Loading...
HomeMy WebLinkAboutCC Resolution 10005 (Traffic Engineering Services)RESOLUTION NO. 10005 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL ACCEPTING THE SCOPE OF SERVICES AND AUTHORIZING THE PUBLIC WORKS DIRECTOR TO ENTER INTO AN AGREEMENT WITH DKS ASSOCIATES FOR TRAFFIC ENGINEERING SERVICES IN AN AMOUNT NOT TO EXCEED $47,300 FOR THE DESIGN OF A PORTION OF INTERIM TRAFFIC OPERATIONAL IMPROVEMENTS IN EAST SAN RAFAEL. WHEREAS, on January 20, 1998, City Council held a public hearing to review a traffic operational analysis of the Bellam Boulevard corridor and environs which identified potential short-term and long-term solutions and recommended four (4) traffic operation improvements and an interim solution to improve traffic flow and increase capacity in the East San Rafael Area; and WHEREAS, on January 20, 1998, City Council certified a Negative Declaration for the project to be in compliance with CEQA and hereby adopted findings that the project would not create significant environmental impacts. WHEREAS, construction of the project requires outside professional engineering services for the design of the project; and WHEREAS, staff received a proposal from DKS Associates for traffic engineering services for the project and staff recommended approval of the proposal. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael that the Scope of Services for DKS Associates is accepted and Council does hereby authorize the Public Works Director to enter into Professional Services Agreement with DKS Associates for traffic engineering services in a form approved by the City Attorney and in an amount not to exceed $47,300 for the design of a portion of the interim traffic operational improvements in East San Rafael. Io0U.c' I, JEANNE. M. LEONCINI, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City on the 20th day of January, 1998, by the following vote, to wit: AYES: COUNCILMEMBERS: COHEN, HELLER, MILLER & VICE -MAYOR PHILLIPS NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: MAYOR BORO �611 '• JEANN . LE CINI, City Clerk pwserver users\engineering'•%mattn' public works\traffic division\east san rafaehcity council\professional services dks resolution.doc AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made and entered into this 20th day of January 1998, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and DKS Associates (hereinafter "CONTRACTOR") RECITALS WHEREAS, the CITY has determined that traffic engineering consulting services are required to design a portion of the interim traffic operational improvements in East San Rafael (hereinafter "PROJECT").; and WHEREAS, the CONTRACTOR has offered to render certain specialized professional traffic engineering services in connection with this PROJECT. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. DEFINITIONS. 2. PROJECT COORDINATION A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The City Engineer is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for Frank T. Watanabe CONTRACTOR. is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 3. DUTIES OF CONTRACTOR CONTRACTOR shall perform the duties and/or provide services as follows; the CONTRACTOR agrees to provide professional services as a Traffic Engineering Consultant to design three traffic signals and pavemnet delineation and signal improvements, which constitutes a portion of the interim traffic operational improvements for East San Rafael, as outlined in the Proposal from January 15, 1998 CONTRACTOR dated I (.,.....L.. LS, 1337 u,d B...... ... L.,. 1777, marked Exhibit "A" and `B", attached hereto, and incorporated herein by this reference. The CONTRACTOR agrees to be available and perform the work specified in this agreement in the time frame as specified and as shown in Exhibit "A" and `B". 4. DUTIES OF THE CITY CITY shall perform the duties as described in Exhibit "A" and "B" attached hereto and incorporated herein. 5. COMPENSATION For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR on a time and materials basis for services rendered in accordance with the rates shown on the current fee schedule as described in Exhibit "A"and `B" attached and incorporated herein. The total payment made for any individual work task will not exceed the amounts shown on the Proposal Budget, set out in Exhibit "A" and `B". Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. is complete. 6. TER�v1 OF AGREEMENT The term of this Agreement shall be from the date of execution until the Project 7. TERMINATION A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon ten (10) days written notice mailed or personally delivered to the other parte, and the notified parry's failure to cure or correct the cause of the termination notice, to the reasonable satisfaction of the parry giving such notice, within thirty (30) days of the receipt of said notice. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement. shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. Agreement • 2 8. OWNERSHIP OF DOCUMENTS The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 9. INSPECTION AND AUDIT Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 10. ASSIGNABILTY The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 11. INSURANCE A. During the term of this Agreement, CONTRACTOR, shall maintain, at no expense to CITY, the following insurance policies: 1. A comprehensive general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or property damage; 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence; 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million ($1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. B. The insurance coverage required of the CONTRACTOR by Section 11. A., shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution; 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractural liability and personal injury; Agreement • 3 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, and employees as additionally named insureds under the policies; 4. CONTRACTOR shall provide to PROJECT MANAGER, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming CITY, its officers, agents and employees, as additional insureds under the policies; 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon thirty (30) days written notice to CITY's PROJECT MANAGER; 6. If the insurance is written on a Claims Made Form, then. following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years; 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement; 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. C. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR'S officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and the City Attorney. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. 12. INDEMNIFICATION CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, and employees, against any claim, demand, suit, judgement, loss, liability or expense of any kind, including attorney's fees, arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or negligent, of CONTRACTOR or CONTRACTOR's officers, agents and employees in the performance of their duties and obligations under this Agreement. Agreement • 4 13. NONDISCRIMINATION CONTRACTOR shall not discriminate, in_ any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 14. COMPLIANCE WITH ALL LAWS CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinance, codes or regulations. 