Loading...
HomeMy WebLinkAboutCC Resolution 10022 (Second St Widening Project)RESOLUTION NO. 10022 RESOLUTION ACCEPTING PROPOSAL FROM CSW/STUBER-STROEH ENGINEERING GROUP, INC. FOR DESIGN AND PREPARATION OF PLANS AND SPECIFICATIONS FOR SECOND STREET WIDENING PROJECT, AND AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT WITH CSW/STUBER-STROEH ENGINEERING GROUP, INC. BE IT RESOLVED by the Council of the City of San Rafael as follows: WHEREAS, the Public Work's Engineering Staff has determined that professional services are required for the design and preparation of plans and specifications for the Second Street Widening Project; and WHEREAS, Staff has determined that the consulting firm of CSW/Stuber-Stroeh Engineering Group, Inc. has the past experience and qualifications necessary for the design and preparation of plans and specifications; and WHEREAS, Staff requested CSW/Stuber-Stroeh Engineering Group, Inc. furnish a proposal to provide professional engineering services for the subject project; and WHEREAS, Staff has reviewed the proposal and scope of services and find them to be acceptable and the fees to be within industry standards; and WHEREAS, sufficient unencumbered, budgeted appropriations exist in the fund account against which the recommended agreement will be charged as required by San Rafael Municipal Code Section 2.60.030. e C t ii H If � 4 k NOW, THEREFORE, IT IS RESOLVED that the San Rafael City Council does hereby accept the Proposal from CSW/Stuber-Stroeh Engineering Group, Inc., to design and prepare plans and specifications attached herein; and BE IT FURTHER RESOLVED that the City Council does hereby authorize the Mayor to execute the professional services agreement with CSW/Stuber-Stroeh Engineering Group, Inc. for these services in an amount not to exceed $233,700 in the form approved by the City Attorney; and BE IT FURTHER RESOLVED that the Director of Public Works take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, Jeanne M. Leoncini, City 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 held on the 17`h day of February, 1998, by the following vote, to wit: AYES: COUNCIL MEMBERS: COHEN, HELLER, MILLER, PHILLIPS & MAYOR BORO NOES: COUNCIL MEMBERS: NONE ABSENT: COUNCIL MEMBERS: NONE JEANft M. LEONCINI, City Clerk -2- AGREEMENT FOR PROFESSIONAL SERVICES FOR SECOND STREET WIDENING PROJECT This Agreement is made and entered into this 17th day of February 1998, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and CSW/Stuber-Stroeh Engineering Group, Inc. (hereinafter "CONTRACTOR). RECITALS WHEREAS, the CITY has determined that civil engineering consulting services are required to design and prepare plans and specifications for the Second Street Widening (hereinafter "PROJECT"); and WHEREAS, the CONTRACTOR has offered to render certain specialized professional 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 CONTRACTOR. Don Curry 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 Civil Engineering Consultant to prepare civil improvement plans, specifications, and estimates associated with the widening of Second Street, including, but not limited to, roadway widening, curb relocation, utility relocation, and surveying, as outlined in the Proposal from CONTRACTOR dated February 10, 1998, marked Exhibit "A", 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". 4. DUTIES OF THE CITY CITY shall perform the duties as described in Exhibit "A" 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" 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". Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. is complete. 6. TERM 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 party, and the notified party's failure to cure or correct the cause of the termination notice, to the reasonable satisfaction of the party 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 o 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 o 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 o 4 12. 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. Don Curry, (Project Director) 790 De Long Avenue Novato, CA 94945 Agreement o 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. 2o. 