HomeMy WebLinkAboutR-1998-142 Signalization of 6th Street and Nob HillRESOLUTION NO. R-98-142
A RESOLUTION authorizing and directing the City Manager and the City Clerk of
the City of Yakima to execute a professional engineering services
agreement with Gray & Osborne, Inc., regarding the signalization
of Nob Hill Boulevard and South Sixth Street, Yakima, Washington.
WHEREAS, the City requires engineering services regarding the signalization of
the intersection of Nob Hill Boulevard and South Si.xth Street, Yakima, Washington; and
WHEREAS, the Engineer represents that it has the expertise necessary and is
willing to perform the engineering services required by the City in accordance with the
terms and conditions of this Agreement; and
WHEREAS, the City Council deems it to be in the best interest of the City of
Yakima to enter into the attached Agreement with Gray & Osborne, Inc.; now,
therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager and the City. Clerk of the City of Yakima are hereby
authorized and directed to execute the attached and incorporated Engineering Services
Agreement with Gray & Osborne, Inc., regarding the signalization of Nob Hill
Boulevard and South Sixth Street, Yakima, Washington
1 0
ADOPTED BY THE CITY COUNCIL this (,0 day of Dila, 1998.
ATTEST:
City Clerk
(ll.)res/gray & osborne/pm
ohn Puccinelli, Mayor
ENGINEERING SERVICES AGREEMENT
THIS ENGINEERING SERVICES AGREEMENT (hereinafter "Agreement") is
made and entered into by and between the City of Yakima, a Washington municipal
corporation (hereinafter the "City"), and Gray & Osborne, Inc. (hereinafter "Engineer").
WHEREAS, the City requires engineering services regarding the signalization of
the intersection of Nob Hill Boulevard and South Sixth Street, Yakima, Washington.
WHEREAS, the Engineer represents that it has the expertise necessary and is
willing to perform the engineering services required by the City in accordance with the
terms and conditions of this Agreement.
NOW, THEREFORE, in consideration of the mutual covenants, promises, and
agreements set forth herein, it is agreed by and between the City and Engineer as
follows:
1. Scope of Work. It is anticipated that the signalization of said intersection shall
be accomplished in four (4) phases: Design Report; Design; Right -of -Way Acquisition;
and Construction Administration. This initial Agreement and scope of work addresses
engineering services and costs thereof for Phase I - Design Report. To the extent that
the City determines that additional work is necessary, each remaining phase of the
project shall be fully addressed in a separate addendum to this Agreement. The
specifics of the scope of services for Phase I - Design Report and a general description
of the other phases is attached hereto as Exhibit "B" and incorporated herein by this
reference.
2. Term. The term of this Agreement shall commence upon execution hereof and
shall terminate at the time of completion of all services/tasks required hereunder unless
the Agreement is terminated by either party under Section 21 of this Agreement.
3. Compensation.
a. Compensation for Phase I - Design Report. The City agrees to
compensate Engineer for completion of Phase I - Design Report pursuant to the cost
reimbursement method and in accordance with attached and incorporated Exhibits "A"
and "B" respectively. The total amount of compensation the City shall pay Engineer for
completion of Phase I - Design Report shall not exceed Thirty Six Thousand Five
Hundred Dollars ($36,500.00).
b. Description of Cost Reimbursement Method. Payment for work
accomplished is on the basis of the Engineer's actual cost plus a net fee. The actual cost
Page 1 of 8
030.6r/6ny&mbumapm
includes direct salary cost, overhead, and direct non -salary cost, with those terms
defined as follows:
• "Direct salary cost" is the salary expense for professional and technical
personnel and principals for the time they are productively engaged in
work necessary to fulfill the terms of this Agreement.
• "Overhead cost" is one hundred and thirty four percent (134%) of the
direct salary costs and is estimated based on currently available
accounting information and shall be updated on an annual basis.
• "Direct non -salary cost" are those non -salary costs directly incurred in
fulfilling the terms of this Agreement and include, but are not limited to,
travel, reproduction, supplies, and fees for special professional services of
outside consultants. If the Engineer is directed by the City to employ
special professional services, the City shall pay the Engineer the amount
of the fee charged to the Engineer by the outside consultant(s) plus ten
percent (10%) for administrative overhead.
