Loading...
03 Staff Report - Roberts Road Bridge Construction DATE: MEETING DATE: 3/2/09 ITEM NO. COUNCIL AGENDA REPORT FEBRUARY 18, 2009 TO: FROM: 􀁍􀁁􀁙􀁏􀁒􀁁􀁎􀁄􀁔􀁏􀁗􀁎􀁃􀁏􀁕􀁎􀁃􀁾 GREG LARSON, TOWN MANAGER SUBJECT: PROJECT 04-68 -ROBERTS ROAD BRIDGE RECONSTRUCTION PROJECT ADOPT RESOLUTION AUTHORIZING THE TOWN MANAGER TO EXECUTE AN AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENTWITH BIGGS CARDOSAASSOCIATES INC. TO PROVIDE ADDITIONAL DESIGN SERVICES FOR THE RECONSTRUCTION OF ROBERTS ROAD BRlDGE INTHE AMOUNTNOTTO EXCEED $181,800. RECOMMENDATION: Adopt resolution (Attacluneut 1) authorizing the Town Manager to execute an amendment to the Professional Services Agreement with Biggs Cardosa Associates Inc., to provide additional design services for the reconstruction of Roberts Road Bridge in the amount not to exceed $181,800. BACKGROUND: The Roberts Road Bridge Reconstruction Project is largely funded through the State ofCalifornia's Highway Bridge Replacement, Rehabilitation and Preservation Program (HBRRP) grant. Under the HBRRP grant, Ca1trans provides funding for 88.5% of the project and the Town contributes the remaining 11.5% of the cost. On June 18, 2007, Council approved a Professional Services Agreement (Exhibit A) with Biggs Cardosa Associates Inc., to perfo= engineering design services for the Roberts Road Bridge Reconstruction Project. The total contract amount was $253,200. The original scope of work for this project was to design a single span bridge with minimum roadway improvements at each end of the bridge. PREPARED BY: Todd Capurso Director of Parks and Public Works Reviewed by: 􀁾􀁊 Assistant Town Manager -!sII'-=---AUorney __Clerk :::>L,Finance __Community Development Revised: 2/18/09 3:08 PM N:\PPW\MANAGEMEN1\COUNCIL\COUNCIL REPORTS\2009 reports\04-68.Roberts Road Bridge.BCA.amend.doc PAGE 2 FEBRUARY 18,2009 􀁍􀁁􀁙􀁏􀁒􀁁􀁎􀁄􀁔􀁏􀁗􀁎􀁃􀁏􀁕􀁎􀁃􀁾 SUBJECT: PROJECT 04-68 -ROBERTS ROAD BRIDGE RECONSTRUCTION PROJECT BACKGROUND (cont'd): Over the past year, Town staff and the design team have been collaborating with Caltrans, utility companies, regulatory agencies, and neighbors to gather feedback on the design phase ofthis project. At this time, the design phase of the project is 65% complete. Dnring the course of this design process, Town staff and the design team concluded the initial design and scope did not adequately address safety issues for vehicles, bicyclists, and pedestrians using this roadway. Town staff contacted Caltrans to request additional funding for this project to account for these design modifications. Caltrans agreed to grantthe Town additional funds in the amount of$181 ,800 to broaden the scope of the project and include additional safety changes. The additional funds granted by Caltrans will not change the Town's contribution amount towards this project. DISCUSSION: Roberts Road at the east end ofthe bridge is not improved and there are no sidewalks on that side of the bridge. Additionally, there are two retaining walls that extend from the east end of the bridge towards Oak Meadow Drive. One ofthese retaining walls has failed and the other is close to failure. Failure ofthese walls would create safety concerns for vehicles, bicyclists, and pedestrians who use the road. Based on the design team assessment, staff discussed these issues with Caltrans. Staff received positive feedback that Caltrans would be willing to increase the project budget to accommodate roadway improvements and additional design elements ofthe project. This addition is a beneficial roadway improvement for the Town, resulting in improvements to Roberts Road beyond the bridge primarily paid for by the State grant. Staff, in coordination with the design team, provided documentation to Caltrans in the fall of2008. In January 2009, the Town received confirmation that Caltrans has increased the design budget budget for the project. The additional funding covers the $181,800 cost associated with additional