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 Agreement o 6 the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 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 68-0215172, 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 Mayor h Director of Public Works ATTEST: C Clerk CONTRACTOR CSW/Stuber-Stroeh Ensineerins Group. Inc. aK��WldB Y Title: �. APPROVED A"' J City Attorney 1) Agreement o 7 CSW [St]2 Date: February 10, 1998 File: 4.870.03 Mr. Andy Preston City of San Rafael 1400 Fifth Street San Rafael, CA 94901 ,45,1eh'1B/7_ , 790 De Long Avenue, Novato, CA 94945 (415) 892-4763 FAX: (415) 892-4502 CSW/Stuber-Stroeh Engineering Group, Inc. RE: SECOND STREET WIDENING Dear Andy: We appreciate meeting with you and the other members of your staff on January 15, 1998 to discuss the Second Street widening project. We have prepared this proposal for our meeting of February 4, 1998 to further define the project. The following outline is our understanding of the Scope of Services which the City would like CSW/Stl and the other members of our team to complete. CSW/Stuber-Stroeh plans to complete this work in association with Harding Lawson and Associates, DKS Associates and SWA Associates. Harding Lawson and Associates (HLA) and SWA are currently working with us on the Fair, Isaac project, which is adjacent to two of the blocks on the south side of the proposed widening. HLA is familiar with the contamination issues associated with the site. They have the personnel and expertise to address both the hazardous or contaminated soils, as well as the geotechnical parameters which exist on the site. SWA has developed the landscape concepts for both the Fair, Isaac campus and the Mahon Creek enhancement. The Second Street widening will allow SWA to continue the concept through to the Highway 101 on-ramp. DKS Associates is currently working with us and the City of San Rafael on the traffic routing project on the eastside of San Rafael in the vicinity of East Francisco and Kerner Boulevards. They will complete the traffic signalization and street lighting portions of the project. F \DATA WP6014 C.,U-7-98 870 Civil Engineers - Land Planners - Surveyors Andy Preston City of San Rafael February 10, 1998 Page 2 PROJECT BOUNDARY The general extent of work and project limits are outlined below: 350' west of Lindaro Street to Lindaro Street • add one 10' traffic lane - 46' total road width • 4'-6" planter (south side) or other acceptable solution • 5' sidewalk (depending on R.O.W. limits) (south side) 2. Lindaro Street to Lincoln Avenue • add one 10' traffic lane - 46' total road width add one traffic turn lane at approximately 200' west of Lincoln Avenue 5' planter (south side) or other acceptable solution 5' sidewalk (depending on R.O.W. limits) (south side) 3. Lincoln Avenue to Tamalpais Avenue CSW [SilZ add one (undetermined width) traffic lane - 48' total road width possible addition of one traffic turn lane (to be determined by Nader Mansourian) 5' sidewalk (south side) 4. Tamalpais Avenue to Hetherton Street add one traffic lane - width to be determined. Lanes to align with previous section. Approximately 5lanes with a 60' total road width. SCOPE OF SERVICES CSW/Stuber-Stroeh (CSW/St') and our team propose to prepare plans and specifications for the construction of improvements to widen Second Street from a point approximately 350 feet west of Lindaro Street to Hetherton Street. In general, it is anticipated that the widening will include an additional traffic lane on the south side of the street, as well as moving signals and traffic lights. We have divided our Scope of Services into three major areas. Those are: base mapping, preliminary design, and final design. Task No. 1 Base Manning CSW/St2 will complete the base map to show the following information: 1.1 Cross-sections of the street, from the face of the buildings on the north side to the fence line in back of the existing sidewalk on the south side. The cross-sections will be on 20 foot stations. 1.2 Existing topography on random stations, from back of curb on the south side to a point 25 feet south of the face of the curb. F \DATA\\VP60\4\Cor\2-3.98 870 Andy Preston City of San Rafael February 10, 1998 Page 3 CSW (Sil 2 1.3 Underground utilities and signal conduit, as marked by the City, Sanitation District, Republic Electric for railroad and signals (directed by the City), Caltrans and other utilities. 1.4 Storm and sanitary sewer structures, including rims and inverts. 1.5 A baseline at a convenient location on the north sidewalk. The baseline will be established from the existing monument line on Second Street between "A" and Lindaro Streets. The construction plans will be stationed from this line. 1.6 Additional physical features that will be located include railroad and traffic signals, West Francisco bridge, Mahon Creek, lights, water valves, gas valves, light poles, utility poles, traffic pull boxes and traffic controllers. 