Loading...
HomeMy WebLinkAboutBKF Engineers 2024-11-19COU No. 2425-111 PAGE 1 OF 7 AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this 10th day of September, 2024 (“Effective Date”), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and BKF Engineers, a Corporation organized and in good standing under the laws of the state of California, hereinafter referred to as "Consultant". RECITALS This Agreement is predicated on the following facts: a.City requires design and engineering services related to a roundabout design at Low Gap Road and North Bush Street. b.Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. c.City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto as Attachment "A", describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT 1.0 DESCRIPTION OF PROJECT 1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A"). 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachment "A". 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement. 3.0 CONDUCT OF WORK 3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete such services within one hundred and fifty (150) days from receipt of the Notice to Proceed. Consultant shall complete the work to the City's reasonable satisfaction, even if contract disputes arise or Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of $250,030. Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Attachment A, COU No. 2425-111 PAGE 2 OF 7 which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and the fees to be charged for same shall be as set forth in Attachment A. Consultant shall complete the Scope of Work for the not-to- exceed guaranteed maximum, even if actual time and expenses exceed that amount. 4.2 Changes. Should changes in compensation be required because of changes to the Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope-of-Work" means different activities than those described in Attachment "A" and not additional time to complete those activities than the parties anticipated on the date they entered this Agreement. 4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed amount set forth in Section 4.1. 4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of the invoice less any amount already paid to Consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and to support the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not the City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venturer, or partner of City for any purpose whatsoever. City shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and City. Consultant shall pay all estimated and actual federal and state income and self- employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits due but not paid by Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. COU No. 2425-111 PAGE 3 OF 7 Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest. If the City Manager determines that the Consultant has a disclosure obligation under the City’s local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager’s determination. 6.0 INDEMNIFICATION 6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the full period of time allowed by law, surviving the termination of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A.Minimum Scope of Insurance Coverage shall be at least as broad as: 1.Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 20 10 10 01 and Commercial General Liability Coverage – Completed Operations Form No. CG 20 37 10 01. 2.ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3.Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4.Errors and Omissions liability insurance appropriate to the consultant’s profession. Architects’ and engineers’ coverage is to be endorsed to include contractual liability. B.Minimum Limits of Insurance Consultant shall maintain limits no less than: 1.General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2.Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. COU No. 2425-111 PAGE 4 OF 7 3. Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. 4. Errors and Omissions liability: $1,000,000 per occurrence. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant for the full period of time allowed by law, surviving the termination of this Agreement. The coverage shall contain no special limitations on the scope-of-protection afforded to the City, its officers, officials, employees or volunteers. b. The Consultant's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the Consultant's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Worker's Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. COU No. 2425-111 PAGE 5 OF 7 3.Professional Liability Coverage If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend one (1) year from the date of final approved invoice. 