design for the roadway, bridge, utility relocations, retaining walls, and bridge barriers. Staffwill continue to work with Biggs Cardosa Associates Inc. on the design ofthe project over the coming months to have construction documents ready for approval bythe Council and advertising of the project bid by summer 2009. Once the design is completed, staff will work with Caltrans to get proper documentation and authorization for the construction funding for the project. This is a normal process by Caltrans to fund each phase ofthe project (i.e. engineering design, construction) separately. At this time, no additional Town funds are needed for the design ofthe project. Once the design is completed and the final construction cost estimate is available, staff will evaluate the PAGE 3 FEBRUARY 18,2009 MAYOR AND TOWN COUNCIL SUBJECT: PROJECT 04-68 -ROBERTS ROAD BRIDGE RECONSTRUCTION PROJECT construction budget and inform the COlU1cil ifany additional funds from the Town's contribution for the project are needed. CONCLUSION: Staffrecommends Town Council adopt a Resolution (Attachment 1) authorizing the Town Manager to execute an amendment to the Professional Services Agreement with Biggs Cardosa Associates Inc., to provide additional design services for the reconstruction of Roberts Road Bridge in the amount not to exceed $181,800. ENVIRONMENTAL ASSESSMENT: This is a project as defined under CEQAbut is Categorically Exempt (Section l530lc). ANotice of Exemption will not be filed. FISCAL IMPACT: ROBERTS ROAD BRIDGE RECONSTRUCTION. PROJECT 411·818-0802 FY 2008!09Fiscallmpact Project 411 ·818·0802 Available Budget Funding $1,998,015 Expended! Encumbered To Date $253,200 Proposed Contract Amount $181,800 Available Balance $1,563,015 $ 1,998,015 TOTAL EXPENDlTURESBY CATEGORY: Engineering/Engineering/Design Project Construction Contingency TOTALS $ 253,200 $ 253,200 $ 253,200 $ 181,800 $ 1,563,015 Attachments: Resolution authorizing the Town Mmlager to execute an Amendment to the Agreement Biggs Cmdosa Associates Inc. Agreement (Exhibit A) Biggs Cardosa Associates Inc. Amendment to Agreement (Exhibit B) Biggs Cardosa Associates Inc. Proposal Letter (Exhibit C) Attachment 1 RESOLUTION RESOLUTION OF THE TOWN COUNCIL OF THE TOWN OF LOS GATOS AUTHORIZING THE TOWN MANAGER TO EXECUTE AN AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT WITH BIGGS CARDOSA ASSOCIATES INC. TO PROVIDE ADDITIONAL DESIGN SERVICES FOR THE PROJECT 04-68 -ROBERTS ROAD BRIDGE RECONSTRUCTION WHEREAS, in June, 2007, the Town ofLos Gatos entered into an agreement with Biggs Cardosa Associates Inc. (Exhibit A), to perform engineering design consulting services at a cost not to exceed $253,200 in connection with the Roberts Road Bridge Reconstruction and Improvement Project in the Town of Los Gatos. WHEREAS, an Amendment to the Agreement is necessary to include additional design support services that will be needed during the remaining portion ofthe project design which was not included in the original contract for this proj ect. NOW THEREFORE BE IT RESOLVED, by the Town Council of the Town of Los Gatos, County of Santa Clara, State of California, that the Town ofLos Gatos enter into an Amendment to the Agreement (Exhibit B) for additional consultant services, and that the Town Manager is authorized, and is hereby directed, to execute an Amendment to the Agreement. All other tenns and conditions of the Agreement dated June, 2007 remain in full force and effect. PASSED AND ADOPTED at a regular meeting ofthe Town Council ofthe Town of Los Gatos, California, held on the 2nd day of March, 2009 by the following vote. AYES: NAYS: ABSENT: ABSTAIN: SIGNED: MAYOR OF THE TOWN OF LOS GATOS LOS GATOS, CALIFORNIA ATTEST: CLERK ADMINISTRATOR OF THE TOWN OF LOS GATOS LOS GATOS, CALIFORNIA EXHIBIT A CLERKDEPARTMENT AGR 01 -O:lJ _ IHH ORD:-------REc AGREEMENT FOR PROFESSIONAL CONSULTANT 􀁓􀁅􀁾􀁙􀁊􀀼􀁹􀁅􀁓􀁾􀀭􀀭􀀭􀁟􀀭 TIDS AGREEMENT is entered into this __ day