1.7 Research the south right-of-way line as established in the area of the railroad and the Golden Gate Transit District terminal between Lincoln Avenue and Hetherton. 1.8 The south right-of-way from the westerly line of the PG&E substation to the east side of the corporation yard will be shown based on the A.L.T.A. survey being prepared for Fair, Isaac. 1.9 DKS will research the existing signal wiring and signal interconnect facilities and prepare a separate base map showing the existing signal wiring insofar as information is available without physically digging up the street. 1.10 In order for CSW/St' to gather this information, the City will obtain access for entry to the PG&E property and provide access to the Shell gas station. The City will also contract directly with Republic Electric to mark the signal conduit prior to beginning the field survey. If necessary, the City will also provide access to the Mahon Creek area from Caltrans, the railroad and/or Golden Gate Bridge District in the vicinity of Hetherton and Second Street. The project team will contact PG&E for access to the PG&E properties. The City will assist with this, if necessary. Deliverables for this Task will include: the base map at a scale of 1" = 20' that will include the information outlined above. The map will be provided in both hard copy and an AutoCAD R. 12 diskette. Task No. 2 Geotechnical and Environmental Investigation Based on the attached letter from Harding Lawson Associates, dated February 10, 1998, HLA's tasks will include: 2.1 Geotechnical and Environmental investigation and laboratory analysis. 2.2 Geotechnical Engineering and pavement design report. 2.3 Environmental reporting. 2.4 Environmental documentation. F\DATA\%VP60\4\Ccr\2-3-98 870 Andy Preston City of San Rafael February 10, 1998 Page 4 2.5 Project management and meetings. Task No. 3 Signals. Signs and Lighting Design CSW [Sil 2 In accordance with the attached letter from DKS Associates, dated February 6, 1998, the team will provide a design for the signal changes necessary to affect the widening. This task will include: 3.1 Field review of existing conditions. 3.2 Conceptual design. 3.3 Signal, Signs and Lighting plans, specifications and estimates. Task No. 4 Landscape Design Landscape design will be carried as an allowance only. Details of the landscape design requirements will be developed through preliminary design. Task No. 5 Conceptual Design The conceptual design will include the following tasks (note some of the tasks incorporate work outlined in Tasks 2 - 4, above): 5.1 Based on existing city topography and four preliminary cross sections, we will study the basic geometry of the alignment and alternatives of the monosloping the road to the north side or maintaining a crowned section throughout the widening project. 5.2 Using the map developed in Task 1, we will meet with the City to discuss our findings and project alternatives. 5.3 After completion of the Base Map in Task 1, we will prepare a 30% submittal showing the basic geometry of the proposed widening, including the curb to curb finish dimensions and the proposed striping, signage and signal layout. 5.4 Develop a preliminary realignment for the railroad signal mast arm relocation We will discuss, with Golden Gate Transit, the viability of lengthening the mast arms to cover five lanes of traffic. (Actual design and construction will be completed by a railroad contractor.) 5.5 Prepare a preliminary structural section and design parameters for a bulkhead or wall along Mahon Creek. 5.6 Prepare a preliminary design report outlining the parameters for design and include the geometric and signal alternatives, if appropriate. We will meet with the City to discuss the preliminary design report and obtain the City's concurrence prior to proceeding with final design. 5.7 Prepare a conceptual traffic control and routing plan. F IDATAMPOWCor.2-3-98 870 CSW Andy Preston [Sil 2 City of San Rafael February 10, 1998 Page 5 5.8 Prepare for and attend up to three public hearings (Design Review Board, Planning Commission and City Council). Task No. 6 Utilitv Liaison. Proiect Coordination / Mana ement 6.1 Coordinate Design Team and meet with City staff. Budget is based on biweekly coordination meetings with City staff. Anticipated number of meetings is 11. Prepare a timeline and update it on at least a monthly basis to track the various tasks and progress thereon. The timeline will be prepared using Microsoft Project software. 