4.All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E.Acceptability of Insurers Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less than A- for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. F.Verification of Coverage Consultant shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. Where by statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. G.Subcontractors Consultant shall include all subcontractors or sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub- contractor or sub-consultant. All coverage for sub-contractors or sub-consultants shall be subject to all insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees, to the fullest extent permitted by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to any negligent act or omission or the willful misconduct of Consultant in the performance of services under this contract by Consultant, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the sole negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the City. COU No. 2425-111 PAGE 6 OF 7 “Indemnify,” as used herein includes the reimbursement of expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format, using software and media approved by City. 7.2 Governing Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severability. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall not assign, transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services COU No. 2425-111 PAGE 7 OF 7 performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off-set for any direct or consequential damages City may incur as a result of Consultant's breach of contract. 7.9 Execution of Agreement. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. Alternatively, this Agreement may be executed and delivered by facsimile or other electronic transmission, and in more than one counterpart, each of which shall be deemed an original, and all of which together shall constitute one and the same instrument. When executed using either alternative, the executed agreement shall be deemed an original admissible as evidence in any administrative or judicial proceeding to prove the terms and content of this Agreement. 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail (certified or registered) addressed to the parties as follows: CITY OF UKIAH BKF ENGINEERS DEPT. OF PUBLIC WORKS 200 4TH STREET 300 SEMINARY AVENUE SUITE 300 UKIAH, CALIFORNIA 95482 SANTA ROSA, CA 95401 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY: __________________________ ____________________ Date PRINT NAME: _________________ __________________ IRS IDN Number CITY OF UKIAH BY: ____________________ Date CITY MANAGER ATTEST ____________________ CITY CLERK Date 11/08/2024 Jason Kirchmann 94-1729773 11/19/2024 Kristine Lawler (Nov 19, 2024 08:54 PST) Kristine Lawler 11/19/2024 PROJECT UNDERSTANDING AND PROPOSED APPROACH City of Ukiah | Design and Engineering Services Roundabout Design at Low Gap Road and North Bush Street 4 SCOPE OF SERVICES TASK 1: PROJECT MANAGEMENT Project Management: BKF will provide general project management and consultant oversight services including defining and tracking tasks, status updates, general coordination, and preparation of a detailed schedule showing planned milestones and deliverables to be achieved for completion of the Project. BKF will also track the budget and issue monthly invoices. Project Kick-Off Meeting: BKF will schedule regular progress meeting to discuss the status of the Project, upcoming efforts, issues, coordination items, and other relevant information. Agendas, action logs, updated project schedules, and meeting minutes will be prepared and distributed. We will also maintain frequent and timely communication with City staff throughout the duration of the Project. Routine Status Update Meetings: BKF will schedule regular progress meetings to discuss the status of the Project, upcoming efforts, issues, coordination items, and other relevant information. At this time, we are assuming that monthly virtual meetings will be sufficient to keep the City informed of design progress. Additionally, we will schedule in-person design review meetings to review milestone submittal materials with the City. Agendas, action logs, updated project schedules, and meeting minutes will be prepared and distributed. We will also maintain frequent and timely communication with City staff throughout the duration of the Project. Quality Assurance/Quality Control (QA/QC): BKF will perform quality control checks for each submittal in accordance with BKF’s Quality Manual prior to submitting to City. BKF’s Quality Control Manager will review both in-house and sub-consultant work at each phase of the Project to ensure quality and contract compliance. All plan review