• "Fee" represents the Engineer's profit of fifteen percent (15%).
c. Payment of Compensation. Engineer shall submit monthly invoices to the
City. Said invoices shall be based upon the cost reimbursement method and shall
itemize all services rendered during the preceding monthly period. The City shall make
payment to the Engineer within thirty (30) calendar days of receipt of the invoice. All
payments are expressly conditioned upon the Engineer providing services hereunder
that are satisfactory to the City.
d. Maintenance of Financial Records/Documents. The Engineer shall make
the cost records, accounts and related financial documents pertaining to this Agreement
available for inspection by representatives of the City during the term of this
Agreement and for a period of three (3) years following the final payment to the
Engineer by the City. In the event that any audit or inspection identifies any
discrepancy in such financial records, the Engineer shall provide the City with
appropriate clarification and/ or financial adjustments within thirty (30) calendar days
of notification of the discrepancy.
4. Additional Services and Changes. During the term of this Agreement, the City
may require additional services and/ or changes to the scope of the work provided by
the Engineer under this Agreement. The City shall provide the Engineer with written
notice of such additional services and/or changes. The Engineer agrees to provide such
additional services/changes and the City agrees to compensate the Engineer in
accordance with the cost reimbursement method provided in Section 3 of this
Page 2 of 8
(&h6•/8.Y & ubum..pm
Agreement. The Engineer shall provide the City with a written cost estimate for the
requested additional services/changes. The Engineer shall not proceed with the
additional services/changes until such time as the cost for the additional services is
approved by the City.
5. Cost Estimates. The City is herewith advised that the Engineer has no control
over the cost of labor, material, equipment; subcontractors' and suppliers' methods of
producing and delivering such goods and services; or over the methods and styles of
competitive bidding or market conditions. Accordingly, the Engineer's cost estimates
are made and furnished on the basis of the Engineer's experience and qualifications and
represent only best judgment as an engineering firm familiar with the construction
industry. As such, the Engineer cannot and does not warrant, in any other manner or
style, the accuracy of cost estimates provided to the City, or that cost estimates will not
vary significantly with bids of construction cost realized by the City; provided,
however, that the Engineer does represent and warrant that the cost for completion of
Phase I - Design Report shall not exceed Thirty Six Thousand Five Hundred Dollars
($36,500.00).
6. Facilities to be furnished by the Engineer. The Engineer shall furnish and
maintain a central office, drafting space and equipment suitable and adequate for the
prosecution of the work that is normal to the functioning of an established operating
engineering practice.
7. Ownership of Documents. All reports, designs, drawings, and specifications
prepared by the Engineer pursuant to this Agreement shall be the property of the City
upon payment being made by the City to the Engineer in accordance with Sections 3
and 4 of this Agreement. Reuse of the instruments of services of the Engineer by the
City on extensions of this project or any other project without the written permission of
the Engineer shall be at the City's risk.
8. Information to be provided by the City. The City shall provide the Engineer
with access to all information at its disposal that is pertinent to the site of project area,
including but not limited to previous reports, drawings, plats, surveys, utility records,
and other similar data. Absent specific written direction to the contrary, the Engineer
shall be entitled to rely upon the completion and accuracy of such documentation.
9. Status of Engineer. Engineer and the City understand and expressly agree that
Engineer is an independent contractor in the performance of each and every part of this
Agreement. The Engineer shall have the sole judgment of the means, mode or manner
of the actual performance of work/services required under this Agreement. The
Engineer, as an independent contractor, assumes the entire responsibility for carrying
out and accomplishing the work/services required under this Agreement.
Additionally, and as an independent contractor, the Engineer and its employees shall
Page 3 of 8
01).s*/s,.y&ow .�
make no claim of City employment nor shall claim against the City any related
employment benefits, social security, and/or retirement.
10. Covenant against Contingent Fees. The Engineer warrants that no person or
selling agency has been employed or retained to solicit or secure this Agreement upon a
contract or understanding for a commission, percentage, brokerage or contingent fees,
excepting bona fide employees. 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
commission, percentage, brokerage or contingent fee.
11. Taxes and Assessments. Engineer shall be solely responsible for compensating
its employees and for paying all related taxes, deductions, and assessments, including
but not limited to, federal income tax, FICA, social security tax, assessments for
unemployment and industrial injury, and other deductions from income which may be
required by law or assessed against either party as a result of this Agreement. In the
event the City is assessed a tax or assessment as a result of this Agreement, Engineer
shall pay the same before it becomes due.
