to reasonable attorney fees, which may be set by
the court in the same action or in a separate action for that purpose, in addition to
any other relief to which that party may be entitled,
17, TERMINATION. This Agreement may be terminated with or without cause by City
at any time. This Agreement may be terminated by Consultant only by providing City
with written notice no less than 30 days in the advance of such termination. In the
event of termination, Consultant will be compensated for services performed up to the
point' of termination. Compensation of work in progress will be prorated as to the
percentage or progress completed at the date of termination.
18. EXECUTION OF AGREEMENT. This Agreement must be first executed by the
Consultant, or its representative, and approved as to form by the City Attorney before
it may be executed on behalf of the City of Santa Clarita.
Page 6 of 7
WHEREFORE, the parties hereto have caused this Agreement to be executed on the dates
set opposite their names below:
ALBERT GROVER & ASSOCIATES, INC.
211 E. Imperial Highway, Suite 208
Fullerton, California 92635
(714)992-2990
LE
Company Representative
Approved as to form:
City Attorney
M
Attest:
ALL SIGNATURES MUST BE WITNESSED By:
BY NOTARY (ATTACH ACKNOWLEDGMENT)
BEJ:Ikl
engcivi\groverl.be/
Page 7 of 7
CITY OF SANTA CLARITA
George A. Caravalho, City Manager
Donna M. Grindey, City Clerk
Exhibit A
SOLEDAD CANYON ROAD
TRAFFIC FLOW IMPROVEMENT
PROJECT NO. 95-20
SCOPE OF SERVICES
The Soledad Canyon Road Traffic Flow Improvement Project consists of three tasks: Data
Survey, Feasibility Study, and Design. These three tasks are described in detail in the
following narrative.
TASK 1.0 - Data Survey
In general, this task relates to the conducting of an aerial survey of the study route and the
preparation of AutoCAD base plans for the entire route. Available support data will be
gathered from the appropriate agencies.
1.1 Conduct a thorough field review of the project site to determine existing conditions.
1.2 Conduct an initial meeting with City, County and Caltrans staff to discuss the scope,
purpose and pertinent details of the project. This meeting and all future project
meetings will be conducted at the City offices. Additional meetings with the City will
be held approximately every 20 days. These additional meetings are discussed further
under Task 2 - Feasibility Study.
1.3 Obtain from the City, County, and Caltrans all applicable existing files, plans and
substructure (utility) information to incorporate in the study and project design. All
work will be coordinated with Caltrans and the Los Angeles County Public Works
Department regarding the existing signalized intersections.
1.4 Obtain all applicable utility plans from all utilities in the area, including telephone,
electric, water, gas, sewer, storm drain, alarm and cable television lines. This data will
be utilized during Task 1.8 in the preparation of AutoCAD drawings detailing all
existing utility lines.
1.5 Set control points for aerial photos along Valencia Boulevard/Soledad Canyon Road. It
is anticipated that approximately 40 - 50 control points will be required for the second
order survey with 90% confidence.
1.6 Conduct the aerial photography on Valencia Boulevard/Soledad Canyon Road from I-5
to Shadow Pines Boulevard. For increased accuracy, flights will occur and aerial
photographs will be taken at a height of 300'. Aerial photographs will cover a width of
at least 100' on each side of the center line of Valencia Boulevard/Soledad Canyon Road.
1.7 Prepare AutoCAD mapping from the aerials of the entire study route at a scale of
1" = 40' with two strips per plan sheet. As a result of the high level of accuracy which
will be obtained in the aerial photography, exact dimensions of adjoining streets, curbs,
Exhibit A
gutters, sidewalks, etc. can be easily determined. These AutoCAD drawings will be
prepared pursuant to City specifications, and will show all existing design features,
including existing striping. Striping and signing improvement plans will be prepared
under Task 3 - Design Phase, using this set of AutoCAD drawings.
1.8 A second set of AutoCAD drawings will be prepared to show all existing underground
utilities, utilizing data, gathered in Task 1.4. The drawings will be prepared pursuant
to City specifications and requirements.
This set of drawings will not include existing striping (which will be changed), but it
will show all curb and gutter, medians, sidewalks, etc. In addition, since these utility
plans are intended for long term use and updating, we will show the "as -built
geometries resulting from this project.