15. NO THIRD PARTY BENEFICIARIES CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 16. NOTICES All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY: Mr. David M. Bernardi (Project Manager) City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915-1560 TO CONTRACTOR: Mr. Pat! R. ^'---, P.r. Frank T. Watanabe, P. E. Director (Project ) 1956 Webster Street, Suite 300 Oakland, CA 94612-2925 Agreement • 5 17. INDEPENDENT CONTRACTOR For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 18. ENTIRE AGREEMENT -- AMENDMENTS A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACT and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 19. SET-OFF AGAINST DEBTS CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 20. WAIVERS The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. Agreement - 6 21. COSTS AND ATTORNEY's FEES The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 22. CITY BUSINESS LICENSE/OTHER TAXES CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CONTRACTOR's taxpayer identification number is 94-2583153 , and CONTRACTOR certifies under penalty of perjury that said taxpayer identification number is correct. 23. APPLICABLE LAW The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL City Manager ?irector of Public Works ATT T: c� r City Clerk APP �D ORM: City Atto y \\pwserver\users\engineering\matte\pub CONTRACTOR Title: Ac �z-K—e� l� works\traffic division\east san rafael\agreements\dks signal design.doc Agreement • 7 DOCS Associates 1956 Webster Street, Surte 300 Oakland, CA 94612-2939 (510) 763-2061 Fax: (510) 268-1739 January 15, 1998 Nader Mansourian, P.E. City of San Rafael 1400 Fifth Ave. San Rafael, CA 94915-15560 Exhibit "A" Subject: East San Rafael Improvements Signal Design A97X3144 Dear Nader: DKS Associates is pleased to present this proposal to design three signals in the City of San Rafael. The desiun and eventual installation of the three signals are an integral part of the proposed one-way couplet for East Francisco Boulevard and Kerner Boulevard between Bellam Boulevard and Irene Street to improve traffic circulation and operations in the area. We will be working with CSN'/Stuber-Stroeh Engineering Group, Inc. (CSW [St]2) on this project. Their role will encompass the civil related improvements and surveying portion of the project. They are preparing, a separate proposal for this work which will be sent to you directly. Sincerely, DKS Associates A California Corporation William H. Dietrich, P.E. Principal DKS Associates 1. PROJECT UNDERSTANDING City of San Rafael staff have identified a need to improve traffic operations in the area of Bellam Boulevard at the I-580 freeway interchange. Existing intersection analyses indicate that the Bellam Boulevard corridor at the interchange is near capacity. There is a need to increase capacity along the Bellam Boulevard corridor. Since widening of the Bellam Boulevard corridor would not be possible, City staff have identified the most viable alternative to be the relocation of specific problem vehicle movements, which would increase capacity by improving east -west progression along Bellam Boulevard. City staff have proposed an interim solution to the capacity problem along Bellam by introducing a one-way couplet along East Francisco Boulevard and Kerner Boulevard between Bellam Boulevard and Irene Street. East Francisco Boulevard would be modified to one-way southbound and Kerner would be modified to one-way northbound between Bellam Boulevard and Irene Street. East Francisco Boulevard and Kerner Boulevard are currently two-way streets. As a result of the one-way couplet, the intersections of Irene Street at East Francisco and at Kerner Boulevard would require signalization to manage the diverted traffic resulting from the one-way conversion. Tile intersection at Shoreline Pkwy. would be signalized to manage the traffic from existing and future adjacent developments, such as the existing Home Depot. This project consists of designing three traffic signal installations at three intersections: • Shoreline Parkway at East Francisco Boulevard • Irene Street at East Francisco Boulevard • Irene Street at Kerner Boulevard Project Issues Right of Wad,. There may be right-of-way (ROW) issues with Caltrans for the two signals on East Francisco Boulevard. Placement of poles, conduit, and/or controller cabinet along the west side of East Francisco Boulevard may encroach on Caltrans' ROW. There is also anticipated roadway widening along the east -side of East Francisco Boulevard south of Shoreline Boulevard to provide an additional lane for a northbound right -turn pocket/lane. Utilities. Location of poles, mast arms, and conduit would be placed to avoid conflict with existing underground and overhead utilities. Overhead utilities include power lines with underground utilities comprising of telephone, cable, gas, water, and sewer lines. In some cases, it may be more cost-effective to relocate an existing utility rather than designing around it. Widening of East Francisco Boulevard to provide the additional lane may require relocation East San Rafael Signal Design 1 January 15, 1998 DKS Associates of the fire hydrant located near the south-east corner of East Francisco Boulevard/Shoreline intersection. Pai•kit7g. The presence of on -street parking adjacent to each intersection to be signalized will be a key factor to the design and placement of the poles, mast arms, and signal heads. As part of the one-way conversion, City staff anticipates removal of all on -street parking on Irene Street between East Francisco Boulevard and Kerner Boulevard. On -street parallel parking on the east side of Kerner Boulevard would be converted to diagonal parking between Bellam Boulevard and Irene Street. It is anticipated that on -street parking on the west side would remain. The presence and type of on -street parking will be incorporated into each signal's design. Once -Way Comvl-.5ion. Converting an existing two-way street to one way would not be a simple process. Publicity to promote public awareness of the change is crucial. Signing and striping are critical to minimize driver confusion and maximize safety for vehicles, bicyclist, and pedestrians. The two intersections at Irene need to be designed to provide clear and positive guidance. Signing and pavement arrows should also be provided at driveway exits to inform drivers as to the correct direction of travel. Therefore pavement markings and signing need to be modified throughout the area north of Irene Street to and including Bellam Boulevard. The intersection of Castro Ave at East Francisco Boulevard will be an important location for signing, striping, and some possible minor roadway improvements. Initially, the modifications here should be via signs and pavement markings. However, longer