6.2 Coordinate our work with the design of the future undergrounding (Rule 20A) being designed by the utilities. We will meet with the following utility companies during the preliminary design process: Marin Municipal Water District, PG&E, PacBell, TCI (Cable T.V.). 6.3 Review the proposed Hetherton Street changes with Caltrans. 6.4 Work with Golden Gate Transit to prepare the application to the PUC for widening the street in the vicinity of the railroad crossing. Task No. 7 Final Plans. Specifications and Estimate 7.1 Final construction documents will be completed on a scale of 1 " = 20' in an AutoCAD R. 12 format. Plan sheets will be 24" x 36". Plans will show the geometric layout, horizontal control on a construction plan. Plans will be continually coordinated with the city with biweekly meetings (budget: 11 meetings). However we will target three "milestones" at the 60%, 90% and 100% points. Final Plans will include: 7.2 F \DATA\WP60 4Tar\2-3-98 870 7.1.1 Demolition Plan 7.1.2 Right-of-way Plan 7.1.3 Construction, Grading and Drainage Plan 7.1.4 Signing Plan 7.1.5 Striping Plan 7.1.6 Traffic Control Parameters 7.1.7 Signal Plan for each Intersection 7.1.8 Street Lighting Plan 7.1.9 Detail Plan for Mahon Creek Bulkhead, light, signal and sign foundation design 7.1.10 Structural Section, Curb and gutter details, and other necessary details 7.1.11 Interconnect Diagram Project Management: Coordination, scheduling and meetings. Andy Preston City of San Rafael February 10, 1998 Page 6 7.3 Specifications for the technical portions of the work. The specifications will follow CSI format and be inserted into the standard City of San Rafael General Conditions. 7.4 Prepare "Opinion of Probable Construction Costs." 7.5 Final Health and Safety Plan (HLA). This will be made a part of an appendix to the specifications. 7.6 Final Site Work Management Plan (HLA). This will be made a part of an appendix to the specifications. 7.7 Prepare bid sheets, 60 sets of plans and specifications and notice of bid to be issued to solicit contractors. 7.8 Attend Pre Bid Meeting. 7.9 Assist the City in administering the bid process. Answer inquiries from contractors and issue addenda as necessary. 7.10 Attend Bid Opening. Compile bid results. Task No. 8 Construction Services Consultation, testing, and monitoring to assist the City during construction are not included in this proposal. The City will handle this through a Construction Management budget that will be administered separately. CITY PROVIDED INFORMATION We will rely on the City for the following items: • Access to PG&E site. • Base mapping from prior aerial surveys in a digital AutoCAD R.12 format. • Deeds and records on the San Rafael toll road, railroad right-of-way, Caltrans boundary and other record documents pertaining to boundary issues. • Access to title company account and records. • Underground storm and sanitary sewer records for streets within the project boundary. • Coordinating Republic Electric's marking of existing signal conduits, controllers and other related facilities. • Provide temporary decontamination and waste storage area at the City of San Rafael corporation yard. F \DATA\WP60\4\Cor\2-7-98 870 Andy Preston City of San Rafael February 10, 1998 Page 7 FEES CSW [Sil 2 Based on the above Scope of Work, we have developed the following budgets. We will invoice the City on a time and expense basis in accordance with the attached Hourly Rates and Billing Policy. We will not exceed the budgets outlined below without notifying the City. Task 1.1 through 1.9 Task 1.10 Task 2 Task 3 Task 4 Task 5.1 Tasks 5.2 through 5.6 Task 6.0 Task 7.1 through 7.3 Task 7.4 Task 7.5 and 7.6 Task 7.7 Task 7.8 through 7.10 EXCLUSIONS Base Map $ 17,900 Site Access (City) $ -0- Geotechnical and Environmental (HLA) $ 56,000 Signals, Signing and Lighting (DKS) $ 39,500 Landscaping Design $ 7,000 Conceptual Design $ 2,600 Preliminary Plan (30%) $ 17,900 Utility, City, Caltrans, and Team Liaison and Coordination $ 22,700 Final Plans, Specifications and Project Management $ 59,500 Opinion of Probable Construction Costs $ 2,100 Final Health and Safety, and Site Work Management Plans Incl. in Task 2 Prepare Bid Package $ 5,300 Pre -Bid Meeting and Assistance with Bid Process $ 3,200 TOTAL BUDGET: $ 233,700 The following items are specifically not included in the proposal. If the City chooses to include these services in the future, a separate contract or change order will be negotiated to cover the expanded Scope of Work. • Underground Rule 20-A, utility relocation, and joint trench design. • Relocating utility poles • Property lines and right-of-way on the north side of Second Street. • Rebuilding curb and gutter on the north side of Second Street, except at intersections or utility feeds. • Potholing to determine depth of existing utilities and underground structures. • Traffic control for potholing and soil borings. • Work associated with U. S. Army Corps of Engineers jurisdictional area of more than 1/3 of an acre or impacts on wetland habitat. F \DATA\\VP60\4\Cort-3-98 870 CSW Andy Preston (Sil2 City of San Rafael February 10, 1998 Page 8 • Legal descriptions, Record of Survey and other documents to memorialize rights-of-way, easements or other property issues. • Any items not specifically included in the Scope of Services outlined above. Andy, we look forward to working with you, Diane, Nader and other members on your staff toward the successful completion of the Second Street widening project. Sincerely, CSW/STUBER-STROEH ENGINEERING GROUP, INC. a-VU"One"� ce)w - 121( Al Cornwell Don Curry AC:DC:sef F:\DATA\\VP60\4\C.A2-3-98 870 CSW St 2 790 De Long Avenue, Novato, CA 94945 (415) 892-4763 FAX: (415) 892-4502 CSW/Stuber-Stroeh Engineering Group, Inc. HOURLY RATES AND BILLING POLICY Effective May 15, 1997, the following hourly rates will be charged for services rendered. (Rates subject to change May 15, 1998): ENGINEERING Principal Principal Planner Senior Engineer Project Engineer IV Project Engineer III/Planner II Project Engineer II Project Engineer II/Planner Senior Designer/Project Engineer I Designer/Engineer I Designer/Engineer II Junior Designer Draftsman/Technician I Technician II Technician III Technical Typist Junior Engineer Junior Technician SURVEYING Survey Supervisor Two -Man Survey Party Three -Man Survey Party All expenses for transportation will be charged at a rate of $0.31/mile. HOURLY RATES $108.00 92.00 92.00 90.00 85.00 80.00 75.00 73.00 68.00 70.00 42.00 50.00 55.00 63.00 37.00 46.00 34.00 92.00 145.00 190.00 Filing fees, checking fees, prints, and other outside costs will be charged at cost, plus service charges at the rate of 10%. "In House" prints will be charged at cost. Billing will be monthly. Invoices are due and payable upon presentation. Interest at the rate of 1.5% per month commencing thirty (30) days after invoice date will be charged on delinquent accounts. CSW/STUBER-STROEH Engineering Group, Inc. reserves the right to suspend work on any project when invoices have not been paid within thirty (30) days after having been rendered. FADATA%WP60%F0RMS\HRRATE97.FRM Civil Engineers - Land Planners - Surveyors Rev. 5/15/97 Harding Lawson Associates February 10, 1998 02866.101BAYA Mr. Al Cornwell CSW/Stuber-Stroeh 790 DeLong Avenue Novato, California 94945 Proposal Environmental Investigations and Documentation and Geotechnical Investigations and Pavement Design Second Street Widening San Rafael, California Dear Mr. Cornwell: This proposal presents Harding Lawson Associates' (HLAs) scope of work and fee estimate for the geotechnical and environmental investigations and the environmental documentation for the planned Second Street Widening Project in San Rafael, California. The scope of work presented in this proposal is based on the scope of work presented in your draft proposal to the City of San Rafael (City) dated January 22, 1998 and modifications to that scope of work as discussed in the meeting with the City on January 23, 1998. In preparing this proposal, HLA has reviewed environmental data and the results of our recent geotechnical investigation for the adjacent Fair -Isaac Office Park project. PLANNED PROJECT The proposed widening of Second Street extends on the south side of the street for approximately 1,400 linear feet from the west end of the PG&E substation to the US 101 on-ramp, as shown in the attached Plate 1. The widening areas are underlain by several feet of fill over variable depth deposits of weak, highly compressible bay mud. The scope of work outlined below is for the geotechnical investigation and pavement design for the Second Street widening. In addition, because of the presence of polynuclear aromatic hydrocarbon containing material common in the fill material in the vicinity of the former PG&E site (i.e., the proposed Fair Isaac Office Park), the scope of work also includes an environmental investigation to evaluate the presence of contaminants in the fill materials to determine appropriate soil management and disposal options and proper health and safety procedures to follow during construction. HLA also understands that the project may