of ,2007, by and between Town of Los Gatos, State of California, herein called "Town", and Biggs Cardosa Associates, Inc. engaged in providing a Professional Consultant Services agreement (Exhibit A) in connection with the design of PPW Job No. 04-68 -Roberts Road Bridge Improvement P"oject; herein called "Consultant." RECITALS A. Town desires to engage a professional consultant services consultant to provide design services in connection with PPW Job No. 04-68 -Roberts Road Bridge Improvement Project, herein called "Consultant" because of Consultant's experience and qualifications to perform the dcsircd work. B. Consultant represents and affirms that it is qualified and willing to perform the desired work pm-suant to tltis Agreement. AGREEMENTS NOW, THEREFORE, THE PARTIES I-IERETO AGREE AS FOLLOWS: 1. Scope of Services. Consultant shall provide Professional COllSultant Design Services as requested by the Town as outlined in (Exhibit A). 2. Time of Performance. The services of Consultant are for the period of limn Junc 18, 2007 to June 30, 2009. The Town will review the Consultants' performance at the end of the contract pcriod and will have the option of renewing the contract. Should Town not renew a contract, the award and authorization of the contract shall automatically expire. Town shall give Consultant at least 15 days notice, prior to the cancellation or expiration ofthe contract. 3. Compliance with Laws. Consultant shall comply with all applicable laws, codes, ordinances, and regulations of governing federal, state and local laws. Consultant represents and warrants to Town that it has all licenscs, permits, qualifications and approvals of whatsoever natm-e which are legally required for Consultant to practice its profession. Consultant represents and wanants to Town that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement any licenses, permits, and approvals which are legally required for Consultant to practice its profession. Consultant shall maintain a Town of Los Gatos bl1siness license pursuant to Chapter 14 of the Code ofTown of Los Gatos. 4. Sole Responsibilitv. Consultant shall be responsible for employing 01' engaging all persons necessary to perform the services unuer this Agreement. 5. Information/Report Handling. All documents furnished to Consultant by Town and all reports and supportive data prepared by Consultant under this Agreement are Town's property and shall be delivered to Town upon the completion of Consultant's services or at Town's written request. All reports, information, data, and exhibits prepared or assembled by Consultant in connection with the pelformance of its services pursuant to this . Agreement are confidential until released by Town to the public, and Consultant shall not make any of the these documents or information available to any individual or organization not employed by consultants by Consultant or Town without the written consent ofTown before such release. Town acknowledges that the repOlts to be prepared by Consultant pursuant to this Agreement are for tl,e purpose of evaluating a defined project, and Town's use of the information contained in the repOlts prepared by Consultant in connection with othcr projects shall be solely at Town's risk, unless Consultant expressly consents to such use in writing. Town fulther agrees that it will not appropriate any methodology or technique of Consultant which is and has been confirmed in writing by Consultant to be a trade sccret of Consultant. 