comments will be documented and formally responded to in the form of a comment response letter and/or comment response markups. A copy of BKF’s full Quality Manual can be provided upon request. DELIVERABLES: -Schedule Updates -Invoices -Progress Report -Updated Action Log -Meeting Agendas and Minutes -Plan Review Response Documents TASK 2: DATA COLLECTION Record Data Collection: BKF will research and collect available records from the City, Mendocino County, and the public utilities to obtain property lines, utility data, and geotechnical and traffic information. BKF will take notes of any potential public/private conflicts within rights-of-way. While BKF understands it is the City’s intent to construct the Project within existing public rights-of-way, should a conflict occur, BKF will identify needed Right of Way or easements to facilitate the roundabout construction. Public Utilities Coordination: Older streets often have shallow utilities which may conflict with full depth replacement paving or other designs implemented with this project. Additionally, in order to prolong the finished streets lifespan, it is important to coordinate any planned utility projects prior to final paving. BKF will communicate with Comcast, AT&T, and the City of Ukiah Public Works Utilities Division to understand the location of the existing and future utilities and to coordinate relocations and potential upgrades to their facilities, if needed. We will gather the available record drawings and/or block maps to depict the record location of the utilities superimposed onto the base map to be prepared as part of this agreement. Attachment A PROJECT UNDERSTANDING AND PROPOSED APPROACH City of Ukiah | Design and Engineering Services Roundabout Design at Low Gap Road and North Bush Street 5 Field Review: The consultant team, along with City staff, will visit the project area to review existing conditions, further identify constraints, and confirm project assumptions. During the course of the site walk, BKF will collect photos within the project limits. Topographic Survey: In an effort to be efficient with our services and provide data only to the accuracy needed in specific locations, BKF will utilize multiple survey tools to survey the project corridor. BKF’s field crews will collect survey data with typical cross sections of the intersection at specific locations and higher density topographic spot data where bulb-outs or curb ramps are anticipated. BKF will complete field surveys along the roadway, acquiring cross sections at 25 foot intervals. BKF will create base maps including topographic, utility, and boundary information that will be based on existing as-builts, right-of-way and easement maps as provided by the City. Base maps will include topographic features and fixed works such as grade breaks, drainage swales, striping, edge of pavements, concrete, trees 12-inches in diameter and larger, utility poles and other visible utility structures. Underground utilities will be shown based on observed surface information and as-built drawings provided by the City. “Dips” of gravity utility structures and subsurface exploration or detection of underground locating of utilities is not included in this scope of services, but can be provided as an additional service if requested. Our understanding is that the City expects the project will be constructed within previously established and occupied roadway facilities, and that right-of-way property information is not critical. Therefor, in an effort to be efficient with our services and the City’s available fees, we are not proposing to survey or show property boundarys on the mapping. It does appear from the preliminary studies performed by other consultants for the City that there may be some confusion as to the location of the actual right of way. Therefore, if required, BKF can perform a right of way survey of the City owned property rights and adjoining private properties as an additional service. Please refer to optional services for right of way surveying services. Formal boundary determination and a record of survey are not included, but can be provided as an additional service. Traffic Counts and Traffic Analysis: W-Trans will obtain intersection volumes during the school year including auto, pedestrian, and bicycle volumes during the weekday a.m., afternoon school pick-up, and p.m. peak hours. Existing traffic operation including level of service (LOS) and queuing will be summarized. W-Trans will prepare a traffic analysis technical memorandum summarizing roundabout level of service (LOS) and queuing projections under the following scenarios: ▪Existing school year volumes during the a.m. peak hour, afternoon school release peak hour, and p.m. peak