potentially impact the Mahon Creek, which may be a potential wetland area. Therefore, the scope of work will include a Initial Study/Negative Declaration for the proposed project (environmental documentation). SCOPE OF WORK The purpose of our investigation will be to 1) provide geotechnical criteria for the design and construction of the pavement and appurtenant structures, 2) provide chemical data regarding the environmental condition of the fill materials that will be excavated or exposed as part of the street widening to allow for preparation of a Soils Management/Disposal Plan and a Construction Health and Safety Plan and 3) prepare the necessary environmental documentation as required by the Engineering and Environmental Services 90 Digital Drive, Novato, CA 94949 415/883-0112 Fax:415/884-3300 February 10, 1998 02866.101BAYA Mr. Al Cornwell CSW/Stuber-Stroeh Page 2 Harding Lawson Associates California Environmental Quality Act (CEQA). Our scope of services will include the following tasks: TASK 1. GEOTECHNICAL AND ENVIRONMENTAL INVESTIGATION Subtask 1.1 Site Reconnaissance, Utility Clearances, and Coordination HLA will perform site reconnaissance, utility clearances and coordination with the necessary agencies. On the basis of our recent communications with you, HLA understands that all drilling and encroachment fees will be waived and access to the Mahon Creek area will be provided by the City. Also, if traffic control is necessary along Second Street during our field operations and City assistance is not available, we will provide it at an extra cost. HLA will prepare a site specific Health & Safety Plan which designates personal protective equipment and safe work practices during field operations. Subtask 1.2 Geotechnical and Environmental Field Work The field investigation will consist of drilling 10 soil borings along the proposed path of the widening of Second Street with collection of the necessary soil samples. HLA will install geotechnical soil borings along the proposed widening route at approximately 100 to 200 foot intervals depending on accessibility, at existing or planned pavement features and appurtenant structures. The borings will be drilled using a solid or hollow stem auger and will extend through the fill and into the bay mud (estimated total depth is 8 to 15 feet below ground surface). Our field engineer will log the borings and obtain samples for physical laboratory testing. In addition, environmental soil samples will be collected from each boring for the environmental investigation to evaluate subsurface contamination. All borings will be backfilled with neat cement grout. Decontamination water and drill cuttings will be contained in 55 -gallon drums or soil bins, labeled, tested, and disposed according to applicable state and federal regulations. HLA will subcontract with a licensed waste -hauler to perform these services. We have assumed that a staging, decontamination, and temporary waste storage area will be designated by the City inside the Corporation Yard at no cost to HLA. The waste disposal plan will be discussed with the City prior to implementation and the City will be responsible for signing the waste manifests. Subtask 1.3 Geotechnical and Environmental Laboratory Analysis Approximately 30 physical laboratory tests will be performed on the soil samples to determine classification, strength, and R -values. The results of the geotechnical laboratory tests will be used for pavement design (see Task 2). For environmental laboratory tests, HLA anticipates that one soil sample from each of the 10 borings will be submitted for chemical analysis. Analytes for each sample will include total petroleum hydrocarbons as gasoline (TPHg), diesel (TPHd) and motor oil (TPHmo), benzene, toluene, ethylbenzene and xylenes (BTEX), polynuclear aromatic hydrocarbons (PAHs), and the metals cadmium, chromium, lead, nickel and zinc. Additionally, for disposal characterization purposes HLA will analyze the decontamination water for a full suite of analyses and collect one composite sample from the borehole cuttings to be analyzed for reactivity, corrosivity and ignitability. Samples will be analyzed on a standard two week -turnaround at a state certified laboratory. Results of the contamination evaluation will be used to evaluate disposal options for soil generated during boring installation and the construction phase of the road widening project and to prepare the Construction Health and Safety Plan (see Task 3). February 10, 1998 Harding Lawson Associates 02866.101BAYA Mr. Al