12. Nondiscrimination Provision. During the performance of this Agreement,
Engineer shall not discriminate on the basis of race, age, color, sex, religion, national
origin, creed, marital status, political affiliation, or the presence of any sensory, mental
or physical handicap. This provision shall include but not be limited to the following:
employment, upgrading, demotion, transfer, recruitment, advertising, layoff or
termination, rates of pay or other forms of compensation, selection for training, and the
provision of services under this Agreement.
13. Compliance With Law. Engineer agrees to perform all work/services under and
pursuant to this Agreement in full compliance with any and all applicable laws, rules,
and regulations adopted or promulgated by any governmental agency or regulatory
body, whether federal, state, local, or otherwise.
14. No Insurance. It is understood the City does not maintain liability insurance for
Engineer or its employees and subcontractors.
15. Indemnification and Hold Harmless.
a. Engineer agrees to protect, defend, indemnify, and hold harmless the City,
its elected officials, officers, employees and agents from any and all claims, demands,
losses, liens, liabilities, penalties, fines, lawsuits, and other proceedings and all
judgments, awards, costs and expenses (including attorneys' fees and disbursements)
caused by or occurring by reason of any negligent act and/or omission of the Engineer,
Page 4 of 8
Nkh9/B'Y & wbom..pm
its officers, employees, agents, and/or subcontractors, arising out of or in connection
with the performance of this Agreement.
b. In the event that both Engineer and the City are negligent, the Engineer's
liability for indemnification of the City shall be limited to the contributory negligence
for any resulting suits, actions, claims, liability, damages, judgments, costs and expenses
(including reasonable attorney's fees) that can be apportioned to the Engineer, its
officers, employees, agents, and/or subcontractors.
c. Nothing contained in this Section or this Agreement shall be construed to
create a liability or a right of indemnification in any third party.
16. Insurance provided by Engineer.
a. Commercial Liability Insurance. On or before the date this Agreement is
fully executed by the parties, the Engineer shall provide the City with a certificate of
insurance as proof of commercial liability insurance with a minimum liability limit of
One Million Dollars ($1,000,000.00) combined single limit bodily injury and property
damage. The certificate shall clearly state who the provider is, the amount of coverage,
the policy number, and when the policy and provisions provided are in effect (any
statement in the certificate to the effect of "this certificate is issued as a matter of
information only and confers no right upon the certificate holder" shall be deleted).
Said policy shall be in effect for the duration of this Agreement. The policy shall name
the City, its elected officials, officers, agents, and employees as additional insureds, and
shall contain a clause that the insurer will not cancel or change the insurance without
first giving the City thirty (30) calendar days prior written notice (any language in the
clause to the effect of "but failure to mail such notice shall impose no obligation or
liability of any kind upon the company" shall be crossed out and initialed by the
insurance agent). The insurance shall be with an insurance company or companies
rated A -VII or higher in Best's Guide and admitted in the State of Washington.
b. Commercial Automobile Liability Insurance. On or before the date this
Agreement is fully executed by the parties, the Engineer shall provide the City with a
certificate of insurance as proof of commercial automobile liability insurance with a
minimum liability limit of One Million Dollars ($1,000,000.00) combined single limit
bodily injury and property damage. The certificate shall clearly state who the provider
is, the amount of coverage, the policy number, and when the policy and provisions
provided are in effect (any statement in the certificate to the effect of "this certificate is
issued as a matter of information only and confers no right upon the certificate holder"
shall be deleted). Said policy shall be in effect for the duration of this Agreement. The
policy shall name the City, its elected officials, officers, agents, and employees as
additional insureds, and shall contain a clause that the insurer will not cancel or change
the insurance without first giving the City thirty (30) calendar days prior written notice
Page 5 of 8
(ijgr/8r y & aebom..pm
(any language in the clause to the effect of "but failure to mail such notice shall impose
no obligation or liability of any kind upon the company" shall be crossed out and
initialed by the insurance agent). The insurance shall be with an insurance company or
companies rated A -VII or higher in Best's Guide and admitted in the State of
Washington.
c. Professional Liability Insurance. On or before the date this Agreement is
fully executed by the parties, the Engineer shall provide the City with a certificate of
insurance as evidence of Professional Errors and Omissions Liability Insurance with
coverage of at least One Million Dollars ($1,000,000.00) per claim and an annual
aggregate limit of at least One Million Dollars ($1,000,000.00). The certificate shall
clearly state who the provider is, the amount of coverage, the policy number, and when
the policy and provisions provided are in effect. The insurance shall be with an
insurance company rated A -VII or higher in Best's Guide. If the policy is on a claims
made basis, the retroactive date of the insurance policy shall be on or before January 1,
1998, or shall provide full prior acts. The insurance coverage shall remain in effect
during the term of this Agreement and for a minimum of three (3) years following the
termination of this Agreement.
d. Insurance provided by Subcontractors. The Engineer shall ensure that all
subcontractors it utilizes for work/services required under this Agreement shall
comply with all of the above insurance requirements.