hour ▪Future volumes as developed from available sources or growth factors ▪Existing and future volumes for a selected peak period that is heavily influenced by special event traffic such as a sports event at Ukiah High School DELIVERABLES: -Base Map including Topography and Utility Information -Tabulated Traffic Count Data -Traffic Analysis Technical Memorandum PROJECT UNDERSTANDING AND PROPOSED APPROACH City of Ukiah | Design and Engineering Services Roundabout Design at Low Gap Road and North Bush Street 6 TASK 3: PUBLIC ENGAGEMENT BKF will work closely with City staff to coordinate community outreach plan to inform the public of the forthcoming project. As the initial planning for the project has already been completed, and limited funding for the project will drive many of the available options, we believe that the public engagement activities for this project should be limited to informing and educating the public about the project, rather than hosting various events to develop wish-lists and project alternatives. To support the City’s outreach, BKF will be available to prepare presentation materials and graphics for either in-person or virtual meetings and outreach events. BKF will document the feedback received from the meeting attendees and project stakeholders in the form of meeting minutes and can be available to assist City staff with review and providing written responses to any formally received public comments. We have assumed that the project will require the following public outreach events; if additional public outreach is required for the project, we can provide a more robust community outreach plan in conjunction with our specialist subconsultant: ▪One Workshop with City Staff, including the City Ad Hoc Committee ▪One Project Presentation Event with the Public ▪One City Council Presentation Our community outreach plan includes engaging with both City and quasi-City staff members, as well as the general public. We anticipate meeting with the City’s Ad Hoc Committee and informal pedestrian and bicycle advisory group prior to commencing design. Following development of a conceptual design and acceptance of the design by City staff, BKF would provide content and graphics, including a project rendering, to City staff for inclusion on the City webpage and social media pages. We will then work with the City to host a public meeting to introduce the project and highlight its benefits to the community, as well as give the members of the public an opportunity to voice feedback and questions. Following the conclusion of the design phase, we can further support the City by participating in a City Council hearing to present the project for approval to bid and construct. TASK 4: 30% DESIGN The Design Team will collaborate with City staff to define the critical factors that could influence the roundabout layout and footprint, with a focus on identifying any existing physical elements (such as major utilities) to be avoided. Preferred design treatments to accommodate bicyclists such as wide peripheral pathways will also be identified with Staff, since such decisions may play a major role in the intersection's overall footprint and geometry. Movements that must accommodate large design vehicles will also be confirmed with the City. The potential to use modular components to construct a mini-roundabout will also be discussed with the City. A roundabout design criteria technical memorandum will be prepared containing a summary of roundabout performance criteria as established in the Guide for Roundabouts, NCHRP Report 1043, 2023. The Design Team will also identify areas where there may be flexibility in design parameters in consideration of a mini-roundabout being selected for this location, and based on the site’s context including the surrounding street network and land uses. We will reference the US Department of Transportation Federal Highway Administration Mini-Roundabouts Technical Summary for supplemental design guidance. Preliminary geometric alignment design concepts (10% design) for the single-lane roundabout will be prepared. The design will be consistent with state-of-the-practice roundabout design methods and will include the locations of curbs (or modular components if used), striping, median and splitter islands, truck apron(s), the central island, pedestrian facilities, and bicycle facilities. The layouts will be carried through transitions to tie in points on the existing roadways. PROJECT UNDERSTANDING AND PROPOSED APPROACH City of Ukiah | Design and Engineering Services Roundabout Design at Low Gap Road and North Bush Street 7 Following City feedback on the conceptual design, the Design Team will develop a 30% design package. We are familiar with the