Loading...
HomeMy WebLinkAbout1997-10-07; City Council; Resolution 97-630a 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2E t I i e RESOLUTION NO. 97-630 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING AMENDMENT NO. 6 TO AN AGREEMENT WITH BOYLE ENGINEERING CORPORATION a TO PROVIDE ADDITIONAL DESIGN SERVICES FOR PALOMAR - . AIRPORT ROAD AND 1-5 INTERCHANGE, PROJECT NO. 3268. WHEREAS, the City Council of the City of Carlsbad, California, has reviewed the nee additional design services associated with the Palomar Airport Road and 1-5 interchange; and WHEREAS, the City Council has determined that Boyle Engineering Corporation i: best qualified firm with the professional skills necessary to perform the design services, and WHEREAS, a mutually satisfactory fee for the services has been negotiated; and WHEREAS, the City Council recognizes the need to have the design prepared. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carl: California, as follows: 1. That the above recitations are true and correct. 2. That Boyle Engineering Corporation is uniquely qualified to perform the dt work because of their previous work on the interchange. 3. That Amendment No. 6 to the agreement with Boyle Engineering Corporatic copy of which is attached as Exhibit 3, and made a part hereof, is hereby approved. Ill Ill Ill I// Ill Ill Ill Ill Ill Ill h m @ 1 4. That following the Mayor’s signature of said Amendment No. 6, the City Clel 2 PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City COI 6 5 California, 921 11. 4 Boyle Engineering Corporation, attention: Mr. Jim Neal, 7807 Convoy Court, San Dil 3 authorized and directed to forward executed copies of said amendment to the City Engineer 7 held on the 7th day of October , 1997 by the following vote, to wit: 8 AYES: Council Members Lewis, Finnila, Nygaard, Kulchin, and Hall 9 ABSENT: None 10 NOES: None 11 12 I ATTEST: 13 14 I (2LkdiLdQ. PF ALETHA L. WUTENKRANZ, City Clerk (SEAL) 15 16 17 18 19 20 21 22 23 24 25 26 27 28 - r:, 0 0 AGREEMENT FOR ADDITIONAL DESIGN SERVICES FOR THE PROJECT NO. 3268 PALOMAR AIRPORT ROADII-5 INTERCHANGE THIS AGREEMENT is made and entered into as of the 14th day of OCTOBER , 19x, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as "City", and BOYLE ENGINEERING CORPORATION, hereinafter referred to as "Contractor." RECITALS City requires the services of a Contractor to provide additional design services for the Palomar Airport Road and 1-5 northbound ramp improvements; and Contractor possesses the necessary skills and qualifications to provide the services required by the City. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: .. I. CONTRACTOR'S OBLIGATIONS Provide the design services as described in more detail in Exhibit "A: 2. CITY OBLIGATIONS I The City shall provide 100-scale base maps and times when noise study shall be performed. rev. 8/26/96 1 0 3. PROGRESS AND COMPLETION The design under this contract shall begin within five (5) days after receipt of notification to proceed by the City and be completed within sixty (60) days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the City Engineer. The City Engineer will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by City inaction or other agencies' lack of timely action. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be $41,770. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, "Changes in Work." The City reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the City. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." 5. DURATION OF CONTRACT This agreement shall extend for a period of one (1) year from date thereof. The contract may be extended by the City Manager for one (1) additional one (1) year period or parts thereof, based upon a review of satisfactory performance and the City's needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. rev. 8/26/96 2 0 6. PAYMENT OF FEES 0 Payment of fees shall be approved items on the invoice and shall be mailed to the Contractor within thirty (30) days of receipt of the invoice. 7. FINAL SUBMISSIONS Within five (5) days of completion, the Contractor shall deliver plans, specifications, studies and design calculations to the City. All other submissions shall be per Exhibit “A 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by the City and approved by the City according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained an! company or person, other than a bona fide employee working for the Contractor, tc solicit or secure this agreement, and that Contractor has not paid or agreed to pay an company or person, other than a bona fide employee, any fee, commissior rev. 8/26/9 3 0 0 percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this agreement. For breach or violation of this warranty, the City shall have the right to annul this agreement without liability, or, in its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. IO. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Contractor's failure to prosecute, deliver, or perform the work as provided for in this contract, the City Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five (5) working days to deliver said documents owned by the City and all work in progress to the City Engineer. The City Engineer shall make a determination of fact based upon the documents delivered to City of the percentage of work which the Contmtor has performed which is usable and of worth to the City in having the contract completed. Based upon that finding as reported to the City Manager, the Manager shall determine the final payment of the contract. This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of the City, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event o rev. 8/26/9€ 4 0 0 termination, the Contractor shall be paid for work performed to the termination date; however, the total shall not exceed the lump sum fee payable under paragraph 4. The City Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. DISPUTES If a dispute should arise regarding the performance of work under this agreement, the following procedure shall be used to resolve any question of fact or interpretation not othewise settled by agreement between parties. Such questions, if they become identified as a part of a dispute among persons operating under the provisions of this contract, shall be reduced to writing by the principal of the Contractor or the City Engineer. A copy of such documented dispute shall be forwarded to both parties involved along with recommended methods of resolution which would be of benefit to both parties. The City Engineer or principal receiving the letter shall reply to the letter along with a recommended method of resolution within ten (1 0) days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the dispute shall be forwarded to the City Council for their resolution through the Office of the City Manager. The City Council may then opt to consider the directed solution to the problem. in such cases, the action of the City Council shall be binding upon the parties involved, although nothing in this procedure shall prohibit the parties seeking remedies available to them at law. rev. 8/26/91 5 .. e 0 13. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Code sections 12650 et sea., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from the selection process. & (Initial) The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. &+initial) rev. 8/26/9( 6 a 0 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractot's own way as an independent Contractor and in pursuit of Contractor's independent calling, and not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the City for any purposes whatsoever. The Contractor is an independent Contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or hidher employees or subcontractors. The City shall not be required to pay any workers' compensation insurance or unemployment contributions on behalf of the Contractor or hidher employees or subcontractors. The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which the City may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the City from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. rev. 8/26/96 7 0 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor shall provide all necessary supporting documents, to be filed with any agencies whose approval is necessary. The City will provide copies of the approved plans to any other agencies. 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the City, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the City. Contractor shall have the right to make one (I) copy of the plans for hidher records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in City and hereby agrees to relinquish all claims to such copyrights in favor of City. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or rev. 8/26/96 8 0 0 omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, except where caused by the active negligence, sole negligence, or willful misconduct of the City of Carisbad. Contractor shall at its own expense, upon written request by the City, defend any such suit or action brought against the City, its officers, officials, employees and volunteers. Contractors indemnification of City shall not be limited by any prior or subsequent declaration by the Contractor. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the City. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor's work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. rev. 8/26/96 9 0 0 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the City who is authorized in such capacity and on behalf of the City to exercise any executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, "Hold Harmless Agreement," all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first writter above. rev. 8/26/9 10 0 m 25. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and the City's conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V" and shall meet the City's policy for insurance as stated in Resolution No. 91-403. A. Coveraaes and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: rev. 8/26/96 11 0 W 1. Comprehensive General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractor's work for the City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the Labor Code of the State of California and Employer's Liability limits of $1,000,000 per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor's profession with limits of not less than $1,000,000 per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. 6. Additional Provisions, Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The City shall be named as an additional insured on all policies excluding Workers' Compensation. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. rev. 8/26/96 12 0 0 3. The Contractor shall obtain occurrence coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. rev. 8/26/! 13 0 0 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: For City: Title Associate Engineer Name Pat Entezari I Walter Brown Address City of Carlsbad 2075 Las Palmas Drive, Carlsbad, CA 92009 For Contractor: Title Pro iect Manager Name Jim Neal Address Bople F- Corpnrnti nn 7807 Convoy Ct., Suite 200, S.D., CA 92111 License Number: f1203316 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision Ill Ill Ill Ill Ill Ill rev. 8/26/96 14 e 0 hereof may be amended, modified, waived or discharged except by an instrument in writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this /& day of $&m 6 w- , I977 . 1 CONTRACTOR: BOYLE ENGINEERING CORPORATION By: >L-lJ?r L; J-l..c LrLe Jr. (print nameltitle) /y””s ,+ ~+,~QcP ATTEST: .y By: (sign here) l?i9aYLg2- ALETHA L. RAUTENKRANZ City Clerk (print nameltitle) (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney BY / rev. 8/26/96 15 e CALIFORNIA ALL=PURPOSE ACKNOWLEDGMENT State of a, (;rvl iLb County of On Il: if77 before me, &rLr~rr~ &-fhlbme. &&-q 4dk personally appeared #&fl&LfJ L. H&T/SnQ, ri. @ personally known to me - OR - c] proved to me on the basis of satisfactory evidencc to be the person0 whose nameo@/arc subscribed to the within instrument and ac knowledged to me that gshe/they execute1 the same in @/her/their authorize1 capacity(W, and that bya/her/thei signature@) on the instrument the persong or the entity upon behalf of which th J 1 DA& NAME. TITLE OF OFFICER - E.G/JANE WE. N6TARY PUBLIC NAME(S) O/SIGNER(S) person@!) acted, executed the instrumeni WITNESS my hand and official seal. /mL- Add4 SIGNANRE OF NOTARY I I OPTIONAL I I I Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevc 1 fraudulent reattachment of this form. I CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENl (7 INDIVIDUAL M CORPORATE OFFICER *q.klr &~,1'1@d A*-6& FdL/M&LT No, 3a2 hWS) TITLE OR TYPE OF DOCUMENT PARTNER(S) (7 LIMITED 0 AlTORNEY-IN-FACT NUMBER OF PAGES c] TRUSTEE(S) c] GUARDIAWCONSERVATOR c] OTHER f- /6- 77 (7 GENERAL /5 DATE OF DOCUMENT 01993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave., P.O. Box 7184 Cancga Park, CA 9 0 EXHlBlT “A” 0 SCOPE OF SERVICES PALOMAR AIRPORT ROAD NORTHBOUND ON-RAMP, RIGHT-TURN LANE RECONFIGURATION ~~ SCOPE OF WORK: ADDITION OF AN ADDITIONAL RIGHT-TURN LANE Task 100 - Proiect Coordination 101. Coordinate and meet with the City as necessary. 102. Coordinate with the City, CALTRANS, and utility agencies (if applicable) to obtain approval of the final design. Task 200 - Survevina And Riqht-of-Wav Enqineering 201. Conduct field survey to locate existing improvements and RMI (RNV). The field survey shall be based on existing CALTRANS control monumentation and shall include the horizontal and vertical location of curb lines, driveways, fences, drainage facilities, signage, utility boxes, and W monumentation. Spot elevations shall be taken at various points to verify cross slope and drainage patterns. 202. Research record RMI maps, survey maps, and grant deeds and prepare TMI Appraisal Maps, legal description and plats for RMI acquisition. 