6. Compensation. Compensation for Consultant's professional services is for an amount not to exceed $253,200, and shall be based upon Town authorization for each peer rcview. Billing for each peer review shall bc based on the Consultant's Schedule of Charges (attachcd hereto as Exhibit "B" and incorporated by reference herein). Billing shall be accompanied by a detailed explanation of the work perfOlmed, by whom, at what rate, and on what date. Billing invoices submitted for payment must reference the Town Purchase Order Nmnber, and if applicable, the appropriate project address and Town Application Nmnber. Also, plans, specifications, documents or other pertinent materials shall be submitted for Town review, even if only in partial or draft form. Payment shall be net thitty (30) days. Only onc (1) purchase order number per invoice will be accepted. All invoices and statements to Town shall reference Town's purchase order number and be addressed as follows: Invoices: Town of Los Gatos Attn: Accounts Payable P.O. Box 655 Los Gatos, CA 95030 Statements: Town of Los Gatos Attn: ACCOlUltS Payable P.O. Box 655 Los Gatos, CA 95030 7. Availability of Records. Consultant shall maintain the records SUppOlting this billing for not le<;s than three (3) ycars following completion of thc work ,mder this Agreement. Consultant shall make these records available to authorized personnel of Town at Consultant's offices during business hours upon written request ofTown.. 8. Project Manager. The Project Manager for Consultant for the work under this Agreement shall be Dan Devlin. 9. Assignability and Subcontracting.. The services to be performed under this Agreement are unique and personal to Consultant. No portion of these services shall be assigned or subcontracted without the prior written consent of Town. 10. Notices. Any notice required to be given shall be deemed to be duly and properly given if mailed postage prepaid, and addressed to: By: Town of Los Gatos Kevin Rohani, Interim Director Parks and Public Works Town of Los Gatos 41 Miles Avenue Los Gatos, CA 95030 Phone: (408) 399-5773 By: Consultant Biggs Cardosa Associates, Inc. Mahvash Harms 1871 The Alameda, Suite 200 San Jose, CA 95126 Phone: (408) 296-5515 11. Independent Contractor. It is understood that Consultant, in the perfOlmance of the work and services agreed to be performed, shall act as and bc an independent contractor and not an agent or employee of Town. As an independent contractor he/she shall not obtain any rights to retirement benefits or other benefits which accnle to Town employee(s). With prior written consent, Consultant may perform some obligations under this Agreement by subcontracting, but may not delegate ultimate responsibility for perfOlmance or assign or transfer interests under this Agreement. Consultant agrees to testifY in any litigation brought regarding the subject of the work to be performed under this Agreement. Consultant shall be compcnsated for its costs and expenses in preparing for, traveling to, and testifying in such matters at its then currcnt hourly rates of compensation, lruless such litigation is brought by Consultant or is based on allcgations of Consultant's negligent performance or wrongdoing. 12. Conflict of Intercst. Consultant understands that its professiollll1 rcsponsibilities is solely to Town. Consultant has and shall not obtain any holding or interest within Town of Los Gatos. Consultant has no bnsincss holdings or agrcements with any individual mcmber of the staff 01" management of Town or its representatives, nor shall it enter into any such holdings or agreements dming the telID ohhis agreement, including any amendments. In addition, Consultant warrants that it does not presently and shall not acquire any direct OT indirect interest adverse to those of Town in the subject of this Agreement, and it shall immediately disassociate itself from such an interest should it discover it has done so and shall, at Town's sole discretion, divest itself of such interest. Consultant shall not knowingly, and shall take reasonable steps to ensure that it does not, employ a person having such an interest in this performance of this Agreement. If after employment of a person, Consultant discovers it has employed a person with a direct or indirect interest that would conflict with its perfOlmance of this Agreement, Consultant shall promptly notify Town of this employment relationship, and shall, at Town's sole discretion, sever any such employment relationship. 