range plans may be put in place for curb and roadway modifications to better delineate the one-way East Francisco Boulevard. Pavelnew Coi0ilions. The condition of the pavement will be critical to the installation of vehicle detector loops. It is recommended that several cores be taken to verify the depth of existing pavement to avoid possible pavement damage during detector loop installation and to ensure the maximum service life of each loop. Truck Twwh7g Rachis. The required truck turning radius will be considered in the design of the signal and intersection modifications. Truck turning templates for a type ArB50 will be used to determine the dynamic envelop of turning movements. In the case of the intersection at East Francisco Boulevard/Irene Street, the westbound stop bar on Irene Street may have to be set back from the intersection to provide the needed truck turning radius while maintaining the maximum visibility of each signal head indication. Attached are conceptual design plans indicating the required truck turning radius and proposed improvements at each of the three intersections. East San Rafael Signal Design 2 January 15, 1998 DKS Associates 2. SCOPE OF WORK Task 1. Field Review of Existing Conditions Three kinds of data will be collected: office, field, and right-of-way data. Office Data DKS will collect data from the city, including as -built plans, aerial photos, city -held utility data, right-of-way data, and vehicle volumes. Office data to be collected from other entities includes data from the utility companies that have facilities in the project area. This task will be performed by CSW [St]2. Field Data The first task will be to conduct a field visit to verify all visible utilities in the area and investigate the feasibility of removing on -street parking. This visit will also include identifying and locating drainage inlets, right-of-way lines, on -street parking, signs, lane striping, curb -to - curb widths, sidewalk and planting strip widths, width of concrete parking lane, and pavement conditions. These data will be compared to the city -provided AutoCAD topo files. Using copies of the AutoCAD Topo map as a guideline, we will request utility as -built information. Upon receipt of this information, we will work with the utilities to have the utility facilities marked. Once the utilities are marked, we will verify their location in the AutoCAD drawings as they have been interpreted fi-om the as -built information provided by the utility companies. CSW [St]' will work with each utility company to identify all existing utilities and prepare a base map indicating these utilities. We will use the base maps to prepare the signal design. Right-of-Wav (ROW) Data Right-of-way (ROW) data will be obtained from city of San Rafael CAD files as well as other information that may be available from the city. CSW [St]2 will perform surveying work to identify and/or verify that all ROW issues. Products: File uvlh record clocrnrnenl.v.for project area. Binder irith exi.ssling condilion.v pholo.s-finproiecl arca. Task 2. Traffic Signal Design Conceptual Layout East San Rafael Signal Design 3 January 15, 1998 DKS Associates As a major part of the conceptual design phase of the project, DKS will prepare a base map. This map will be prepared from any information in the city's files such as right-of-way plans, roadway construction plans, and AutoCAD topographic files, and from field measurements. The base map will be prepared in AutoCAD format. On the base map plots, DKS will hand draw sketches and notes to depict the proposed improvements. This conceptual design will be sketched on the aerial photo and will identify phasing, pavement markings, signal head placement, controller placement, conduits, interconnect conduit, pullboxes, detector placement, civil improvements and paving limits. We have already prepared a conceptual plan as attached. We will also develop a conceptual pavement delineation plan on a copy of the base map plot showing the proposed lane configuration, and signing and striping. Once concept design plans are complete, we will accompany City staff to the field to conduct a detailed review of the proposed plans as they relate to field conditions. This review will help to ensure that the proposed signal design will fit the intersection with minimum disruption to existing conditions. At this meetimg in the field, we propose to physically pinpoint locations for the signal poles and mast arms, signal head locations, signal controller, lanes, crosswalks, paving limits and curb ramps. Once the pole locations are agreed upon, we will determine whether there are potential utility conflicts. We will summarize the comments made in the field directly on the concept plan itself, as a record of decisions made. We will use this marked -up plan (30 percent plan) as a guide in preparing the next level of plan development. The signal phasing suggested will be based upon vehicle volume data provided by the city. At this stage, the equipment schedules and Nviring schedules will not be complete. Products: Compleie base map. Hand skeiches on huse roup indicating major plan ftann•es. Specifications in outline form. Task 3. Plans, Specifications, and Estimates (PS&E) Preparation DKS will prepare plans, specifications and estimates (PS&E) for the construction of the signals. Following approval by city staff of a conceptual design for the system, plans will be prepared using Caltrans drawing nomenclature and drawing standards. The plans will be submitted to city staff for review at the 60 percent and 90 percent stages. East San Rafael Signal Design 4 January 15, 1998 DKS Associates 60 Percent PS&E Preparation At this stage in plan preparation, DKS will revise the plans based upon comments from city staff on the 30 percent plans, and the plan -in -hand field review. The draft specifications will be prepared using the specifications used in the City of San Rafael KernerBellam traffic signal project. The full text of the SSPs will be provided with hand marked edits. We have good recent experience with these specifications and understand how the city wants them prepared. A detailed cost estimate will be prepared. Products: Wi•illeri i•e.sl)olis•e 1v 30'% revieir coinniews. All plan sheets ess•erllially, cvnlplele ill Awo(AD f )i•1nai. Draft apecificalions, (with hancl edits of'(,iry Specificaliorls). Detailed cost estimate lis•ti qz quantities and costs. Three sets of the pcickc Te fnrjoilr review. 