203. Prepare tile report (one title). Task 300 - Prowess Submittal No. 1 (90% Desim) 301. Complete drainage calculations to document removal and replacement of existing facilities. 302. Prepare and complete plans to the approximate 90percent level, incIuding the following sheets: 0 Title and Location Map 0 Typical Cross Sections and Details 0 Construction Details Grading, Drainage, and Utility Layout 0 Pavement Delineation and Sign Plan 0 Overhead Sign Relocation or Modification Details 0 Signal, Lighting and Sign Illumination 1 0 0 Ramp Metering Traffic Control percent level. 303. Prepare and complete the editing of the Special Provisions to approximateiy 90 304. Submit plans, and estimate of probable construction cost to the City and CALTRANS for review. Task 400 - Proaress Submittal No. 2 (100% Desiqn) 401. Complete plans to the approximate 100 percent level including all sheets listed in Progress Submittal No. 1. 402. Complete editing of the Standard Special Provisions. 403. Complete quantity calculations, and cost estimate of probable construction costs. 404. Submit plans, supporting calculations, Special Provisions, and estimate of probable construction cost to the City and CALTRANS for their review and approval. Task 500 - Final Submittal 501. Revise and submit final plans, Special Provisions, and estimate of probable construction cost to the City. 502. Obtain permit from CALTRANS. SCHEDULE NUMBER OF TASK FEE WEEKS Task 100 - Project Coordination 19,956 5 Task 300 - Progress Submittal No. 1 3,785 Ongoing Task 200 - Surveying $2,652 Ongoing Task 400 - Progress Submittal No. 2 3 8,934 Task 500 - Final Submittal 2 2,050 Additional work (traffic analysis) 0 2,900 Printing 14 Weeks TOTAL 1,493 0 $41,770 City and CALTRANS Review Time 2 City and CALTRANS Review Time 2 - - - - - - - - - - 2 e e EXHIBIT “A” SCOPE OF SERVICES e EXHIBIT “A” SCOPE OF SERVICES e PALOMAR AIRPORT ROAD AMENDMENT NO. 6 NORTHBOUND ON-RAMP, RIGHT-TURN LANE RECONFIGURATION ~ ~ ~ ~ ~~~~~ SCOPE OF WORK: ADDITION OF AN ADDITIONAL RIGHT-TURN LANE Task 100 - Proiect Coordination 101. Coordinate and meet with the City as necessary. 102. Coordinate with the City, CALTRANS, and utility agencies (if applicable) to obtain approval of the final design. Task 200 - Surveyinq And Riqht-of-Wav Enqineering 201. Conduct field survey to locate existing improvements and R/W (W). The field survey shall be based on existing CALTRANS control monumentation and shall include the horizontal and vertical location of curb lines, driveways, fences, drainage facilities, signage, utility boxes, and R/W monumentation. Spot elevations shall be taken at various points to verify cross slope and drainage patterns. 202. Research record RNv maps, survey maps, and grant deeds and prepare T/W Appraisal Maps, legal description and plats for R/W acquisition. 203. Prepare title report (one title). Task 300 - Proaress Submittal No. 1 (90% Desian) 301. Complete drainage calculations to document removal and replacement of existing facilities. 302. Prepare and complete plans to the approximate 90percent level, including the following sheets: Title and Location Map Typical Cross Sections and Details Construction Details 0 Grading, Drainage, and Utility Layout Pavement Delineation and Sign Plan Overhead Sign Relocation or Modification Details Signal, Lighting and Sign Illumination Ramp Metering Traffic Control 1 0 e 303. Prepare and complete the editing of the Special Provisions to approximately 90 percent level. 304. Submit plans, and estimate sf probable construction cost to the City and CALTRANS for review. Task 400 - Prowess Submittal No. 2 (100% Desian) 401. Complete plans to the approximate 100 percent level including all sheets listed in Progress Submittal No. 1. 402. Complete editing of the Standard Special Provisions. 403. Complete quantity calculations, and cost estimate of probable construction costs. 404. Submit plans, supporting calculations, Special Provisions, and estimate of probable construction cost to the City and CALTRANS for their review and approval. Task 500 - Final Submittal 501. Revise and submit final plans, Special Provisions, and estimate of probable construction cost to the City. 502. Obtain permit from CALTRANS. SCHEDULE I I NUMBEROF I TASK FEE WEEKS Task I00 - Project Coordination 19,956 5 Task 300 - Progress Submittal No. 1 3,785 Ongoing Task 200 - Surveying $2,652 Ongoing City and CALTRANS Review Time 2 City and CALTRANS Review Time 2 I 8,934 3 Task 400 - Progress Submittal No. 2 Task 500 - Final Submittal $41,770 14 Weeks TOTAL 1,493 0 Printing 2,900 0 Additional work (traffic analysis) 2,050 2 2