13. Equal Employment OppOltunity. Consultant warrants that it is an equal opportunity employer and shall comply with applicable regulations governing equal employment opportunity. Neither Consultant nor its subcontractors do and neither shall discriminate against persons employed or seeking employment with them on the basis of age, sex, color, race, marital status, sexual orientation, ancestry, physical or mental disability, national origin, religion, or medical condition, unless based upon a bona fide occupational qualification pursuant to the California Fair Employment & Housing Act. 14. Insurance. A. Minimum Scope oflnsurance: i. Consultant agrees to have and maintain, for the duration of the contract, General Liability insurance policies insuring him/her and his/her finn to an amount not less than: one million dollars ($1,000,000) combined single limit per OCCUlTence for bodily injury, personal injury and pl'Opeliy damage. 11. Consultant agrees to have and maintain for the duration of the contract, an Automobile Liability insurance policy ensuring himlher and his/her staff to an alllOlmt not less than one million dollars ($1,000,000) combined single limit per accident for bodily injury and property damage. 111. Consultant shall provide to Town all celtiiicates of insurance, with original endorsements effecting coverage. Consultant agrees that all certificates and endorsements are to be received and approved by Town before work con11nences. IV. Consultant agrees to have and maintain, for the duration of the contract, professional liability insurance in amounts not less than $.1,000,000 which is sufficient to insure Consultant for professional eITorS or omissions in the pcrformance of the particular scope ofwork under this agreement. B. General Liability: 1. Town, its officers, officials, employees and volunteers are to be covered as insured as rcspects: liability arising out of activities perfOlmed by or on behalf of Consultant; products and completed operations of Consultant, premises owned or used by Consultant. This requirement does not apply to the professional liability insurance required for professional errors and QllllSSlOllS. ii. Consultant's insurance coverage shall be prinIary insurance as respects Town, its officers, officials, employees and volunteers. Any insurance or self-insurances maintained by Town, its officers, officials, employees or volunteers shall be excess of Consultant's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to Town, its officers, officials, employees or volunteers. iv. Consultant's insurance shall apply separately to each insured against whom a claim is made or suit is brought, except with respect to the limits of the insurer's liability. C. All Coverages: Each insurance policy required in tllis item shall be endorsed to state that coverage shall not be suspended, voided, canceled, reduced in coverage or in limits except after thirty (30) days' prior written notice by cetiified mail, return receipt requested, has been given to Town. CutTent cetiification of such insurance shall be kept on file at all times during the term of this agreement with Clerk Athuinistrator. D. In addition to these policies, Consultant shall have and maintain Workers' Compensation insurance as required by California law and shall provide evidencc of such policy to Town beforc bcgimling services under this Agreement. Fmiher, Consultant shall ensure that all subcontractors employed by Consultant provide the required Workers' Compensation insurance for their respective employees. 15. Indemnification. Consultant shall save, keep and hold hanuless indemnify and defend Town its officers, agent, cmployees and volunteers from all damages, liabilities, penalties, costs, 01' expenses in law or equity that may at any time arise or be set up because of damages to properly or personal injury received by rcason of, or in the course of performing work which may be occasioned by a willful or negligent act or omissions of Consultant, or any of Conrultant's officers, cmployees, or agents or any sub-consultant. 