90 Percent PS&E Preoaration At this stage in plan preparation, DKS will revise the plans based upon comments from city staff on the 60 percent plans, and the plan -in -hand field review. All PS&E details and information will be complete and ready for city review. The plans will essentially be complete and ready for bidding. Pi-oclncts: Written response to 60% ivvielr commems. All plall sheets complete in AitloCAD format reaclj, for Cctllrai7s• reviem Fin(l1.s7,Iecificall017S ill 01).'F01-177171. Fh7al cost estiniales lisli/W yilalililies cincl costs. Three c0177p1ele sets Of plalis, sl)ecifica110i1.1' [1174 eslnnates for rel iell'. Final Plan Preparation The final edits to the plans, specifications and estimates will be made based on the city comments. The final plans will be plotted on mylar, signed and sealed, ready for bidding. One complete reproducible set of the final PS&E will be delivered to the city traffic engineer. Products: One set of the final PSd'•E bid package reaclyfor repl•oductioi7. ,4uloC,4D ch•cnri ig.files.for approved plans. Task 4. Post Design Services DKS Associates will assist the city with the project after completion of the design phases. This assistance is divided into two phases: Bidding Assistance and Assistance During Construction. East San Rafael Signal Design 5 January 15, 1998 DKS Associates Biddin, Assistance DKS will assist the city in answering questions from the prospective contractors and prepare one addendum (if needed). Following receipt of t11e bids, DKS will assist the city in selecting the most responsible bid. Assistance Durin; Construction DKS will be available for assistance during construction. It is our understanding that this assistance will involve the review of shop drawings and review of field conditions in support of the city inspectors. Project Assumptions This scope of work and project budget has been prepared under the following assumptions: • City staff will supply base map information in the form of AutoCAD topographic files, if available. • City staff will supply right-of=way/property line information. Right-of-way acquisition is not anticipated to be included in the scope of work. • Tragic Count Data will be supplied by the city. • An instrumented survey will be performed by CSW [St]'. • Any revisions and/or modifications to the existing drainage systems will be performed by CSW [St]'-. • Special Provisions from previous City traffic signal projects will be used. • DKS will use the same utility contacts used for previous projects. • General design details from the Bellam at Kerner and Civic Center at McInnis projects will be used. • All work performed under this project will be covered under one contract. • The plan set will consist of the following sheets: • Cover sheet and construction area signs • Utility plans • Layout for civil improvements (pavement repair & curb ramps) including right -of - way --CSW [St]2 • Signing & Striping Plan (one sheet) • Signal Plans (two sheets) East San Rafael Signal Design 6 January 15, 1998 DKS Associates • Driveway signing and striping 3. PROJECT STAFFING Frank T. Watanabe, P.E. will be the project manager. Frank has over 12 years of experience in the operation, design, and construction management of individual intersections. He has been involved in many separate traffic signal and interconnect design projects. Frank has worked for Caltrans District 4, Contra Costa County Public Works and the City of Concord as a project manager on a number of traffic signal design and interconnect projects. For the Willow Pass road Widening in concord, lie modified seven major traffic signals. He is a registered traffic and civil engineer in California. He is fully available to meet the city's schedule. Kevin G. Aguigui, P.E. will provide technical continuity with past City of San Rafael signal projects that DKS has performed. He is a registered traffic and civil engineer and worked on the signal designs for Bellam Boulevard and signals near the Civic Center. He fully understands the city's PSRE standards. David Huynh and Orlena Chiu will be the project engineers. David has over three years of professional experience, specializing in the areas of traffic signal operations and design. Orlena has worked closely with Kevin on numerous sinal design projects and is currently working on the Salinas Street Li�liting project. Ryan Sage will provide all computer aided design (CAD) services on the project. CS V/Stuber-Stroeh EnaineerinQ Group. Inc. CSW [St]` will provide all the civil and surveying work associated with the project. A proposal under separate cover will be submitted describing the work scope, staffing, and estimated fee for CSW [St]z. 4. RESOURCE ALLOCATION AND ESTIMATED FEE The proposed budget for this project is $27,110 The attached table provides a detailed description of our proposed resource allocations and associated fee. The table shows a task - by -task breakdown of project staging and total estimated fee for the project. East San Rafael Signal Design January 15, 1998 cn i C N E � Y o CL F.. E m � LL "D C � cC � L W 2 U— a) cm cu co a) cu C cu cu F- 0 0 0 � N r N N Efl E U3, i �— CO dcD c'7 (D 00 N ce) r O M N r r Q) co C) N N to U Z ;. 0O O O N C LD r N cu U") LOO O `�t O U") M co (n Q) C CO 0 U Z ;. cm a) cu cn a� Q. w aocnE��o`>. izUa_ ��- 04 CO X,V o cu . Y N Y N to O O LL u ca F— cu co 0) F— F— �. co rn Ln r- c� U 0 U) U) F-0 0 DKS Associates FRANK T. WATANABE Senior Transportation Engineer EDUCATION Bachelor of Science, Civil Engineering, California Polytechnic State University, San Luis Obispo, 1985 Master of Science, Transportation Engineering, Calif. Polytechnic State University, San Luis Obispo, 1987 PROFESSIONAL REGISTRATION: California No. 1822 (Traffic) California No. 56255 (Civil) YEARS EXPERIENCE: 12 PROFESSIONAL EXPERIENCE Prior to working at DKS Mr. Watanabe worked for Caltrans District 4 as staff engineer, Contra Costa County Public Works, he was a civil engineer and a traffic engineer for the City of Concord. Construction Management. Mr. Watanabe has been involved in the construction management of civil and electrical engineering work for over five years. He is the Construction Engineer for Route 105 (Century Freeway) CCTV Project and is currently assisting Caltrans Resident Engineer for the construction management of the communication and CCTV equipment. His primary duty is to assist the RE and project engineer with daily field inspections to comply with the design. These inspections include the installation of pullout areas, cabinet pads, splice vaults and pullboxes, poles and foundations, electrical conduit and communication conduits, twisted pair and fiber optic cables, CCTV cameras, control and communication cabinets, service connection and other electrical and communication installations. Other duties include field redesign of elements, CCO documentations, estimates of extra work, contract administration and measurement and payment changes. In addition, worked with the primary contractor and RE in field reviews and construction change orders. Other related resident engineer and inspection work include City and County projects for roadway, highway, drainage, traffic signal and traffic signal interconnect conduit construction projects for the County of Contra Costa and the City of Concord. Also construction inspector for the City of Santa Ana TMS installation. ITS and CCTV Design. Project engineer and package manager for the design of a communication system involving preparation of PS&E for several Caltrans state freeways in the Los Angeles area. Responsible for the coordination of design with subconsultants and PS&E design of CCTV cameras, CMS, HAR, communication