City of Ukiah’s Standard Plans and Notes and anticipate that these standards will be used as the basis for our design. The Design Team will coordinate with the City and verify that the proposed plan conforms to existing conditions, boundary, and site constraints. We will verify, based on the available record information, if there are any identifiable conflicts between proposed and existing improvements. At this stage, we will also assess the potential need to incorporate Low Impact Development (LID) features, based on the amount of new or replaced impervious surface. It is anticipated that the scope of new hardscape improvements will be limited, and that the project is unlikely to trigger the need to comply with local LID requirements. Initial layouts for the new or replaced pedestrian sidewalks and curb ramps will be provided. Drawings: We will prepare the following drawings: ▪Civil Cover Sheet ▪Geometric Layout Plan ▪Grading and Paving Plan ▪Curb Ramp Layout Plan ▪Striping Plan Supporting Documents: We will prepare the following supporting documents: ▪Preliminary LID sizing calculations ▪Preliminary engineer’s estimate of probable construction costs ▪Outline of technical specifications DELIVERABLES: -Conceptual (10%) Intersection Layout Exhibit -Preliminary (30%) Design Drawings -Preliminary (30%) Engineer’s Estimate of Probable Construction Costs TASK 5: 60% DESIGN Based on the comments received on the 30% design submittal, BKF will advance the design of the paving, hardscape, and striping improvements. During this task, we will layer in additional detail to the design and continue in-depth coordination with the City. Signing and striping plans will be prepared using CAMUTCD and Caltrans Standard Plans illustrating the signing, striping, and pavement markings at the roundabout. Curb ramps and other accessible pedestrian features will be designed in accordance with the Public Right-of-Way Accessibly Guidelines, and other hardscape and utility improvements in accordance with applicable City of Ukiah standards. A photometric analysis will be conducted using Visual lighting software for the roundabouts and street lighting between the intersections based on ANSI/IES RP-8-22 guidelines. Photometric exhibits will be provided to the City for their review. Upon confirmation of the new lighting standard locations, the location of the service cabinet will be coordinated with PG&E to obtain a service point. Preparation of a request or application is assumed as part of the scope of work, but any fees owed to PG&E would be City responsibility. Additionally, a roundabout performance technical memorandum will be prepared containing a summary of design vehicle maneuverability and fastest-path evaluations, including exhibits. Drawings: We will prepare the following drawings: ▪Civil Cover Sheet ▪Notes & Legend ▪Typical Roadway Sections ▪Demolition and Erosion Control Plan ▪Grading and Paving Plan PROJECT UNDERSTANDING AND PROPOSED APPROACH City of Ukiah | Design and Engineering Services Roundabout Design at Low Gap Road and North Bush Street 8 ▪Street Lighting Layout Plan ▪Utility Plan ▪Striping and Signage Plan ▪Curb Ramp Layout and Grading Details ▪Construction Details Supporting Documents: We will prepare the following supporting documents: ▪Engineer’s estimate of probable construction costs ▪Technical specifications ▪Roundabout Performance Technical Memorandum ▪Photometric Analysis Exhibit DELIVERABLES: -Draft (60%) Design Drawings -Draft (60%) Technical Specifications -Draft (60%) Engineer’s Estimate of Probable Construction Costs -Roundabout Performance Technical Memorandum -Photometric Analysis Exhibit TASK 6: FINAL PS&E It is our understanding these documents will be used by the City to perform the bidding process, as such the documents will be detailed to the level required by the Contractor to bid and construct. The Design Team will finalize the plans, specifications, and engineer’s estimate of probable construction costs (collectively known as PS&E) based on final review comments from the City. DELIVERABLES: -Final Signed/Sealed Drawings for Construction -Final Signed/Sealed Technical Specifications -Final Signed/Sealed Engineer’s Estimate of Probable Construction Costs PROJECT UNDERSTANDING AND PROPOSED APPROACH City of Ukiah | Design and Engineering Services Roundabout Design at Low Gap Road and North Bush Street 9 OPTIONAL SCOPE OF SERVICES We have developed our Scope of Services based on the level of effort and process that we believe the project will follow and have tailored our approach to be in-line with the City’s available funding for the project. However, as with any significant project there may be unforeseen challenges, late-breaking new opportunities, or changes