16. Waiver. No failure on the part of eithcr party to exercise any right or remedy hercunder shall operate as a waiver of any other right or remedy that party may have hereunder, nor does waiver of a bl'each or default under this Agreement constitute a continuing waiver of a subsequent breach ofthe same or any other provision ofthis Agreement. 17. Governing Law. This Agreement, regardless of where executed, shall be governed by and construed to the laws of the State of California. Venue for any action regarding tlris Agreement shall bc in the Superior Comi ofthe County of Santa Clara. 18. Termination of Agreement. Town and Consultant shall have the right to terminate this agreement with or without cause by giving not less than fifteen (IS) days written notice of termination. In the event of ternrination, Consultant shall deliver to Town all plans, files, documents, repOlis, performed to date by Consultant. In the cvent of such tcrmination, Town shall pay Consultant an amOlUlt that bears the same ratio to the maximum contract price as the work delivered to Town bears to completed services contemplated Ullder this Agrcement plll'Sl1ant to the noted Scope of Services and (Exhibit A) hereto, lmless such tel1nination is madc for cause, in which event, compensation, if any, shall be adjustcd in light of the pmiicular facts and circumstances involved in such such termination. 19. Amendment. No modification, waiver, mutual termination, or amendment of this Agreement is effective unless made in writing and signed by Town and Consultant. 20. Disputes. In any dispute over any aspect of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, including costs of appeal. 21. Entire Agreement. This Agreement, including Exhibits A and B, constitutes the complete and exclusive statement of the Agreement between Town and Consultant. No tenTIs, conditions, understandings or agreements purporting to modify or vary this Agreement, unless hereafter made in writing and signed by the palty to be bound, shall be binding on either party. IN WITNESS WHEREOF, Town and Consultant have executed this Agreement as of the date indicated on page one (1). 􀁒􀁥􀁣􀁯􀁭􀁭􀁾􀁾 Kevin Rohani Interim Director of Parks and Pnblic Works ATTEST: ,\t .Q, Q 'J 􀂷􀁬􀁾 '1)7 Administratb ofthe Town of Los Gatos, atos, California Approved as to FOlm: 􀀺􀀺􀀺􀂥􀁚􀁴􀀺􀁾 Exhibit B FIRST AMENDMENT TO AGREEMENT This FIRST AMENDMENT TO AGREEMENT (Exhibit B) is entered into this the day of ,2009, by and between the Town of Los Gatos, State of California, herein called "Town," and, and Biggs Cardosa Associates Inc., herein called "Consultant." RECITALS A. Town and Biggs Cardosa Associates Inc. entered into an agreement for engineering design consultant services in June, 2007 ("Agreement"), a copy of which is attached hereto as (Exhibit A) and incorporated herein by reference. B. Consultant will provide additional design services which were not included in the original contract, in connection with Project 04-68 -Robelis Road Bridge Reconstruction Project. AMENDMENT 1. The Agreement is hereby amended to provide additional design services for this project in accordance with this First Amendment, attached hereto and incorporated herein by this reference at a cost not to exceed $181,800. 2. Time of Performance; The service period of the consultant agreement shall be extended to June 30, 2010. 