17. Delegation of Professional Services. The services provided for herein shall be
performed by Engineer, and no person other than regular associates or employees of
Engineer shall be engaged upon such work or services except upon written approval of
the City.
18. Assignment. This Agreement, or any interest herein, or claim hereunder, shall
not be assigned or transferred in whole or in part by Engineer to any other person or
entity without the prior written consent of the City. In the event that such prior written
consent to an assignment is granted, then the assignee shall assume all duties,
obligations, and liabilities of Engineer stated herein.
19. No Conflict of Interest. Engineer represents that it or its employees do not have
any interest and shall not hereafter acquire any interest, direct or indirect, which would
conflict in any manner or degree with the performance of this Agreement. Engineer
further covenants that it will not hire anyone or any entity having such a conflict of
interest during the performance of this Agreement.
20. Severability. If any portion of this Agreement is changed per mutual agreement
or any portion is held invalid, the remainder of the Agreement shall remain in full force
and effect.
Page 6 of 8
Ok).g 8.,& �..pm
21. Integration. This written document constitutes the entire agreement between the
City and Engineer. There are no other oral or written Agreements between the parties
as to the subjects covered herein. No changes or additions to this Agreement shall be
valid or binding upon either party unless such change or addition be in writing and
executed by both parties.
22. Non -Waiver. The waiver of either the City or Engineer of the breach of any
provision of this Agreement by the other party shall not operate and/ or be construed as
a waiver of any subsequent breach by either party or prevent either party thereafter
enforcing such provision.
23. Termination. The City or Engineer may terminate this Agreement, with or
without cause, by giving the other party thirty (30) calendar days written notice of
termination. In the event that the City terminates this Agreement, the City shall
compensate the Engineer a mutually agreed sum for all satisfactory services performed
up to the effective termination date with the understanding that said sum shall be
calculated in accordance with the cost reimbursement method specified in Section 3 of
this Agreement.
24. Notices. Unless stated otherwise herein, all notices and demands shall be in
writing and sent or hand delivered to the parties to their addresses as follows:
TO CITY:
TO ENGINEER:
City Engineer
City Hall
129 North 2nd Street
Yakima, WA 98901
Gray & Osborne, Inc.
701 Dexter Avenue North
Suite 200
Seattle, WA 98109
or to such other addresses as the parties may hereafter designate in writing. Notices
and/ or demands shall be sent by registered or certified mail, postage prepaid, or hand
delivered. Such notices shall be deemed effective when mailed or hand delivered at the
addresses specified above.
25. Governing Law. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington.
26. Venue. The venue for any action to enforce or interpret this Agreement shall lie
in the Superior Court of Washington for Yakima County, Washington.
Page 7 of 8
N448VI ny L aebomepm
CITY OF YAKIMA GRAY & OSBORNE, INC.
By:
By: ?
R. A. Zais, Jr:I, City Manager Tony wolo, P.E., President
DA1E: '( / 6 - ,Y DA1E: //((
AT l'EST:
_ .<?
City Clerk
City Contract No.
Page 8 of 8
(114.5r/V.Y
,
EXHIBIT A
GRAY & OSBORNE
COMPUTATION OF OVERHEAD MULTIPLIER
THROUGH 1998
Payroll Taxes 14.06%
Employee Insurance 6.74%
Vacations & Holidays 11.53%
State B & 0 Tax 10.40%
Corporate Insurance 8.92%
Administration, (Typing, CADD, GIS, Computer) 36.18%
Printing, Stationery & Supplies 8.58%
Travel Expenses 4.11%
Office Expense, (Telephone, Fax, Utilities, Etc.) 5.93%
Rent 9.77%
Retirement/Incentive 9.81%
Depreciation Expense 3.75%
Professional Services 4.22%
TOTAL: 134.00%
PROFESSIONAL ENGINEERING SERVICES CONTRACT
ENGINEER'S REPRESENTATIVE PAYROLL RATES
THROUGH JUNE 14, 1999
(Any adjustment in rates will be reflected in
dollar value and cost not to exceed)
Employee Classification Payroll Rates*
Draftsman/Technician $13.00 to $21.00
Assistant Civil Engineers 15 00 to 27.00
Project Engineers/Managers 18.00 to 37.00
Principal Engineers 27.00 to 46.00
Field Inspectors/Resident Engineers 17.00 to 32.00
Field Survey Crew 43.00 to 58.00
Secretary/Typist N/A**
* Updated annually, together with the overhead. Overhead rate calendar year (1998) is
1.34.
