Loading...
03-035 Biggs Cardosa Associates - Mary Ave Footbridge (1st amendment) TABLE OF CONTENTS PAGE 1. DEFINITIONS ...................................................................................................................................................1 2. TERM OF AGREEMENT ................................................................................................................................1 3. SERVICES CONSULTANT AGREES TO PERFORM ................................................................................1 4. COMPENSATION ............................................................................................................................................2 5. MAXIMUM COSTS ..........................................................................................................................................2 6. QUALIFIED PERSONNEL .............................................................................................................................2 7. REPRESENTATIVES FOR BOTH PARTIES ...............................................................................................2 8. INDEMNIFICATION AND GENERAL LIABILI'I'Y ...................................................................................2 9. LIABILITY OF CITY .......................................................................................................................................2 10. INDEPENDENT CONTRACTOR ..............................................................................................................2 11. INSURANCE .................................................................................................................................................2 12. SUSPENSION OF SERVICES ....................................................................................................................2 13. TERMINATION OF AGREEMENT FOR CAUSE ..................................................................................2 14. TERMINATION OF AGREEMENT FOR COl~'VENIENCE .................................................................2 15. CONFLICTS OF INTEREST / OTHER AGRE:EMENTS .......................................................................2 16. PROPRIETARY OR CONFIDENTIAL INFORMATION OF CITY; PUBLICITY ............................2 17. NOTICE TO THE PARTIES ......................................................................................................................2 18. OWNERSHIP OF RESULTS /WORKS FOR 1 [IRE ...............................................................................3 19. AUDIT AND INSPECTION RECORDS ....................................................................................................3 20. SUBCONTRACTOR /ASSIGNMENT /CITY )EMPLOYEES ...............................................................3 21. NON-DISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY ......................................3 22. DRUG-FREE WORKPLACE POLICY .....................................................................................................3 23. COMPLIANCE WITH AMERICANS WITH I;QSABILITIES ACT ......................................................3 24. DISPUTES ............................................................,........................................................................................3 25. AGREEMENT MADE IN CALIFORNIA; VEPdUE .................................................................................3 26. COMPLIANCE WITH LAWS ....................................................................................................................3 BCA First Amendment 1 27. CONSTRUCTION .................................................,......................................................................................3 28. MISCELLANEOUS ......................................................................................................................................3 29. ENTIRE AGREEMENT; MODIFICATIONS OF AGREEMENT .........................................................3 30. SURVIVAL OF CERTAIN PROVISIONS ................................................................................................4 31. LIST OF APPENDICES AND SCHEDULES ............................................................................................4 BCA First Amendment ii THE CITY OF CUPERTINO FIRST AMENDMENT TO AGREEMENT BETWEEN THE CITY OF C:UPERTINO AND BIGGS CARDOSA ASSOCIATES, INC. THIS FIRST AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT ("Agreement") is dated this day of , 2005, in the; City of