in socio-political preferences that may require us to revisit our project scope and approach. Using our vast array of previous project experience, we have provided basic scope for a number of optional tasks that may be needed to support the projects, as well as identified some additional or specialty services that can be further defined and scoped, if and when the need arises. OPTIONAL TASK 1: FUNDING OPPORTUNITIES TECHNICAL MEMORANDUM BKF’s Grant Team will prepare a Technical Memorandum outlining the potential funding mechanisms and opportunities for project construction, including a review of potential grants, loans, collaborative partnerships, and mitigations funds. To support the development of the Memorandum, BKF would meet with the City to discuss funding preferences, review previous funding applications, and develop a game plan for target funding research. If needed, BKF can provide further grant application support to the City on an as-needed basis under an amendment to the project agreement. OPTIONAL TASK 2: RIGHT OF WAY, BOUNDARY AND RECORD OF SURVEY If requested, BKF can provide boundary surveying to resolve right of way and easement locations based on title reports provided to BKF by the City. Should right of way or easement acquisitions be required, BKF will prepare legal descriptions and plat to accompany the offers made to private property owners. Upon completion of the boundary survey, BKF will file a Record of Survey with the Mendocino County Surveyor to fulfill our legal and professional obligations. OPTIONAL TASK 3: UNDERGROUND UTILITY LOCATING SERVICES If requested, BKF will provide underground utility detection services in the same area of the proposed topographic survey. BKF will perform utility investigation services using industry acceptable methods to determine the approximate horizontal position and count of existing utilities on the subject site (except irrigation, typically). BKF’s field crews will use a combination of water-based paint or marking chalk or pin flags (in the appropriate APWA color) to mark the results of our investigation on the ground surface. BKF will compare available utility record information (supplied by City) with the results of field investigation services to consolidate field evidence and record documentation. Utilities not identifiable by BKF’s field crews due to lack of utility record information or above ground appurtenances will be marked with pink paint on the ground surface and annotated as “Unknown” on the project deliverables. Once the utilities have been marked, BKF will survey the locations of the utilities and add them to the base drawing. BKF will utilize the project’s horizontal and vertical coordinate system so as to keep the utility data on the same coordinate system as the surveying files. BKF will make a reasonable effort to locate and map underground utilities, however, given the current technological limitations of the locating equipment, a guarantee as to all utilities cannot be made. OPTIONAL TASK 4: BID AND CONSTRUCTION PHASE SUPPORT SERVICES BKF can provide bid and construction phase support services. Scope and fee can be provided upon request and would be executed as an amendment to the Professional Services Agreement. Bid Support Services: BKF can assist the City during the construction bid solicitation process on an as-needed basis. Bid support services can include the following: a. Responding to Requests for Information (RFIs) during the bid process b. Assisting the City with issuing bid addendum packages c. Summarizing and tabulating received bids PROJECT UNDERSTANDING AND PROPOSED APPROACH City of Ukiah | Design and Engineering Services Roundabout Design at Low Gap Road and North Bush Street 10 Construction Support Services: BKF can allocate time to support the Contractor and Design Team during the construction phase of the Project. Anticipated services include written responses to RFIs, review of submittals, and drawing revisions as needed. Preparation of record drawings based on the Contractor’s as-builts can also be provided as part of this service. Construction Meetings: BKF can attend site meetings with the Contractor during the construction process. Anticipated meetings include the following: a. pre-construction meeting b. three (3) interim site visits c. final punch-list walk d. additional meetings as determined necessary by the City ADDITIONAL OPTIONAL TASKS THAT CAN BE SCOPED AND PROVIDED UPON REQUEST: ▪Environmental studies, entitlements, and permitting ▪Caltrans LAPM and E-76 Compliance ▪Geotechnical Investigation and Reporting ▪Expanded Public Engagement ▪Analysis and Design of a Conventional Roundabout ▪Landscape Design and Public Art Improvements ▪Grant Application Support ▪Monument