All actual out-of-pocket expenses incurred directly on the project are added to the billing.
The billing is based on direct out-of-pocket expenses; meals, lodging, laboratory testing
and transportation. The transportation rate is $0.31 per mile or the current maximum IRS
rate without receipt IRS Section 162(a).
** Secretarial and clerical fees are not billed, but are included in the overhead multiplier
listed. The same is true for accounting, bookkeeping, in-house printing, up to $150,
word processing, computer use, computer-aided drafting equipment use, and
telephone and fax costs.
(September 22, 1998) 1
EXHIBIT B
SCOPE OF WORK
CITY OF YAKIMA
NOB HILL BOULEVARD AND SIXTH STREET TRAFFIC SIGNAL
ENGINEERING SERVICES
GENERAL
The engineering services to be provided to the City of Yakima for the signalzation of the
intersection of Nob Hill Boulevard and South Sixth Street shall be provided in four (4)
phases, as more fully described below. This initial agreement and scope of work covers ,
the engineering services for Phase I - Design Report only with the remaining three (3)
phases to be fully defined and added to the agreement by means of an Amendment should
the City determine the need for that additional work.
PHASE I - DESIGN REPORT
It is understood that the City requires the Design Report to address two or three
alternative projects which would range from a new traffic signal with minimal roadway
changes to a new traffic signal coordinated with First Street along with roadway widening
and radius improvements.
The engineering services to be provided consist of the following tasks:
1. Surveying
The intent of this task is to perform all field surveying that would be required to allow
final design of either of the alternative as may be selected by the City. Right-of-way
acquisition procedures, if required, may necessitate additional surveying
• Perform research, field work, and office analysis to determine location of
right-of-way and parcel boundaries along the roadway on Sixth Street from
Central Avenue to Ranch Rite Road and Nob Hill Blvd. from Seventh
Street to the alley just west of Sixth Street.
• Field topographic surveying of existing roadway covering an area
approximately 80' in width along Nob Hill Blvd. from First Street to
Seventh Street and approximately 60' in width along Sixth Street from
Central Avenue to Ranch Rite Road.
• Download and prepare field data for drafting.
j:\proposal\99980.84\ex-b.doc 1
2. Drafting
• Prepare base mapping of potential project extents for use in developing
alternatives and for presentation in design report.
3. Traffic Engineering (by Sub -Consultant):
• Establish design criteria for roadway and traffic signal improvements.
• Obtain and review existing traffic records and signal (First St.) as -built
information.
• Conduct manual peak hour traffic counts and observation of functional
operation at intersections of Nob Hill Blvd./Sixth St. and Nob Hill
Blvd./First St.
• Develop and address up to three (3) design alternatives.
4. Preliminary Right -of -Way Evaluation:
• Determine extent of right-of-way acquisition needs for each alternative.
• Develop preliminary estimate of right-of-way acquisition costs utilizing
Yakima County Assessor information on parcel size, assessed value, and
city staff knowledge on typical acquisition costs.
5. Prepare design report:
• Present and address alternative project designs along with estimates of
project costs.
6. Meetings with City:
• Meet with City staff as needed during report development.
• Present report to City Council (if required).
The estimated total cost of this phase of work as shown on the attached itemized estimate
is $36,193.00.
PHASE II: DESIGN
Plans, specifications, and bid documents would be developed for the design alternative
selected by the City from the Design Report. The extent of the design is unknown at this
time but it is estimated that costs could range from about $20,000 to over $50,000
depending upon the extent of the improvements.
j:\proposa1\99980.84\ex-b.doc 2
PHASE III: RIGHT-OF-WAY ACQUISITION
This phase of work would cover services to assist the City in acquiring right-of-way as
may be required to accomplish the alternative selected by the City. Services would include
surveying to identify the proposed takes and develop legal descriptions, appraisal, and
negotiation. It is understood that the City would utilize WSDOT (Washington State
Department of Transportation) for appraisal review. The cost to acquire right-of-way is
preliminarily estimated to be between $4000 and $4500 per parcel, not including the actual
cost of the right-of-way or the cost for the WSDOT appraisal review.