Cupertino, State of California, by and between Biggs Cardosa Associates, Inc., hereinafter referred to as ("Consultant") and CITY OF CUPERTINO, hereinafter referred to as ("City"). Recitals WHEREAS, CITY and CONSULTANT desire to amend the AGREEMENT to modify the basic agreement, scope of services, and increase the total compen:;ation; and WHEREAS, the CITY OF CUPERTINO desires to obtain professional consultant services for the Mary Avenue Bicycle Pedestrian Bridge, (hereinafter, PROJECT); and WHEREAS, City's rules and regulations authorize City to enter into agreements for professional temporary services; and WHEREAS, Biggs Cardosa and Associates has the necessary professional expertise and skills to perform the professional services required, Now, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, stipulated and agreed, the parties agree as follows: 1. Definitions 1.1 Unchanged. See Basic Agreement. 2. Term of Agreement 2.1 All work comprising the Services shall be de~;med performed under this Agreement. This Agreement shall conclude upon the completion of the Project. Service:; under this agreement are anticipated to commence on or about June 21, 2005, and be completed September 30, 200"7. Actual commence and completion dates are subject to change by agreement of the parties to the Agreement. 3. Services Consultant Agrees to Perform 3.1 See Basic Agreement and Appendix A of this First Amendment. BCA First Amendment 4. Compensation 4.1 See Basic Agreement and Appendix B of this ]~irst Amendment. 5. Maximum Costs 5.1 Unchanged. See Basic Agreement. 6. Qualified Personnel 6.1 Unchanged. See Basic Agreement. 7. Representatives for Both Parties 7.1 Each party hereby designates the following representative: Terry W. Greene, City Architect, for City; and Mahvash Harms, Principal of Biggs Cardosa Associates, Inc., for Consultant. These representatives are authorized to act on the respective parties' behalf with r~;spect to this Agreement. Each party may delegate all or some of the representatives' role and function to some other representative, or change its representative, at any time and with notice to the other party. 8. Indemnification and General Liability 8.1 Unchanged. See Basic Agreement. 9. Liability of City 9.1 Unchanged. See Basic Agreement. 10. Independent Contractor 10.1 Unchanged. See Basic Agreement. 11. Insurance 11.1 Unchanged. See Basic Agreement. 12. Suspension of Services 12.1 Unchanged. See Basic Agreement. 13. Termination of Agreement for Cause 13.1 Unchanged. See Basic Agreement. 14. Termination of Agreement for Convenience 14.1 Unchanged. See Basic Agreement. 15. Conflicts of Interest /Other Agreements 15.1 Unchanged. See Basic Agreement. 16. Proprietary or Confidential Lrformation of City; Publicity 16.1 Unchanged. See Basic Agreement. 17. Notice to the Parties City and Consultant shall provide notices to the other in written form, sent by certified mail, return receipt requested, or by overnight courier, or delivery service, with signature required, as follows: C~ City of Cupertino 10300 Torre Avenue Cupertino, Ca. 95014 Attn: Terry W. Greene Consultant Biggs Cardosa Associates, Inc. 1871 The Alameda, Suite 200 San Jose, Ca. 95126-1752 Attn: Mahvash Harms 2 BCA First Amendment 18. Ownership of Results /Works for Hire 18.1 Unchanged. See Basic Agreement. 19. Audit and Inspection Records 19.1 Unchanged. See Basic Agreement. 20. Subcontractor /Assignment /City Employees 20.1 Unchanged. See Basic Agreement. 21. Non-Discrimination and Equal Employment Opporrunity 21.1 Unchanged. See Basic Agreement. 22. Drug-Free Workplace Policy 22.1 Unchanged. See Basic Agreement. 23. Compliance with Americans with Disabilities Act 23.1 Unchanged. See Basic Agreement. 24. Disputes 24.1 Unchanged. See Basic Agreement. 25. Agreement Made in California; Venue 25.1 Unchanged. See Basic Agreement. 26. Compliance with Laws 26.1 Unchanged. See Basic Agreement. 27. Construction 27.1 Unchanged. See Basic Agreement. 28. Miscellaneous 28.1 Unchanged. See Basic Agreement. 29. Entire Agreement; Modifications of Agreement 29.1 Unchanged. See Basic Agreement. BCA First Amendment 30. Survival of Certain Provisions 30.1 Unchanged. See Basic Agreement. 