hub, ramp meters, detector systems and communication systems. The freeway projects, include 1-105, RT 110, RT 170, RT 118, RT 101 and I-405, involved design of both single -mode fiber and multi -mode fiber optics and twisted -pair cable for the communication network. Other projects include City of Pasadena CCTV Project and the City of Anaheim Communication Project. Traffic Investigations. Assistant project manager and senior engineer for a Caltrans (on-call) traffic investigation project. This project is the first Caltrans contract to allow accident investigations to be done by outside consultants. We investigated high -accident locations within the Los Angeles and Ventura County area and identified the cause factors of the accidents and developed recommendations. Project included analyzing the accident reports, preparing collision diagrams, field investigations, preliminary designs, cost estimates and field reports. Also assisted in reviewing several computer software programs to computerize the State's accident program. Street Improvement Studies. Project engineer for several major street improvement projects for the City of Concord and Contra Costa County. Prepared conceptual designs of new roadways and highways, initiated the right-of-way and environmental processes and developed the funding mechanism required to develop the following projects: DKS Associates Frank T. Watanabe / page 2 • Project manager for the SR 242 Corridor Improvement project, which involved the preparation of traffic operation analysis, Route Concept Report and a Project Study Report for a 3 -mile section of State Route 242 for freeway widening, interchange modification and signalization. • Willow Pass Road Widening. The project included modifications to seven major signal intersections along Willow Pass Road, expansion of two existing bridges and ramp modifications at two state interchanges. Developed conceptual design alternatives for a 6 -lane arterial, and prepared the initial environmental study and preliminary cost estimates. • Ygnacio Valley Road/ High Occupancy Vehicle (HOV) Lanes. Prepared preliminary engineering studies, including intersection capacity analysis, delay studies and weaving analysis for HOV lanes. Developed conceptual plan lines for widening the regional arterial into six lanes plus HOV. • East Contra Costa County Special Study. For the unincorporated areas of Contra Costa County, developed a special traffic study to evaluate circulation alternatives for rerouting cut -through traffic, including widening and one-way couplets of existing streets. Highway Design. While employed with Contra Costa County, project engineer for the North Richmond Parkway in the City of Richmond. Responsible for the PS&E design of a 4 -mile at -grade expressway connecting two major state freeways. The project entailed design of horizontal and vertical geometrics, intersection layout and signalization, super -elevation, drainage and street lighting. Traffic Engineering. Project manager and engineer for the daily operations of the City's Traffic Operations Division. Conducted traffic studies including speed radars, delay studies and accident analysis. Developed a computerized accident information system as a joint effort between transportation, police and data processing, to provide accurate and timely information. Established criterion to prioritize high accident locations in the City of Concord. Reviewed and investigated citizen requests at high accident locations. Coordinated accident reviews with Concord's law enforcement and represented the City of Concord with accident claims. Traffic Signals Design and Timing. Project engineer for the design of several major traffic signal projects for the City of Concord. Prepared Plans, Specifications and Estimates for traffic signal modifications and installations of new signals in the City. Performed field investigations, project development and design modifications for traffic channelization and signage. Several projects involved improvements and modifications to the signal timing, pre- emption and interconnects. Project manager and senior engineer for three City of Concord FETSIM projects which included the timing of five major arterials and expressways and the retiming of the City's Central Business District. These projects included retiming over 120 traffic signals using both TRANSYT-717 and PASSER II. Grant Applications. As an associate traffic engineer for the City of Concord, Mr. Watanabe prepared several types of state grant applications, including OTS, HES and TDA Funds. These grant applications were necessary for various traffic safety projects, including upgrade of the VMS 220 Traffic Signal Control System and the development of a speed radar trailer program. Roadway Engineering and Design. Project engineer responsible for the design and construction of several roadway improvement projects for Contra Costa County and the City of Concord. Prepared Plans, Specifications and Estimates to meet city, county and Caltrans Standard Specifications. Developed conceptual and preliminary plans for future roadways and freeways. Prepared environmental documents to comply with CEQA and NEPA guidelines. DKS Associates KEVIN AGUIGUI Senior Transportation Engineer EDUCATION Bachelor of Science, Civil Engineering, University of Hawaii at Manoa, 1988 PROFESSIONAL REGISTRATION California No. 48732 (Civil) California No. 1781 (Traffic) YEARS EXPERIENCE: 8 PROFESSIONAL EXPERIENCE Traffic Control Systems. For many traffic control system projects, involved as project engineer and manager of specific tasks including existing signal equipment inventories, feasibility studies for the ideal signal system and communications media network, preparation of system operating details for agreements across jurisdictional boundaries, preparation of construction (PS&E) documents and cost estimates, and the preparation and implementation of optimized signal timings (local and coordinated). These projects and PS&E documents involved all aspects of traffic signal control, including the installation of intersection and system detector loops, field masters, CCTV surveillance equipment, interconnect (copper, fiberoptic and radio), and traffic control center and equipment room layouts. Utilized control room video monitoring to fine tune optimized signal timings. Projects include the City of Stockton Traffic Management System, the County of Santa Clara Traffic Operations System, the City of Oakland Traffic Signal System, and the City of Martinez Signal Synchronization Project. Traffic Operations Analysis. Analyzed and optimized the operation of numerous types intersections, interchanges, corridors, freeway segments, ramps, light rail grade crossings, and roundabouts. Projects have included analyzing and identifying required lane geometrics, queuing effects, signal coordination needs, performing ramp junction and weaving analyses, estimation of traffic delays under alternative transit priority schemes (full and partial), complex signal phasing operations, offset intersections for at -grade rail