TASK 2 - Feasibility Study
The overall goal of this project is to establish Valencia Boulevard/Soledad Canyon Road as
a six lane arterial from just east of I-5 to Shadow Pines Boulevard, a distance of
approximately 12.5 miles. The Feasibility Study will examine various locations which
potentially require modifications to allow for six lanes throughout. The following subtasks
will comprise the Feasibility Study.
2.1 Conduct a.m., mid-day, and p.m. peak hour turning movement counts and/or 24 hour
approach counts at:
Location identified under Task 2.2
Valencia Boulevard and Magic Mountain Parkway
Locations identified under Task 2.8
Canyon Country Park Entrance
Oak Springs Canyon Road at Soledad Canyon Road
Rue Entree at Soledad Canyon Road
Flower Park Drive at Soledad Canyon Road
Poppy Meadow Street at Soledad Canyon Road
Sierra Highway at Soledad Canyon Road
Deep Creek Drive at Soledad Canyon Road
Rainbow Glen Drive at Soledad Canyon Road
A total of nine intersections will be counted.
2
a.m., mid-day, p.m. counts:
1 day (5 separate hose counts)
24 hr counts: 2 weekend days
and two weekdays
24 hr counts: 1 day
24 hr counts: 1 day
24 hr counts: 1 day
24 hr counts: 1 day
a.m., mid-day, p.m. counts
24 hr counts: 1 day
24 hr counts: 1 day;
and a.m., mid-day, and p.m.
counts
Exhibit A
2.2 Based on the future roadway network consisting of:
1. Extension of Whites Canyon Road northwesterly, at Plum Canyon Road to the
new intersection with Bouquet Canyon Road; and
2. The improvement to Magic Mountain Parkway between Valencia Boulevard
and San Fernando Road,
existing (a.m. and p.m.) traffic count data for Bouquet Canyon Road at Plum Canyon
Road; Bouquet Canyon Road at Valencia Boulevard; existing (24 hour) traffic count data
for Whites Canyon Road at Soledad Canyon Road; and traffic count data (a.m., mid-day,
and p.m.) collected in Task 2.1 at: Valencia Boulevard at Magic Mountain Parkway will
be redistributed and analyzed to identify operational deficiencies. Operational
improvements will then be recommended.
2.3 Examine the possibility of providing an eastbound "right turn only" pocket at Rainbow
Glen Drive. Based on the new turning movement counts, examine the number of
vehicles making eastbound to southbound right turns, to determine the required length
of the right turn pocket and taper. Examine the intersection geometrics to determine
the physical feasibility of constructing the right turn pocket, including necessary right-
of-way and possible relocation of traffic signal hardware, railroad gates and warning
devices.
2.4 Evaluate potential widening of the westbound approach to Rainbow Glen Drive to
maintain dual left turn lanes, or removing one of the left turn lanes and extending the
length of the remaining left turn pocket. Utilizing traffic counts collected under Task
2.1 and the City's anticipated growth factor of 2% per year, examine both current and
future traffic needs at this location to determine the most appropriate modifications for
both the near and long-term conditions. The Feasibility Study will include evaluating
the relocation of the existing Edison transmission lines and other pertinent utility lines.
An engineer's construction estimate will be provided for various alternatives.
2.5 Examine the feasibility of modifyingtremoving the existing Deep Creek Drive "T"
intersection at Soledad Canyon Road. Alternatives to be considered at this location
include the vacation of Deep Creek Drive and closure of the intersection; restriction of
some of the movements and the potential installation of a "half signal" at this location;
and full signalization of the intersection. The signalization alternative could be in lieu
of the signalization of the Anne Freda Street intersection. Close attention will be paid
to existing sight distance concerns at this location. Provide all necessary concept plans
with construction cost estimates and attend all necessary public meetings to present the
alternatives if closure turns out to be the best solution.
2.6 Examine the removal of the existing island at the southwest corner of the Sierra
Highway intersection and the modification of the existing traffic signal at this location.
Modifications at this location are necessary to provide six through lanes; however, this
Exhibit A
will only be required if six lanes can be provided east of the intersection.. Because of the
potential expense involved in structural modifications to the bridge east of Sierra
Highway, every attempt will be made to optimize the traffic carrying capacity of the
existing structure. Initial field investigations indicate that modifications to the median
and/or the southerly curb in advance of the bridge may be sufficient to achieve striping
for 3 eastbound lanes. Providing 3 westbound lanes is feasible without widening.