31. List of Appendices and Schedules 31.1 Appendix A: Scope of Services 31.2 Appendix B: Payments to Consultant 31.3 Appendix C: Insurance: Unchanged. See Ba;>ic Agreement, Appendix C 31.4 Schedule 6.2: Professional Personnel: Unchanged. See Basic Agreement, Schedule 6.2 1N WITNESS WHEREOF, the parties hereto have executed this First Amendment the day first mentioned above. "City" CITY OF CUI'ERTINO, $,23.oS By: David W. Knapp, City anager Attest: ~~"~/ , Kimberley Smit 'ty Clerk "Consultant" BIGGS CARI)OSA ASSOCIATES, INC. By: Its: Approved as to form and. ~ r- .' r'f ~ '~/',f ~~/ City Resolution No. 05-109 ~YGS ~ de.YW this Cx-~'oday of ~ S~ , 2005. All of the terms and conditions of the original AGREEMENT, not modified by this First Amendment, shall remain in full force and effect. THIS AGREEMENT SHALL NOT BE VALID OR EFFECTIVE FOR ANY PURPOSE UNLESS AND UNTIL SIGNED BY THE CITY MANAGER ON BEHALF OF THE CITY COUNCIL. 4~ BCA First Amendment APPEND.[X "A" First Amendment SCOPE OF SERVICES MARY AVENUE BIC`Y'CLE CORRIDOR CITY OF CUPERTIhfO, CALIFORNIA This is an appendix attached to, and made ~~ part of, the First Amendment to Professional Services Agreement dated THE CITY OF CUPERTINO ("City") and Biggs Cardosa Associates, Inc. ("Consultant") for the provision of professional services ("Services") TABLE OF CONTENTS A. PROJECT DESCRIPTION ......................................................................................................... 2 B. CONSTRUCTION BUDGET .................................................................................................... 2 C. CRITERIA GOVERNING CONSULTANT' S SERVICE ........................................................ 2 D. ADMINISTRATIVE, COORDINATION, RI~PORTING AND SCHEDULING SERVICES . 3 E. ADA ............................................................................................................................................ 4 F. ENVIRONMENTAL COMPLIANCE ....................................................................................... 4 G. DESIGN STANDARDS ............................................................................................................. 4 H. DETAILED WORK PLAN AND SCOPE Oli SERVICES ....................................................... 5 8.0 TASK 8. CONSTRUCTION PHASE SI:RVICES ............................................................. 5 9.0 TASK 9. CONSTRUCTION MANAGEMENT SERVICES (NA) .................................... 6 10.0 TASK 10. CONSTRUCTION INSPECTION SERVICES (NA) .......................................6 11.0 TASK 11. AERODYNAMIC ASSESSMENT DESIGN ................................................... .6 12.0 TASK 12. WIND TUNNEL TESTING .............................................................................. .6 13.0 TASK 13. BRIDGE RAIL DESIGN AND ENVIRONMENTAL ART ............................ .6 14.0 TASK 14. BRIDGE DESIGN CRITERIA ......................................................................... .6 15.0 TASK 15. RIGHT OF WAY CERTIFICATES ................................................................. .6 16.0 TASK 16. BRIDGE INSPECTION, MAINTENANCE AND OPS MANUAL ............... .6 17.0 TASK 17. PRNACY AND SECURITY FENCE DESIGN .............................................. .7 18.0 TASK 18. PHASE 1 AND 2 CONSTRL~CTION ............................................................... .7 BCA First Amendment Alof7 A. PROJECT DESCRIPTION The City of Cupertino ("City") has undertaken a project to provide a bicycle and pedestrian connection between the cities of Cupertino and Su~myvale in a corridor on Mary Avenue between Homestead Road and Meteor Avenue. Tlie corridor passes over Interstate 280, utilizing the existing right-of--way designated for Mary Avenue. The project will include a bicycle path with landscaping and a bridge over Interstate 280. The City has approved a project Feasibility Study'?inal Report, dated December 3, 2001 and the Cable Stayed Concept dated February 1, 2005. The report presented a preferred design for the corridor based upon the input from community workshops. The corridor featured a suspension bridge over Interstate 280 with a main span of about 300-feet and a total length of about 460-feet. The approaches to the bridge will utilize the existing fill slopes placed for a future extension of Mary Avenue over Interstate 280. This amended scope of services will provide for adjustments in construction phasing, final design and construction phase services, including engineering support. The final design phase will consist of incorporation of all City/Caltrans review comments into the plans, and submittal of the approved PS&E construction documents for advertising. B. CONSTRUCTION BUDGET Bid Day Budget: Phase 1: The preliminary budget for construction costs of work to be designed by the Consultant is Eight Hundred Eighty Thousand Dollars ($880,000) Phase 2: The preliminary budget for construction costs of work to be designed by the Consultant is Four Million Five Hundred Sixty Thousand Dollars ($4,560,000). City's "Bid Day Budget" referenced means the anticipated value of the construction contract for the Project when initially let for the base contract work, exclusive of alternates. C. CRITERIA GOVERNING CONSULTE~NT'S SERVICE 1. Consultant shall not, unless otherwise permitted in writing by City, propose or recommend any design that has the effect ~~f shifting design responsibilities from Consultant to a contractor, through performance specifications or any other means. Performance specifications will be allowed only when necessary to preclude single vendor sources. 