crossings, one-way couplet conversions, roadway closures, roadway realignments, roundabout feasibility, and traffic calming tools. Key projects include the Embarcadero Roadway Traffic/Transit Signal System Study and the MUNI F -Line Traffic Study, the Tasman Corridor LRT Extension Project, the SR 4/Bailey Road Interchange Improvement Project, the Richmond Parkway Project, the Stockton Streets Improvement Project, and the Herndon/Ingram Realignment Operations Study. Traffic Signal Timing. Analyzed, optimized, and developed signal timings for over 400 traffic signals in California and Oregon. Duties included developing and implementing new signal timing settings and plans for all types of NEMA and Type 170 controllers. Traffic signals were operated under all types of systems including fully centralized and distributed control, closed-loop systems, and non -interconnected controllers using RCUs. Several projects included the use of the Traf- NETSIM software to simulate before and after conditions affected by the project. DKS Associates Kevin Aguigui - page 2 Key projects include the Concord FETSIM projects (1990 and 1994); the City of Modesto Signal Coordination projects (FETSIM and PVEA projects); the Alameda County FETSIM 1992; the City of Beaverton Signal Timing Project (Oregon); the City of Oakland Projects (CBD Signal Re -Timing and Traffic Signal System); the Richmond Parkway Project, the City of Stockton Traffic Management System, the City of Martinez Signal Timing Project, and the City of San Jose 85/87 Signal Re -Timing Project. Design and Construction Support. Project manager and engineer for roadway and signal design projects that have included preparing design and preliminary engineering plans and providing construction support services for new facilities and transportation improvements. Duties included managing and preparing conceptual layouts and cost estimates, as well as PS&E documents for signing, striping, interconnect, detour roadway, and traffic detour projects. The PS&E documents have involved all aspects of traffic and transportation engineering, including vehicular at -grade LRV operations (median and side -running LRVs), interchanges, railroad preemption, complex intersections, and temporary traffic signal installations. Preliminary engineering plans were used for cost estimates and right-of-way acquisition for street improvements. Provided construction support services for projects including reviewing shop drawings and submittals, providing on-site inspection services, and field troubleshooting. Also provided plan review services for public and private agencies. Key projects include the Tasman Corridor LRT Extension Project, the City of San Rafael Projects on Kerner Boulevard and McKinnis Parkway, Old Quarry Road/Chilpancingo Parkway, the I-580 ramps at North Livermore Avenue and at East Castro Valley, Magazine Street at East Lincoln Road, E. Castro Valley at Five Canyons Parkway, Contra Costa College Transit Center, the Hammer Lane Grade Separation Projects, and the BART/SFO Extension Project. Bikeway Analysis and Design. Project manager and engineer for several bikeway projects which involved the feasibility analysis, layout and design of bikeway facilities. These projects involved all aspects of bikeway facilities including assessing the feasibility and safety of different bike lane layouts, bridging gaps in bike routes, and identifying preferred routes for new bikeway facilities. Other tasks have included preparing conceptual layouts and preliminary engineering documents for new facilities, identifying alternative designs for complex gap closure routes, and identifying potential funding sources. Key projects include the City of Stockton Streets Improvement Project, the City of Salinas Bike Route Connection Study, the Five Canyons Project in Alameda County, and the Sir Francis Drake Bikeway Improvements in Fairfax. PROFESSIONAL AFFILIATIONS American Society of Civil Engineers Institute of Transportation Engineers Chi Epsilon PUBLICATIONS Split `Em Up ... Or Not, Coordinated Signal Systems. Presented at the 1996 District 6 ITE Meeting in Fresno, California, July, 1996. DKS Associates 1956 lNebster Street, Suite 300 Oakland, C^, 940612-2932 (510) 763-2061 Fax: (510) 268-1739 January 15, 1998 Nader Mansourian, P.E City of San Rafael 1400 Fifth Avenue San Rafael, CA 94915-1560 Exhibit "B" Subject: East San Rafael Improvements: Pavement Delineation and A97x3144 Signal Design Improvements Dear Nader: DKS Associates is pleased to present this proposal to design pavement delineation and traffic signal improvements in the City of San Rafael. The design and eventual installation of delineation improvements and two signals are an integral part of the proposed one-way couplet for East Francisco Boulevard and Kerner Boulevard between Bellam Boulevard and Irene Street to improve traffic circulation and operations in the area. We will prepare the PS&E in eight weeks. We will be working with CSW/Stuber-Stroeh Engineering Group, Inc. (CSW [St]Z) on this project Their role will encompass the civil related improvements and surveying portion of the project They are preparing a separate proposal for this work which will be sent to you directly Sincerely, DKS Associates A California Corporation l�tJc,� William H. Dietrich, P.E Principal ,-197.N-3144 011-17m. doc DKS Associates 1. PROJECT UNDERSTANDING City of San Rafael stag have identified a need to improve traffic operations in the area of Bellam Boulevard at the I-580 freeway interchange. Existing intersection analyses indicate that the Bellam Boulevard corridor at the interchange is near capacity. There is a need to increase capacity along the Bellam Boulevard corridor. Since widening of the Bellam Boulevard corridor would not be possible, City staff have identified the most viable alternative to be the relocation of specific problem vehicle movements, which would increase capacity by improving east -west progression along Bellam Boulevard. City staff have proposed an interim solution to the capacity problem along Bellam by introducing a one-way couplet along East Francisco Boulevard and Kerner Boulevard between Bellam Boulevard and Irene Street. East Francisco Boulevard would be modified to one-way southbound and Kerner would be modified to one-way northbound between Bellam Boulevard and Irene Street. As a result of the one-way couplet, traffic signal system modifications would be required along Bellam Boulevard at East Francisco Boulevard and Kerner Avenue. Signing and pavement delineation improvements would be required along Bellam Boulevard between Andersen Drive and Kerner Boulevard, along East Francisco between Pelican Way and Bellam Boulevard, and along Kerner Avenue between Bellam Boulevard and Irene Street. This project consists of: • Modifying Existing Traffic Signals at Two Intersections: — Bellam Boulevard and East Francisco Boulevard — Bellam Boulevard and Kerner Boulevard • Designing Signing and Pavement Delineation Improvements along: — Bellam Boulevard between Andersen Drive and Kerner Boulevard — East