Preservation/Replacement ▪Right of Way Acquisition City of Ukiah | Design and Engineering Services Roundabout Design at Low Gap Road and North Bush Street 23 PROPOSED PROJECT SCHEDULE ID Task Name Duration Start Finish1Project Management 150 days Mon 7/15/24 Fri 2/7/25 2 Project Management and Routine Project Meetings 150 days Mon 7/15/24 Fri 2/7/25 3 Project Kick‐Off Meeting with City 0 days Mon 7/15/24 Mon 7/15/24 4 Data Collection 30 days Mon 7/15/24 Fri 8/23/24 5 Record Data Collection and Field Review 3 wks Mon 7/15/24 Fri 8/2/24 6 Public Utilities Coordination 6 wks Mon 7/15/24 Fri 8/23/24 7 Field Review 1 wk Mon 7/22/24 Fri 7/26/24 8 Topographic Survey 2 wks Mon 7/22/24 Fri 8/2/24 9 Traffic Counts and Traffic Analysis 3 wks Mon 7/22/24 Fri 8/9/24 10 Public Engagement 135 days Mon 8/5/24 Mon 2/10/25 11 Workhop with City Staff 0 days Mon 8/5/24 Mon 8/5/24 12 Project Presentation to Public 0 days Mon 10/21/24 Mon 10/21/24 13 Project Presentation to City Council 0 days Mon 2/10/25 Mon 2/10/25 14 30% Design 45 days Mon 8/12/24 Fri 10/11/24 15 Design Drawings/Coordination 4 wks Mon 8/12/24 Fri 9/6/24 16 Calculations and Analysis 4 wks Mon 8/12/24 Fri 9/6/24 17 30% QA/QC Review 2 wks Mon 9/9/24 Fri 9/20/24 18 30% Design Package to City 0 days Fri 9/20/24 Fri 9/20/24 19 City Review of 30% Design Package 3 wks Mon 9/23/24 Fri 10/11/24 20 Progress Review Meeting 0 days Fri 10/11/24 Fri 10/11/24 21 60% Design 60 days Mon 10/14/24 Fri 1/3/25 22 Design Drawings/Coordination 6 wks Mon 10/14/24 Fri 11/22/24 23 Calculations and Analysis 6 wks Mon 10/14/24 Fri 11/22/24 24 Specifications and Estimate 4 wks Mon 10/28/24 Fri 11/22/24 25 60% QA/QC Review 2 wks Mon 11/25/24 Fri 12/6/24 26 60% Design Package to City 0 days Fri 12/6/24 Fri 12/6/24 27 City Review of 60% Design Package 4 wks Mon 12/9/24 Fri 1/3/25 28 Progress Review Meeting 0 days Fri 1/3/25 Fri 1/3/25 29 Final PS&E 25 days Mon 1/6/25 Fri 2/7/25 30 Final PS&E Updates 3 wks Mon 1/6/25 Fri 1/24/25 31 Final QA/QC Review 2 wks Mon 1/27/25 Fri 2/7/25 32 Final Design Package to City 0 days Fri 2/7/25 Fri 2/7/25 Project Management Project Management and Routine Project Meetings 7/15Project Kick-Off Meeting with City Data Collection Record Data Collection and Field Review Public Utilities Coordination Field Review Topographic Survey Traffic Counts and Traffic Analysis Public Engagement 8/5Workhop with City Staff 10/21Project Presentation to Public 2/10Project Presentation to City Council 30% Design Design Drawings/Coordination Calculations and Analysis 30% QA/QC Review 9/2030% Design Package to City City Review of 30% Design Package 10/11Progress Review Meeting 60% Design Design Drawings/Coordination Calculations and Analysis Specifications and Estimate 60% QA/QC Review 12/660% Design Package to City City Review of 60% Design Package 1/3Progress Review Meeting Final PS&E Final PS&E Updates Final QA/QC Review 2/7Final Design Package to City Jun '24 Jul '24 Aug '24 Sep '24 Oct '24 Nov '24 Dec '24 Jan '25 Feb '25 Mar '25 City of Ukiah Roundabout Design at Low Gap Road Page 1 FEE PROPOSAL City of Ukiah | Design and Engineering Services Roundabout Design at Low Gap Road and North Bush Street W-Trans VP AP PM SPE PE DE FC FC $302 $273 $260 $222 $195 $170 $222 $143 1 Project Management 1 Project Management 04000000040 $10,920 $0 $0 $10,920 2 Project Kick-Off Meeting 44044 4 0 0 20 $4,648 $0 $0 $4,648 3 Routine Status Update Meetings 16 40 0 0 24 0 0 0 80 $20,432 $17,500 $19,250 $39,682 4 Quality Assurance/Quality Control (QA/QC)4 0 24 0 0 0 0 0 28 $7,448 $0 $0 $7,448 24 84 24 4 28 4 0 0 168 $43,448 $17,500 $19,250 $62,698 2 Data Collection 1 Record Data Collection 01004 8 0 0 13 $2,413 $0 $4,100 $6,513 2 Public Utilities Coordination 01002 4 0 0 7 $1,343 $0 $0 $1,343 3 Field Review 0400 4 4 0 0 12 $2,552 $0 $4,127 $6,679 4 Topographic Survey 2 2 1 0 0 16 10 10 41 $7,780 $0 $0 $7,780 5 Traffic Counts and Traffic Analysis 0202 0000 4 $990 $6,000 $6,600 $7,590 2 10 1 2 10 32 10 10 77 $15,078 $6,000 $14,827 $29,905 3 Public Engagement 1 Workshop with City Staff and Committees 06000 0 0 0 6 $1,638 $0 $0 $1,638 2 Public Project Presentation 0800 0 0 0 0 8 $2,184 $0 $0 $2,184 3 City Council Presentation 0400 0 0 0 0 4 $1,092 $0 $0 $1,092 4 Public Engagement Graphics and Materials 0 8 0 0 0 16 0 0 24 $4,904 $0 $0 $4,904 0 26 0 0 0 16 0 0 42 $9,818 $0 $0 $9,818 4 30% Design 1 Conceptual Design 22004 0 0 0 8 $1,930 $15,500 $17,050 $18,980 2 Drawings 4 16 8 0 20 40 0 0 88 $18,356 $17,000 $18,700 $37,056 3 Supporting Documents 00080 2 0 0 10 $2,116 $5,500 $6,050 $8,166 6 18 8 8 24 42 0 0 106 $22,402 $38,000 $41,800 $64,202 5 60% Design 1 Drawings 4 12 4 0 16 32 0 0 68 $14,084 $24,500 $26,950 $41,034 2 Specifications 0 2 0 12 0 0 0 0 14 $3,210 $2,500 $2,750 $5,960 3 Cost Opinion 01004 4 0 0 9 $1,733 $1,000 $1,100 $2,833 4 Supporting Documents 00080 2 0 0 10 $2,116 $2,800 $3,080 $5,196 4 15 4 20 20 38 0 0 101 $21,143 $30,800 $33,880 $55,023 6 Final PS&E 1 Drawings 4 8 2 0 12 20 0 0 46 $9,652 $9,500 $10,450 $20,102 2 Specifications 01080 0 0 0 9 $2,049 $1,500 $1,650 $3,699 3 Cost Opinion 01002 2 0 0 5 $1,003 $1,000 $1,100 $2,103 4 10 2 8 14 22 0 0 60 $12,704 $12,000 $13,200 $25,904 General BKF Printing, Plotting, and Travel (1% of Total) Consultant Labor Totals 40 163 39 42 96 154 10 10 554 $124,593 $104,300 $122,957 $247,550 Total Fees* (Total fees include consultant and reimbursable markups pursuant to rate sheets)$250,030 Sub-Consultant Task Description Full Rate 1 Project Management Subtotal: Pr i n c i p a l Fi e l d C r e w Pa r t y C h i e f Pr o j e c t M a n a g e r De s i g n E n g i n e e r $2,480 Fi e l d C r e w Ch a i n p e r s o n Sr P r o j e c t E n g i n e e r To t a l S u b c o n s u l t a n t F e e * *I n c l u d e s 1 0 % M a r k u p To t a l B K F F e e Transportation To t a l B K F H o u r s Reimbursable and Consultant Expenses Low Gap Road and North Bush Street Roundabout Pr o j e c t E n g i n e e r 4 30% Design Subtotal: 3 Public Engagement Subtotal: 5 60% Design Subtotal: To t a l F e e 6 Final PS&E Subtotal: 2 Data Collection Subtotal: CONSULTING SERVICES QA / Q C M a n a g e r HOURLY RATE FEE SCHEDULE City of Ukiah | Design and Engineering Services Roundabout Design at Low Gap Road and North Bush Street BKF ENGINEERS PROFESSIONAL SERVICES RATE SCHEDULE EFFECTIVE JANUARY 1, 2024 CLASSIFICATION HOURLY RATE PROJECT MANAGEMENTPrincipal $302.00Senior Associate Principal $280.00Associate Principal $273.00Senior Project Manager | Senior Technical Manager $265.00Project Manager | Technical Manager $260.00Engineering Manager | Surveying Manager | Planning Manager $239.00 TECHNICAL STAFFSenior Project Engineer | Senior Project Surveyor | Senior Project Planner $222.00Project Engineer | Project Surveyor | Project Planner $195.00Design Engineer | Staff Surveyor | Staff Planner $170.00BIM Specialist I, II, III $170.00 - $195.00 - $222.00Technician I, II, III, IV $162.00 - $172.00 - $189.00 - $203.00Drafter I, II, III, IV $127.00 - $139.00 - $150.00 - $167.00Engineering Assistant | Surveying Assistant | Planning Assistant $106.00 FIELD SURVEYINGSurvey Party Chief $222.00Instrument Person $190.00Survey Chainperson $143.00Utility Locator I, II, III, IV $116.00 - $164.00 - $197.00 - $224.00Apprentice I, II, III, IV $88.00 - $118.00 - $130.00 - $138.00 CONSTRUCTION ADMINISTRATIONSenior Consultant $290.00Senior Construction Administrator $253.00Resident Engineer $188.00Field Engineer I, II, III $170.00 - $195.00 - $222.00 FUNDING & GRANT MANAGEMENTDirector of Funding Strategies $208.00Funding Strategies Manager $190.00Funding/Research Analyst I, II, III, IV $130.00 - $150.00 - $160.00 - $176.00 PROJECT ADMINISTRATIONProject Coordinator $142.00Senior Project Assistant $122.00Project Assistant $108.00Clerical | Administrative Assistant $90.00 Expert witness rates are available upon request. Subject to the terms of a services agreement: •Charges for outside services, equipment, materials, and facilities not furnished directly by BKF Engineers will bebilled as reimbursable expenses at cost plus 10%. Such charges may include, but shall not be limited to: printingand reproduction services; shipping, delivery, and courier charges; subconsultant fees and expenses; agency fees;insurance; transportation on public carriers; meals and lodging; and consumable materials. •Allowable mileage will be charged at the prevailing IRS rate per mile. •Monthly invoices are due within 30 days from invoice date. Interest will be charged at 1.5% per month on past dueaccounts. •The rates shown are subject to periodic increases, including January 1st of each year. KmW=Trans Fee Schodu I e 202.4 Staff Billing hates Position 0 ill in$fit■{R■r IhQUF j 5+enior Principa 1 S300-075 Rri Mt 1pal �234-$300 Senleir Englrw2erRIa nner $l g6-$230 EngineerMlanner $175-$200 As90(iia tt CnrjiM-eerJPI-arinVr- S I SS-$1 so ,instant Erg Inver- Planner $l 20-$155 Tech nicianlAdm inistratiwe 5120-$155 1r t4irr$ �30-$8o F ield T-EKh MICIah $30-$F$ 2Ma Experise Charges Item Charge Mileage $0.74lmile" 5ervice5 and Expert m 1 0%SU r-ChaFqe Thc3c!rates are valid for work performed prior to Decr'mber 31, 2024. Work Performed aRer Jarhuary 1 r 2025, and arik $ul!)WgU-enk Yeat MAY&�bIll44d.PT the foiWd rated establlsh i for that year. M ileage cha rqe will he bused on the I RS Standard Mileage Rate (set at S0.67lmile effective January 1,2024)plug 10 pexent. k mAmErueL!UK324)1 ;3ANTA ROGA CA95401 707;54295W 414.1;?'Slim!9`FlQU OAKI ANR CA 94612 61C44429W W trar*MM