2. Consultant shall not, unless otherwise permitted in writing by City, specify unique, innovative, proprietary or sole source equipment, systems or materials. Whenever a proprietary or sole source design or equipment is requested by Consultant, Consultant shall provide City with a written evaluation of whether all periodic maintenance and replacement of parts, equipment or systems, can be performed normally and without excessive cost or time. City will consider such evaluation in making in decision. BCA First Amendment A2of7 D. ADMINISTRATIVE, COORDINATIOr1, REPORTING AND SCHEDULING SERVICES General Description and Requirements. 1.1 Performance of Services will require Consultant to work with, meet with, and attend meetings with City staff, with other governmental agencies, with Contractors, and with such other consultants as Consultant determines necessary, to the extent necessary for the design and construction of the Project and performance of Consultant's duties under this Agreement (including, but not limited to, Consultant's express duties of coordination with other consultants). 1.2 Plans, specifications, design calcul~itions, site data, and cost estimates, if any, regrired to be prepared by Consult~int shall be prepared by licensed personnel or personnel under the direction of licensed personnel. As required by the California Code of Regulations, "Responsible Charge" for such Services shall be with a Registered licensed Engineer in the State of California. 1.3 Consultant shall provide to City professional architectural and engineering services necessary to perform the Services. Services will include providing professional architectural and engineering including civil, traffic, electrical, architectural, structural engineering;, soil's engineering, landscape, and cost estimating services. 1.4 Consultant shall have adequate per;~onnel, facilities, equipment and supplies to complete Consultant's Services. Consultant shall provide all materials required to complete its services at its sole cos r and expense. 1.5 Consultant shall engage all appropriate specialty subconsultants as are necessary for proper completion of Consultant's Services, at the sole expense of Consultant. Consultant's contracts with its Subconsultants (and their contracts with their subconsultants) shall incorporate this Agreement by reference to the extent not inconsistent with the Subconsultant's scope of work. City shall have the right (but not the obligation) to approve specialty subconsultants engaged by Consultant as well as their form of contract, which approval shall not be unreasonably withheld. 1.6 Consultant shall require each of its subconsultants to execute agreements containing standard of care and inc:emnity provisions coextensive with those in this Agreement and which will indemnify and hold City harmless from any negligent errors or omissions of the; subconsultants. 1.7 To the extent necessary to complete its design services for the Project, Consultant shall independently review, update and verify all as-built and existing conditions, and all as-built information suppliE:d by City concerning existing structures, facilities and utilities as outlined ire the scope of services. BCA First Amendment A3of7 1.8 Throughout Consultant's performance of the Services, Consultant shall make written recommendations to City concerning any. additional information necessary to complete the Services. 1.9 Consultant shall provide City with ~~vritten evaluations of the effect of any and all governmental and private regulatio~is, licenses, patents, permits, and any other type of applicable restriction and associated requirements on the Services and its incorporation into the Project. 1.10 Consultant shall provide City with ;r copy of all written communications and submittals to third parties regarding; the Project (excluding attorney-client privileged communications). 