Francisco between Pelican Way and Bellam Boulevard — Kerner Avenue between Bellam Boulevard and Irene Street. Project Issues Traffic Signal Systems Utilities. Location of poles, mast arms, and conduit would be placed to avoid conflict with existing underground and overhead utilities. Overhead utilities include power lines with underground utilities comprising of telephone, cable, gas, water, and sewer lines. East San Rafael Pavement 1 January 15, 1998 Delineation and Signal Design DKS Associates Pavement Conditioru•. The condition of the pavement will be critical to the installation of vehicle detector loops. It is recommended that several cores be taken to verify the depth of existing pavement to avoid possible pavement damage during detector loop installation and to ensure the maximum service life of each loop. Ruck Tm-nit7g Racdius. The required truck turning radius will be considered in the design of the signal and intersection modifications. Truck turning templates for a type WB50 will be used to determine the dynamic envelop of turning movements. Si�_,nini� and Pavement Delineation One-Wa , Comvi-.•ioii. Converting an existing two-way street to one way would not be a simple process. Publicity to promote public awareness of the change is crucial. Signing and striping are critical to minimize driver confusion and maximize safety for vehicles, bicyclist, and pedestrians. Pavement markings and signing need to be modified throughout the area north of Irene Street to and including Bellam Boulevard. Signing and pavement arrows should also be provided at driveway exits to inform drivers as to the correct direction of travel. The City will work with property owners to adjust signing and striping on private property. The intersection of Castro Avenue at East Francisco Boulevard will be an important location for signing, striping, and minor roadway improvements. With the one-way conversion, drivers traveling south on Castro Avenue would be required to turn left at East Francisco Boulevard. Initially, the modifications here should be via signs and pavement markings. However, longer range plans may be put in place for curb and roadway modifications to better delineate the one- way East Francisco Boulevard. Parking. As part of the one-way conversion, City staff anticipates removal of all on -street parking on Irene Street between East Francisco Boulevard and Kerner Boulevard. On -street parallel parking on the east side of Kerner Boulevard would be converted to diagonal parking between Bellam Boulevard and Irene Street. On -street parking on the west side would remain. It is anticipated that all parking on East Francisco between Bellam Boulevard and Castro Avenue would be removed. Parking on the west side of East Francisco between Castro Avenue and Irene Street would be removed, while the existing parallel parking on the east side of East Francisco would remain. Directing Traffic to 1-580 Rcanps. The I-580 ramps at Bellam Boulevard intersections are currently functioning near capacity. Signing and striping could redistribute traffic on to other, less congested I-580 on -ramps. One option determined by the City would be to direct traffic south of Irene Street to use the I-580 northbound on-ramp south of Grange Way. East San Rafael Pavement 2 January 15, 1998 Delineation and Signal Design DKS Associates 2. SCOPE OF WORK Task 1. Field Review of Existing Conditions Three kinds of data will be collected: office, field, and right-of-way data. Office Data DKS will collect data from the city, including as -built plans, aerial photos, city -held utility data, right-of-way data, and vehicle volumes. Office data to be collected from other entities includes data from the utility companies that have facilities in the project area. This task will be performed by CSW [St]2. Field Data The first task will be to conduct a field visit to verify all visible utilities in the area and investigate the feasibility of removing and adding on -street parking. This visit will also include identifying and locating drainage inlets, right-of-way lines, on -street parking, signs, lane striping, curb -to -curb widths, sidewalk and planting strip widths, width of concrete parking lane, and pavement conditions. These data will be compared to the city -provided AutoCAD topo files. Using copies of the AutoCAD Topo map as a guideline, we will request utility as -built information. Upon receipt of this information, we will work with the utilities to have the utility facilities marked. Once the utilities are marked, we will verify their location in the AutoCAD drawings as they have been interpreted from the as -built information provided by the utility companies. CSW [St]2 will work with each utility company to identify all existing utilities and prepare a base map indicating these utilities. We will use the base maps to prepare the signal design. Richt-of-Wav (ROW) Data Right-of-way (ROW) data will be obtained from city of San Rafael CAD files as well as other information that may be available from the city. CSW [St]2 will perform surveying work to identify and/or verify that all ROW issues. Products: File with record docmnenls for project area. Bintlei- wilh exisling corndilions pholo.s for projec! area. East San Rafael Pavement 3 January 15, 1998 Delineation and Signal Design DKS Associates Task 2. Conceptual Design As a major part of the conceptual design phase of the project, DKS will prepare a base map. This map will be prepared from any information in the city's files such as right-of-way plans, roadway construction plans, and AutoCAD topographic files, and from field measurements. The base map will be prepared in AutoCAD format. On scanned aerial photos, DKS will band draw sketches and notes to depict the proposed improvements. Two conceptual designs will be prepared: one pavement delineation plan and one traffic signal plan. The conceptual traffic signal plan will identify phasing, signal head placement, controller placement, conduits, interconnect conduit, pullboxes, detector placement, civil improvements and paving limits. The pavement delineation plan will identify proposed lane configurations, signing, and striping improvements. Once concept design plans are complete, we will accompany City staff to the field to conduct a detailed review of the proposed plans as they relate to field conditions. This review will help to ensure that the proposed signal design will fit the intersection with minimum disruption to existing conditions. At this meeting in the field, we propose to physically pinpoint locations for the signal poles and mast arms, signal head locations, signal controller, lanes, crosswalks, paving limits and curb ramps. Once the pole locations are agreed upon, we will determine whether there are potential utility conflicts. We will summarize the comments made in the field directly on the concept plan itself, as a record of decisions made. \Ve will use this marked -up plan (30 percent plan) as a guide in preparing the next level of plan development The signal phasing suggested will be based upon vehicle volume data provided by the city. At this stage, the equipment schedules and wiring schedules will not be complete. Products: Complele base lnc7p. Hand skelches on base neap indicalilW major Plan featln-es. Speciflcafions ill oullnle fibrin. Task 3. Plans, Specifications, and Estimates (PS&E) Preparation DKS will prepare plans, specifications and estimates (PS&E) for the construction of the proposed signal and pavement delineation improvements. East San Rafael Pavement 4 January 15, 1998 Delineation and Signal Design DKS Associates Following approval by city staff of the conceptual design for the system, plans will be prepared using Caltrans drawing nomenclature and drawing standards. Tile plans will be submitted to city staff for review at the 60 percent and 90 percent stages. 