3. All other terms and conditions of the Agreement dated June, 2007 remain in full force and effect. IN WITNESS WHEREOF, the Town and Biggs Cardosa Associates Inc. have executed this First Amendment Agreement as of the date indicated on page one (1). Town of Los Gatos, by: Greg Larson, Town Manager Recommended by: Todd Capurso Director of Parks and Public Works ATTEST: Jackie D. Rose Clerk Administrator Approved as to Form: Ony P. Korb, Town Attorney By: Biggs Cardosa Associates Inc. (Signature) (print name) BIGGS CAROOSA ASSOCIATES INC STRUCTURAL ENGINEERS SSB The Alameda San ..Jase, CA 96126-8188 Telephone 408-298-551 5 Facsimile 408-286-81" 4 Town ofLos Gatos Parks and Public Works Department 41 Miles Avenue Los Gatos, CA 95030 EXHIBITC Revised February 4, 2009 February 3,2009 2007136 Attention: Subject: Dear Kevin: Mr. Kevin Rohani, P.E. Roberts Road Bridge Improvements Project Professional Services Change Request #I Biggs Cardosa Associates, Inc. is pleased to submit this proposal to provide additional professional services for the design ofthe Roberts Road Bridge Improvements Project. As you know, this project has changed significantly since our work began. The bridge has become longer, three retaining walls were added, the approach roadway work was extended to the west, and the utility design modifications were more significant than anticipated. These changes are further detailed in the first attachment to this letter. As a result ofthese changes to the project, our scope ofwork for the project has changed. The additional scope of work for the project includes additional project management and meetings, additional effort for the public meeting process, design ofthe soldier pile retaining walls, design ofthe tieback retaining wall, additional effort on wall aesthetics, design of special barriers, design ofthe three-span bridge per AASHTO Load and Resistance Factor Design (LRFD), incorporation ofbridge lighting, additional coordination ofutilities, extension ofthe improvements to the west, and additional coordination ofthe environmental process. These additional services are further detailed as follows: O. Additional Project Management and Meetings: • Project management and administration • Additional coordination with the Town • Coordination with Caltrans Local Assistance • Coordination and review of subconsultants' work • Coordination with Santa Clara Valley Water District • Third-party coordination I. Additional Public Outreach Effort (previously completed but not in original scope ofwork) • Additional coordination with the Town • Preparation ofa presentation for the public meeting • An additional rendering ofthe bridge 2. Soldier Pile Retaining Walls (previously completed but not in original scope ofwork) • Retaining wall development and layout • Retaining wall details • Associated calculations, quantities, cost estimate, and specifications Town ofLos Gatos Revised February 4, 2009 Page 2 3. Tieback Retaining Wall (previously completed but not in original scope ofwork) • Retaining wall development and layout • Coordination of utilities especially sanitary sewer • Retaining wall details • Associated calculations, quantities, cost estimate, and specifications • Associated design review process • Coordination with bridge demolition and existing bridge abutment 4. Wall Aesthetics • Research ofvarious form liner options (previously completed but not in original scope of work) • Coordination ofform liner options with the Town (previously completed but not in original scope of work) • Form liner details/specifications for the retaining walls on the west approach to the bridge (cobbles or other standard form liner) • Include pictures provided by the Town in the construction documents • Prepare performance specification for non-standard form liner 5. Special Barrier Designs (previously completed but not in original scope of work) • Develop barrier concepts • Coordinate barrier options with the Town • Layout of barrier, railing, and pilasters • Develop barrier, railing, and pilaster details • Associated design review process • Associated quantities and cost estimates 6. Three-Span Bridge Designed per LRFD (previously completed but not in original scope ofwork) • Additional effort for LRFD design • Additional