2. Coordination of Services With Consultant's subconsultants and With Consultants on Other Projects. 2.1 Consultant shall mutually coordinate all architectural and engineering disciplines and subconsultants involved in completing its Services. The objective of this coordination shall be the development of a comprehensive and workable design for the Project with consistency in architecture and thematic details with other projects, and in which the work of Consultant: and other consultants interface well and is properly coordinated, is architecturally sound and well engineered, with details that work together with regard to all affected disciplines. City shall have the right, but not the obligation, to attend and participate in such meetings, and to remain fully advised and informed of the coordination of design work and the performance of each subconsultant of their design rf;sponsibilities. 2.1.1 Consultant shall require its subconsultants to agree in their subcontracts to coordinate with Consultant and other subconsultants. 2.1.2 Consultant shall conduct at least monthly design coordination meetings with all subconsultants employed by Consultant. E. ADA Consultant's scope of Services on the Project shall include ADA compliance. F. ENVIRONMENTAL COMPLIANCE. Consultant shall coordinate, schedule and take all actions necessary to perform the Services in a manner that complies with all requirements of the (;alifornia Environmental Quality Act, Public Resources Code Section 21000 et seq. ("CEQA") and any other statutory or regulatory requirements as to environmental issues or compliance applicable to City on the Projects. Consultant shall not be responsible to prepare CEQA compliance documents, but shall prepare its designs in conformance with CEQA compliance documents and required timeframes. G. DESIGN STANDARDS BCA First Amendment A4of7 Roadway tie-ins, bicycle path and bridge design shall conform to the applicable provisions and guidelines of the current editions of the following: • AASHTO Policy on the Geometric De;~ign of Roads • AASHTO Guide for the Development ~~f Bicycle Facilities • AASHTO LRFD Bridge Design Specifications • Caltrans Bridge Design Specifications • Caltrans Bridge Memos to Designers • Caltrans Bridge Design Aids Manual • Caltrans Bridge Design Details Manual • Caltrans Drafting and Plans Manual • Caltrans Highway Design Manual • Accessibility standards adopted under the American's with Disabilities Act (ADA) All plans, specifications, estimates, and reports shall be prepared in Metric units. H. DETAILED WORK PLAN AND SCOPE OF SERVICES The Scope of Services identifies additional tasks, numbered 8 through 18, which are summarized below. Tasks 9 and 10 are not applicable under tY~is First Amendment. Submittals shall be made in the number. and type :specified in the current edition of the CALTRANS publication entitled Guide for the Submittal of Plans Specifications, and Estimates, and where applicable, EFPB Information and Procedures Guide of the Division of Structures, unless noted otherwise. 8.0 TASK 8. CONSTRUCTION PHASI; SERVICES CONSULTANT shall provide engineering; services, including Project Management as defined in Task 1, to support Phase 1 and :? of construction of the Project as described in this First Amendment and the Basic Agree;ment. Construction administration is the responsibility of the City or their assignee, Services to be provided include: 8.1 Clarification of existing design. 8.2 Providing responses to Requests R~r Information about the plans and specifications. 8.3 Review of shop drawings and other contractor technical submittals for conformance with the plans and specifications, and recommendation for acceptance, rejection or re-submittal. 8.4 Review Requests for Substitution ,end make recommendations for acceptance or rejection. 8.5 Providing data additional to the submittals required in the Scope of Services for the Final PS&E. 8.6 Attend field meeting as needed at critical times during construction. BCA First Amendment ASof7 8.7 Make bi-monthly field visits during; construction to observe progress and verify general conformance of construction to intent of plans and specifications. 8.8 Preparing record drawings based on Contractor redlined plans. 8.9 Provide soil compaction testing anct one survey certification verification in Phase 1. 9.0 TASK 9. CONSTRUCTION MANAGEMENT SERVICES (NA) 10.0 TASK 10. CONSTRUCTION INSPECTION SERVICES (NA) 11.0 TASK 11. AERODYNAMIC ASSESSMENT DESIGN 11.1 Consultant will provide fora "desk top" analysis of the aerodynamic aspects of the bridge and use the data generated there from to make additional design decisions. 