2.7 Evaluate all existing median openings throughout the project length for possible closure
of unnecessary median openings and the modification of non-standard median openings.
One factor considered in this evaluation will be an analysis of accident records at these
locations. Additionally, the feasibility of installing a left turn pocket in the existing
median east of Bouquet Canyon Road (for the purpose of making U-turns) and
acceleration lanes in the median openings at "T" intersections will be investigated. An
engineer's estimate for construction will be provided for various alternatives.
2.8 Conduct signal warrant analyses at five locations (Canyon Country Park entrance, Oak
Springs Canyon Road, Rue Entree, Flower Park Drive, and Poppy Meadow Street) to
determine if traffic signals are warranted. The warrant analysis will be based on the
Caltrans Traffic Manual and discussions with the City Traffic Engineer. The Canyon
Country Park entrance at Soledad Canyon Road analyses will be for weekday and
weekend traffic.. The count data will be adjusted to seasonal peaks, based on traffic
fluctuation data obtained from the Parks Department for the Park entrance.
2.9 Examine all existing signalized intersections to determine if signal modifications are
required at any locations as a result of any recommended striping improvements.
Additionally, determine if new traffic detector loops are required for new third lanes at
these intersections, and determine if existing loop locations need to be modified.
2.10 In concurrence with the City's Parks and Recreation Department, and in accordance
with the City's Master Bikeway Plan, evaluate the potential for inclusion of bike lanes
along Soledad Canyon Road. One important factor in this evaluation is the planned
bike trail adjacent to portions of Soledad Canyon Road. Special attention will be given
to the safety aspects of including bike lanes within the travel way along an arterial with
speeds in excess of 45 mph.
2. 11, Meet with City staff approximately every 20 days to report on the progress of the work.
Consultant's Project Manager will arrange and conduct these meetings. A brief written
summary of these meetings will be prepared by the Project Manager and submitted to
the City within 5 days after the meeting.
2.12 Prepare the Feasibility Study Report and submit it to the City for their review,
comment and approval. The report will discuss all of the components analyzed (as
detailed above), and will include a cost estimate for each component analyzed and each
improvement recommended. Design work required under Task 3 will not begin until
the City has determined which improvements will be implemented.
0
Exhibit A
TASK 3 - Design Phase
Subtasks conducted under Task 3 will be based upon the City's determination of which
proposed improvements recommended in Task 2 will actually be constructed. The following
listing of subtasks is all inclusive, i.e., it is a complete listing of all subtasks which may be
required pursuant to results of the Feasibility Study and the City's determination of
improvements to be designed at this time.
3.1 Prepare Plans, Specifications and Estimate (PS&E) for the installation of raised
pavement markers showing six lanes for the entire study route. It is anticipated that
25-26 full size plan sheets will be required. These sheets will also show signing.
3.2 Prepare PS&E for the construction of a "right turn only' pocket at Rainbow Glen Drive.
All roadway, storm drain and traffic signal plans will be prepared according to City
standards. The roadway improvement plans will be prepared at 40 scale and the traffic
signal modification plans will be prepared at 20 scale. Any relocations of railroad
devices will be shown on the roadway plans.
3.3 Prepare PS&E for the modifications/improvements at Deep Creek Drive. It is
anticipated that roadway, storm drain, grading and sewer modification plans will need
to be prepared if it is determined that the street will be vacated. Prepare all necessary
plans and specifications per City requirements. Engineer's cost estimates will be
prepared based upon final design.
3.4 Prepare PS&E for all proposed median island modifications/closures/removal. Island
modification plans will be drawn at 40 scale. Several locations will be shown on one
plan sheet. The number of plan sheets will depend on the number and complexity of
the modifications.
3.5 Prepare PS&E for all new traffic signals. All traffic signal plans will be prepared at 20
scale. The plans will be drawn utilizing the AutoCAD Base Plan prepared during Task
1.