analysis and due to three-span bridge o Bent design and details o Slab span design and details o Seismic model o Pushover analysis (transverse and longitudinal) 7. Bridge Lighting • Development ofbridge lighting concepts • Provide lighting on the south side ofthe bridge deck • Provide soffit lights above the Los Gatos Creek trail • Coordinate with PG&E for service point for new street lighting system • Field verification with Town's maintenance crew's help • Prepare lighting plans 8. Additional Utility Coordination • Additional coordination with PG&E for design of distribution and transmission gas lines • Additional coordination with San Jose Water Company for the water main design • Additional coordination with West Valley Sanitation District for the sanitary sewer design • Associated coordination meetings Town of Los Gatos Revised February 4, 2009 Page 3 9. Extend 􀁉􀁭􀁰􀁲􀁯􀀢􀁥􀀮􀁭􀁥􀁮􀀡􀁈􀁑􀁴􀁨􀁾West • Supplemental Topographic Survey • Right-of-Way Engineering • Utility Investigations & Coordination • Additional roadway design including curb & gutter and sidewalk • Design oftwo concrete retaining walls (approximately 300 linear feet of retaining wall) • Development and layout of retaining walls • Retaining wall details • Coordination of retaining walls with roadway details • Associated design review process • Associated calculations, quantities, cost estimate, and specifications 10. Additional Environmental £:Qordination • Address biological repOlt comments received from Caltrans • Additional coordination with the Regional Water Quality Control Board Biggs Cardosa Associates proposes to provide the above described additional scope of services by requesting an additional fee of $181,800. The breakdown ofthis additional fee is shown on the second attachment to this letter. The following is a summalY our design fee for this project including this change request: Original Contract $253,200.00 Authorized Change Request No. I $181,800.00 Please Authorize Contract Total $435,000.00 The following items are not included in this proposal: • Construction support services • Construction inspection services • Development of art features for bridge "abutments" • Meetings with the Town to discuss "abutment" form liner art • Sculpting ofthe artwork for the "abutment" form liner Biggs Cardosa Associates, Inc. will provide a proposal for these services at the Town's request. Should you have any questions, please do not hesitate to call. Sincerely, BIGGS CARDOSA 􀁭􀁾􀁾 Mahvash Harms Principal Attachments cc: Martin Bodemar, Biggs Cardosa Associates M:\2007\lJ6\IOO Projeel Conlrol\I11 􀁐􀁴􀁯􀁪􀀩􀁬􀀩􀁵􀁴􀁃􀁕􀁮􀀨􀁲􀁬􀁬􀁤􀀵􀁜􀁃􀁬􀁷􀀱􀁩􀁬􀀺􀁟􀁒􀁣􀁱􀁵􀁾􀁕􀁈􀁜􀁒􀁉􀁬􀁖 _􀁃􀁨􀁬􀁬􀁾 Rilquesl 1, Ldlcrdoc Roberts Road Bridge: Design Services· Change Request No.1 Town of Los Gatos Revised 0210412009 Subconsultant Cost Breakdown Biggs BKF Parikh David Powers Linda Patterson Total Task Cardosa Consultants Design Dollars Associates Structural Clvi Geotec;:hnicil envlronmenta Artist1 0 ADDITIONAL PROJECT MANAGEMENT, MEETINGS, & $28,000 $28,000 ADMINISTRATION (BCA) 1 ADDITIONAL PUBLIC OUTREACH EFFORT (PREVIOUSLY $4,500 $4,500 COMPLETED) z SOLDIER PILE RETAINING WALLS ADDED (PREVIOUSLY $12,000 $12,000 COMPLETED) 3 TIEBACK RETAINING WALL ADDED (PREVIOUSLY $18,000 $18,000 COMPLETED) 4 WALL AESTHETICS $2,500 $0 $2,500 5 SPECIAL BARRIER DESIGNS IPREVIOUSLY COMPLETED) $12,000 $12,000 G TIiREE-SPAN BRIDGE PER LOAD & RESISTANCE FACTOR $37,000 $37,000 DESIGN (LRFD) VS. ONE05PAN BRIDGE PER BRIDGE DESIGN SPECIFICATIONS 7 BRIDGE L.IGHTING $3,500 $7,500 $11,000 8 ADDITIONAL UTILITY COORDINATION $7,000 $7,000 • EXTEND IMPROVEMENTS TO THE WEST $25,500 $14,094 $40,594 INCLUDING RETAINING WAlL DESIGN 10 ADDITIONAL ENVIRONMENTAL COORDINATION $1,000 $5,000 $6,000 ADDITIONAL REIMB•• PRINTING. SHIPPING $2.342 $864 $3,206 TOTAL CHANGE REQUEST NO.1 $154342 822,458 $0 $5 000 80 $161 600 􀁾 M:U!OO7\136\10D PrcJect CQnlr<ll\112 􀁐􀀨􀁬􀀩􀁰􀁯􀀤􀁉􀁌􀁃􀁬􀁬􀁮􀁬􀁲􀁬􀁊􀁤􀁳􀁜􀁃􀁢􀀮􀁮􀁬􀁬􀁥􀀮􀁊􀁾􀁥􀁱􀁬􀁬􀁬􀁬􀁓􀁕􀁉􀀧􀀱􀁜􀁃􀁨􀁄􀁲􀁉􀁜􀁬􀁥� �􀁒􀁥􀁱􀁵􀁥􀁳􀁴􀀮􀀮􀀱􀀮􀀮􀁬􀁬􀀱􀁳􀀭