PHASE IV: CONSTRUCTION ADMINISTRATION
This phase of work would normally consist of the administration of the City's contract
with a contractor engaged in constructing the designed improvements. Services normally
included are; construction administration, inspection, construction staking, preparation of
change orders, preparation of progress estimates, and project closeout. The cost of this
phase of work can not be realistically estimated at this time, however for budgeting
purposes it would normally be around 15% of the construction cost.
j:\proposa1199980.84\ex-b.doc 3
EXHIBIT "B"
City of Yakima
Traffic Signal -- Nob Hill & 6th Street
Preliminary Estimate of Engineering Costs for Phase I - Design Report
' '''''"?-': --':—.',IT!'''':= ' '''''-' ',..t,':',---- '-'-''e::''''''''-'t,i-,ri''.•
TASK
--''''--f.
PROJECT
MANAGER;-:
DESIGN
E:!1NG--,ENGINEERtt•-
t:- DESIGNr
TECH
PL
SU- A:.,V
EYO' R
Project Management
40
Surveying
- Research ROW
16
16
- Establish Control
60
40
- Field Surveying
48
48
- Data Download and Preparation for Drafting
4
16
Drafting
- Breaklines
8
- Plan Topography
80
- Sheet Development
2
8
- Revision, Updates, File Transfers
2
8
Determination of ROW Acquisition Needs/Costs
8
12
8
8
Cost Estimates
16
8
Design Report
8
24
Council Meetings
8
8
TPTiitySTII0W00.1$ - '- -71- r': ...1..
''',1
'-=,-?
, .. - 7 ''' .':RATE
- - 4
't,
, ' .-
'
; := '236
'-' -i'''
S
::f
f800' ':
' OcP.
_
AMOUNT ‘_ kJ'. , .-c,,,,r4 % ' -.:.,, --
f
'----.
4 -,./j , , g '
',-
'.1
1.
;-.
1,,..., :4
'.,.•!::- ', ,:'-,,,..,--:
-,
':' :
r
: 4
440
TOTAL ESTIMATED DIRECT COST:
$ 10,380
OVERHEAD (134%):
13,909
SUB -TOTAL:
$ 24,289
FEE (15%):
3,643
REIMBURSABLES:
Mileage
$ 150
Printing and Reproductions
$ 300
SUBCONSULTANT COSTS
David I. Hamlin & Associates (Traffic Engineer)
$ 7,100
Administrative Overhead
$ ' 710
TOTAL COST
$ 36,193
M:\PROPOSAL\99980.84\EST2.XLS
EXHIBIT "B"
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. t0
For Meeting of October 6,199$
ITEM TITLE: Preliminary Design for the Signalization of 6th Street and Nob Hill Boulevard.
SUBMITTED BY: Department. of Community and Economic Development -
Engineering Division
CONTACT PERSON/TELEPHONE: Fred French, City Engineer / 575-6096
SUMMARY EXPLANATION:
The Cite of Yakima has programmed signalization of the intersection at S. 6th Street and E. Nob Hill
Boulevard. This is the City's number one signalization project. Realignment and additional widening on 6th
Street near the intersection may be required. The total project cost is currently estimated to be $500,000
We have selected Gray & Osborne Consulting Engineers as design consultants on this project. The Contract
for Professional Engineering Services included with the attached Resolution covers the preliminary engineering
report including a selection of alternatives for construction. The preliminary report will not exceed $36,500.
Work remaining includes final design, right-of-way acquisition and construction.
The remaining design work for the intersection will cost an additional $20,000 to $50,000, depending on the
alternative selected. Right-of-way acquisition could vary widely. The consultant costs for acquisition services
are expected to be $4,000 to $4,500 per parcel.
Resolution XX Ordinance Contract XX Other (Specify) Exhibits A & B
Funding Source 392 Cumulative Reserve for Capital Expense
City Manager
APPROVED FOR SUBMITTAL:
STAFF RECOMMENDATION:
Adopt the attached resolution authorizing the City Manager and City Clerk to execute the Engineering
Services Agreement for Professional Engineering Services with Gray & Osborne.
BOARD/COMMISSION RECOMMENDATION:
COUNCIL ACTION:
1 — October 1, 1998