12.0 TASK 12. WIND TUNNEL TESTING Consultant will retain a testing agency to I~repare a desktop model and to perform a wind tunnel testing of the finalized bridge model to investigate the performance of the bridge due to extreme wind loads and vibration d~.te to pedestrian loading. Inclusion of Mass Tuned Dampers will be determined after the results of testing is reviewed, but are not anticipated to be required. 13.0 TASK 13. BRIDGE RAIL DESIGN ?,ND ENVIRONMENTAL ART 13.1 Design and coordinate with City's architectural enhancement consultant (Thomas R. Aidala, FAIA) in the investigation and final design of the bridge rail system, materials, and artwork. 14.0 TASK 14. BRIDGE DESIGN CRITERIA 14.1 Develop Bridge Design Criteria to meet the requirements of Cal Trans. 15.0 TASK 15. RIGHT OF WAY CERTIFICATES 15.1 Consultant will provide the City with Right of Way certificates for those portions of the site that will become a part of the Cal Trans Right of Way as a result of the position of the towers and the relocation of the sound walls. 16.0 TASK 16. BRIDGE INSPECTION, MAINTENANCE AND OPS MANUAL 16.1 Provide a complete and comprehensive manual using Cal Trans standards which provides detailed instructions on inspections, maintenance and operations of the various BCA First Amendment A6of7 components of the bridge. Manual will include things that should not be done in particular cases where the use of products or procedures might have a detrimental effect on the life or the appearance of the materials or finishes of the bridge. 17.0 TASK 17. PRNACY AND SECURITY FENCE DESIGN 17.1 Provide the design services necessary to construct an eight foot high wooden residential security fence and a seven foot ]sigh wooden privacy fence. 18.0 TASK 18. PHASE 1 AND 2 CONSTRUCTION 18.1 Reconfigure the project into two phases and include dual measurements on the Construction Documents of Phase :.. END OF APPENDIX "A" BCA First Amendment A7of7 APPEN~~IX "B" First Amf~ndment COMPENSATION MARY AVENUE BICYCLE CORRIDOR CITY OF CUPERTIVO, CALIFORNIA This is an appendix attached to, and made ~t part of, the First Amendment to Professional Services Agreement dated THE CITY OF CUPERTINO ("City") and Biggs Cardosa Associates, Inc. ("Consultant") for the provision of professional services ("Services"). Basic Agreement Tasks TASK 1. Phase 1 & 2 Project Management $200,015 TASK 2. Planning and Preliminary Investigations, Environmental Studies, Environmental Document; Project Study Report and Project Report $326,950 TASK 3. Preliminary Engineering and Preliminary design (35%) for General Plan Submittals and Bridge Type Selection Meeting $197,020 TASK 4. Final Design -Unchecked (65%) $212,580 TASK 5. Final PS&Q -Checked (95%) with Co:;t Estimate $162,620 TASK 6. Final PS&E (100%) with Cost Estimate: $93,790 TASK 7. Construction Bidding Services $9,933 Reimbursable Expenses $22,092 Basic Agreement Subtotal $1,225,000 The fees per task are provided as an estimate of the work necessary to complete each task. Consultant does not have to submit invoices by ta:;k nor will tasks costs be tracked individually. BCA First Amendment B-1 of 2 First Amendment Tasks TASK 8. Construction Phase Services & Soil Compaction Testing $260,000 TASK 9. Construction Management Services (N,~) $0 TASK 10. Bridge Construction Inspection Services (NA) $0 TASK 11. Aerodynamic Assessment Design $30,000 TASK 12. Wind Tunnel Testing $86,000 TASK 13. Bridge Rail Design & Coordination $165,000 TASK 14. Bridge Design Criteria $40,000 TASK 15. Right of Way Certificates $6,000 TASK 16. Bridge Inspection, Maintenance, & Opf;rations Manual $135,000 TASK 17. Privacy and Security Fence Design $8,500 TASK 18. Reconfi ur~ject into Phase 1 and 2 $22,000 First Amendment Subtotal $752,500 Basic Agreement $1,225,000 First Amendment $752,500 Total Fees $1,977,500 The fees per task are provided as an estimate of thf; work necessary to complete each task. Consultant does not have to submit invoices by task nor will tasks costs be tracked individually. Consultant will use Reimbursable Expense fees, authorized in the Basic Agreement, for First Amendment Tasks until fees are exhausted. City will authorize additional work in writing and as necessary, within the authority of the Director of Public Works, by Additional Service Directives, not to exceed a cumulative total of $75,000. Tasks that are not yet a part of the Basic Agreement or the First Amendment are identified by (N/A). END OF APPENDIX "B" BCA First Amendment B-2 of 2