60 Percent PS&E Pret)aration At this stage in plan preparation, DKS will revise the plans based upon comments from city staff on the 30 percent plans, and the plan -in -Land field review. The draft specifications will be prepared using the specifications used in the City of San Rafael Kerner/Bellam traffic signal project. The full text of the SSPs will be provided with hand marked edits. We have good recent experience with these specifications and understand how the city wants them prepared. A detailed cost estimate will be prepared. Products: T+i•iiien respon.ye to 30% revieu• comments. All plan sheers e.s.,;entiully conlplele ill AilloCAD formal. Drafl sl)eclflccilio )s,(irilh hand eclir.s of ('ily Sl)ecificalion ). Derailed cosy esrimuie listing gilcunities arlcl costs. Three sees of the package for yow- revieii% 90 Percent PS&E Preaaration At this stage in plan preparation, DKS Nvill revise the plans based upon comments from city staff on the 60 percent plans, and the plan -in -Band field review. All PS&E details and information will be complete and ready for city review. The plans will essentially be complete and ready for bidding. Prodncrs: PVrillell res/)onse to 60% revieir connrnenrs. All plan sheers complete ill AuloM formal ready for Ca11rC117s' revieu'. Final specifications in City Format. Final case estimates listing quantities and costs. T111'ee con7l2lete sets of plcllis, .YI)ec ficcilions cilld estimates fol' 1'evieln. Final Plan Pret)aration The final edits to the plans, specifications and estimates will be made based on the city comments. The final plans will be plotted on mylar, signed and sealed, ready for bidding. One complete reproducible set of the final PS&E will be delivered to the city traffic engineer. Products One set of the final PS& , Gid package ready for reprocfilction. AuIoCAD draining files for approved plans. East San Rafael Pavement 5 January 15, 1998 Delineation and Signal Design DKS Associates Task 4. Post Design Services DKS Associates will assist the city with the project after completion of the design phases. This assistance is divided into two phases: Bidding Assistance and Assistance Durin; Construction. Biddin! Assistance DKS will assist the city in answering questions from the prospective contractors and prepare one addendum (if needed). Following receipt of the bids, DKS will assist the city in selecting the most responsible bid. Assistance During Construction DKS will be available for assistance during construction. It is our understanding that this assistance will involve the review of shop drawings and review of field conditions in support of the city inspectors. Project Assumptions This scope of work and project budget has been prepared under the following assumptions: • City staff will supply base map information in the form of AutoCAD topographic files, if available. • City staff will supply right-of-way/property line information. Right-of-way acquisition is not anticipated to be included in the scope of work. • Traffic Count Data will be supplied by the city. • An instrumented survey will be performed by CSW [St]2. • Any revisions and/or modifications to the existing drainage systems will be performed by CSW [St]2. • Special Provisions fi-om previous City traffic signal projects will be used. • DKS will use the same utility contacts used for previous projects. • General design details fi-om the Bellam at Kerner and Civic Center at McInnis projects will be used. • All work performed under this project will be covered under one contract. • The plan set will consist of the following sheets: • Cover sheet and construction area signs • Utility plans East San Rafael Pavement 6 January 15, 1998 Delineation and Signal Design DKS Associates • Layout for civil improvements (pavement repair & curb ramps) including right -of - way --CSW [St]2 • Signing & Striping Plan (one sheet) • Signal Plans (two sheets) • Driveway signing and striping 3. PROJECT STAFFING Frank T. Watanabe, P.E. will be the project manager. Frank has over 12 years of experience in the operation, design, and construction management of individual intersections and signing and striping. He has been involved in many separate traffic signal and interconnect design projects. Frank has worked for Caltrans District 4, Contra Costa County Public Works and The City of Concord as a project manager on a number of traffic signal design and interconnect projects. For the Willow Pass road Widening in Concord, he modified seven major traffic signals. He is a registered traffic and civil engineer in California. He is fully available to meet the city's schedule. Kevin G. Aguigui, P.E. will provide technical continuity with past City of San Rafael signal projects that DKS has performed. He is a registered traffic and civil engineer and worked on the signal designs for Bellam Boulevard and signals near the Civic Center. He fully understands the city's PS&E standards. David Huynh and Orlena Chin will be the project engineers. David has over three years of professional experience, specializing in the areas of traffic signal operations and design. Orlena has worked on numerous signal design projects and is currently working on the Salinas Street Lighting project. Ryan Sage will provide all computer aided design (CAD) services on the project. CSW/Stuber-Stroeh Eneineerine Groun. Inc. CSW [St]2 will provide all the civil and surveying work associated with the project. A proposal under separate cover will be submitted describing the work scope, staffing, and estimated fee for CSW [St]2. 4. RESOURCE ALLOCATION AND ESTIMATED FEE The proposed budget for this project is $20,190. The attached table provides a detailed description of our proposed resource allocations and associated fee. The table shows a task - by -task breakdown of project staffing and total estimated fee for the project. East San Rafael Pavement 7 January 15, 1998 Delineation and Signal Design 00 rn Ln co U 0 `q cn G) � o rn w r- rn�- LL r Y r ea v) H3 64 z Fla Q W T- Ln uo (pzt co ..>:� ca {'\I N co til" N C .N CC 0 O (C)� 00 o0 O :<' `' CN C (n _Q7 Fn U 00 d LO 00 N >-` C LLL L ❑ Q (n U) 5, co v Looo N v a m ca p=Q ❑ ❑ N ca ca LO M LO N N O ...... N m C) m U) C z CL 'II o cn E E N Q o LL tea:;`:':; cn c/) co CO ❑ to cn to O O [CJ ca m m cp oz LL M 00 rn Ln co U 0 `q cn