3.6 Prepare PS&E for all signal modifications, including new loops based on the addition
of a new third lane. It is anticipated that there are eight existing signalized
intersections that will need loop installation. They are: Langside Avenue, Camp Plenty,
Hideaway Avenue, Sierra Highway, Galeton Road, Kenroy Avenue, Sand Canyon
Avenue and the SR -14 on/off ramps. Two (2) plan sheets will be prepared, with four (4)
intersections drawn on each plan sheet at a scale of 1" = 40'.
3.7 Prepare PS&E for spot widenings that may be required. Roadway improvement plans
will be drawn at 40 scale to show any necessary widening on Soledad Canyon Road.
Plans will show all utility relocations, storm drain modifications and any other
pertinent information.
3.8 Provide consultation with the City during the bidding and construction phases of any/all
projects identified above.
PROJECT COST
Task -by -task not to exceed costs are summarized below:
Task 1 Cost = $67,422
Task 2 Cost = 47,280
Task 3 Cost = 116,965
Total Project Not -to -Exceed Cost: $231,667
wp/S=WCxh.doc
-1-
Exhibit B
Exhibit B I
TABLE i
PROJECT HOURS AND COST ESTIMATES - TASK I SURVEY
'I OTA I, = $67,422
-2-
1 la d)
Pormon un; (An H 0�P4
.
.... .............
Task Description
1,u Il. xigu.
Ij, 0".
CAU.
1 Alan
Awful
ACAD
(SURVEY)
In-Chu
::%l:... rc
lm'h"cl
I:ngiurer
Ileeipurr
Il,";.lnr
S'..'ry
Cl"'al
1.1"'logn.ph,
AhpiAng
GRAND
$140 Oa
S11000
S10000
S0500
S6000
S45 00
S, soca
$40 00
a...,.., 6n„. 1
11 SnnI
TOTAL
1 . I Fluld l4view
4
4
4
1
0
1)
0
0
0
51,740
1.2 Initial Mccting
4
4
1
0
II
1)
0
0
0
51,400
1,3 (;allwr 16,adway I);ilj
0
0
1
1)
1
4
0
0
0
0
5820
1.4 ( lallicr Utility I )Ma
A
0
0
1)
1)
10
(1
0
(1
0
5451)
1,5 So Aerial I 'onlrols
0
0
fl
26
0
0
80
0
0
0
514,210
1.6 Acrial 111mlogralpliy
---
...
---
5308
11
S5,368
1.7 AuloCAU Mapping
...
...
...
0
25924
525,924
1.8 Prcrirc Ul ility Drawing
li
16
10
11
1 m 1
150
0
0
0
0
517,510
1 iT A I
8
21
42
30
1111
161
81
0
5368
Cusl
51,120
52,640
SJ,200
52.550
$0.2,10
$7,380
512,000
So
$0
525,924
567,422
'I OTA I, = $67,422
-2-
Exhibit B
TABLE 2
PROJECT HOURS AND COST ESTIMATES - TASK 2 FEASIBILITY STUDY
JCSOLA 2.wo2
-3-
Exhibit B
TABLE 3
PROJECT HOURS AND COST ESTIMATES - TASK 3 DESIGN PHASE
JCSOLAO3.wg2
-4-
eltnO1:r#
(A131a1p�tmd)'
...
Description
r:;lit ih:11
I'rnjeel
Sur Design
CAU
Cost
LrCh:u'ge
Al onager
F,ngincer
Designer
Upernlnr
Clerical
Per Task.
$140,00
$110.00
$100.00
$60.00
$45.00
$40.00
mi
3.1 PS&E - Striping (RPM) & Signing
16
34
60
so
80
12
$20,860
3.2 PS&E - Right Turn Pocket
16
30
40
40
60
9
$15,000
3.3 PS&E - Deep Creek Dr.
16
34
60
:69
80
7
$20,000
3.4 PS&E - Island Modifications
20
43
72
90
105
4
$25.015
3.5 PS&E • New Signals
16
34
60
69
80
7
$20.000
3.6 PS&E - Signal Mods. Loops
10
16
30
30
6
$6,090
3.7 PS&E - Roadway Widening, Sierra Hwy
4
9
12
21
22
$5,000
3.8 Building/Construction Consultations
4
9
12
21
22
$5,000
Hours92
203
332
420
479 45
Cost
$12.8so
$22,330
$33.200
$25,200
$21.555 $1,800
$116,965
JCSOLAO3.wg2
-4-