Cornwell CSW/Stuber-Stroeh Page 3 Task 2. Geotechnical Engineering and Pavement Design Report On the basis of the results of our geotechnical investigation, laboratory testing, and engineering analyses, we will develop conclusions and recommendations regarding the following: • Site preparation and grading including requirements for import and/or on site fill quality and compaction. • Flexible or rigid pavement, as appropriate, pavement thicknesses, base rock thickness and compaction, and subgrade preparation and compaction. Design parameters will be based on the subsurface conditions encountered and on traffic indices provided by the City using Caltrans design specifications. • Trench excavation support and bedding and backfill materials and compaction requirements for underground utility trenches. • Geotechnical design parameters for new pole foundations and Mahon Creek bulkhead or wall upgrade. We will consult with the design team during our investigation to provide timely design information. Upon completion of our investigation and design analysis, we will present the results of our work in a draft written report for your and the City's review and comment. We will incorporate the comments and issue a final report. Task 3. Environmental Reporting Soil Management Plan HLA will prepare a Soil Management Plan for the soil and other material (e.g. existing pavement) removed from the street right of way during construction that summarizes site conditions, our observations, soil and material stockpile sampling procedures, results of the chemical analysis, and conclusions and recommendations regarding soil and material disposal options. The plan will also describe soil handling procedures to be used during the construction phase of the road widening activities, including general grading operations and the management of the potentially contaminated soil encountered during road widening and utility trench excavation and installation. A draft plan will be prepared for your review and comment. A final report will be issued upon incorporation of comments. Construction Health and Safety Plan HLA will prepare a project specific Construction Health and Safety Plan that prescribes specific safety measures to be followed during construction that are in accordance with appropriate federal, state, and City regulations. The plan will be designed to protect the health and safety of the construction workers and the public. February 10, 1998 02866.101BAYA Mr. Al Cornwell CSW/Stuber-Stroeh Page 4 Task 4. Environmental Documentation Initial Study/Mitigated Negative Declaration Harding Lawson Associates Pursuant to the State of California Public Resources Code and the "Guidelines for Implementation of the California Environmental Quality Act of 1970" as amended to date, a Draft Initial Study/Negative Declaration will be prepared for the project. If significant project -related impacts are identified, a determination will be made to prepare a Mitigated Negative Declaration. The Mitigated Negative Declaration will include appropriate mitigation measures that reduce significant project -related impart to less than significant levels. Task 5 Project Management Meetings and Geotechnical Review of Plans and Specs HLA will provide project management activities including tracking the progress of the project from technical schedule and budget perspectives. Activities will include coordination with CSW/St2, the City, and other team members, administration and invoice review, and meetings. We budgeted that HLA would be attending up to four meetings with City staff, one public meeting and one regulatory agency meeting. HLA will also perform a geotechnical review of your final plans and specifications upon the completion of the final design. ESTIMATED FEE AND SCHEDULE We will provide our services on a time -and -expense basis in accordance with the attached Services Agreement and Schedule of Charges. We estimate that our fee for the scope of services described above will be $ 51,000. A breakdown of the fee estimate by task is provided below. As requested, the field investigation has been broken out into geotechnical and environmental: Task 1. Geotechnical and Environmental Investigation Fee Assumptions: Task 1 (Field Investigation) fees include the cost for utility clearances, waste disposal of the soil cuttings and decontamination water, and rental of the drilling rig for one mobilization/demobilization event. Waste disposal cost are estimates; actual cost will vary based on the results of waste characterization. Task 4 (Initial Study/Mitigated Negative Declaration) fee assumes the following: • A Draft Initial Study/Negative Declaration and Final Initial Study/Negative Declaration will be prepared for the proposed project. and Laboratory Analysis $ 21,200 (Geotechnical Investigation and Laboratory Analysis) $ 10,300 (Environmental Investigation and Laboratory Analysis) $ 10,900 Task 2. Geotechnical Engineering and Pavement Design Report $ 9,100 Task 3. Environmental Reporting $ 9,500 Task 4. Environmental Documentation $ 4,300 Task 5 Project Management and Meetings and Geotech Review of Plans and Specs $ 6,900 Fee Assumptions: Task 1 (Field Investigation) fees include the cost for utility clearances, waste disposal of the soil cuttings and decontamination water, and rental of the drilling rig for one mobilization/demobilization event. Waste disposal cost are estimates; actual cost will vary based on the results of waste characterization. Task 4 (Initial Study/Mitigated Negative Declaration) fee assumes the following: • A Draft Initial Study/Negative Declaration and Final Initial Study/Negative Declaration will be prepared for the proposed project. February 10, 1998 02866.101BAYA Mr. Al Cornwell CSW/Stuber-Stroeh Page 5 Harding Lawson Associates • Potential impacts of the project are limited to biological resources (wetlands) and construction impacts related to air quality, traffic/circulation, and noise. All other resource areas are assumed to have no impacts. • For costing purposes, comments on the Draft Initial Study/Negative Declaration are limited to 10 written comments. HLA will provide written comment responses for each comment received. For purposes of this cost estimate, it is assumed that no additional analysis will be needed to respond to comments. o CSW Stuber-Stroeh will provide a base map of the project site in electronic format containing topography (at 1 foot contour intervals), roadways, and locations of structures such as fences and utility poles. • A Preconstruction Notice to the Corps will not be required. This fee estimate does not include services during construction. We will be pleased to prepare a proposal for geotechnical services during construction at the appropriate time; however, we suggest that $ 35,000 be allocated for preliminary budgeting purposes. An estimate for environmental support during construction can be provided after the results of the chemical analyses have been reviewed. We anticipate that we can perform the scope of work described, assuming readily available drilling equipment and site access, within eight weeks of our notice to proceed. HLA appreciates the opportunity to provide you with this proposal and looks forward to working with you on this project. If you have any questions or comments, please contact Janet Peters at (415) 884-3103 or Keith Bergman at (415) 278-2109. Yours very truly, HARDING LA SOCIATES Janet Peters, R.G. Jei 'cipal Geologist h H. ergman, P.E. cipal Engineer JP/NS/KHM/1kaK50935.PRaJP Attachments: Services Agreement Schedule of Charges Exhibit A Harding Lawson Associates dal�i_1 Schedule of Charges for CSW/Stuber-Stroeh Engineering Group, Inc. 5% Discount Rate Professional Staff Engineer and Scientist $ 72.00/hour Services Proiect Engineer and Scientist 86.00/hour Senior Engineer and Scientist 105.00/hour Associate Engineer and Scientist 129.00/hour Principal Engineer and Scientist 148.00/hour Consulting Vice President 176.00/hour Technical Clerical $ 53.00/hour Services Technical Word Processor 57.00/hour Drafter/CAD Operator 62.00/hour Proiect Administrator/Proiect Coordinator 62.00/hour Technical Editor 62.00/hour Field Technician 57.00/hour Senior Field Technician 67.00/hour Contract Labor From time to time, Harding Lawson Associates retains outside Professional and Technical labor on a temporary basis to meet peak work load demands. Such contract labor will be charged at regular Schedule of Charges rates. Litigation Expert testimony in depositions, hearings, mediation, and trials will be charged at 200% of the Support above rates. Travel Time Travel time will be charged at regular hourly rates, for actual time involved. Equipment CADD/Microcomputer $ 25.00/hour Personal Computer 25.00/hour Truck and Field Test Equipment 15.00/hour 4 -Wheel Drive Truck 15.00/hour 1/2- to 1 -Ton Pickup Truck 10.00/hour Automobile .31/mile Geophvsical Equipment Separate Schedule Geotechnical & Environmental Monitoring_ Ea_uip_ ment Separate Schedule Other Computer Services Separate Schedule Outside Rental of equipment not ordinarily furnished by Harding Lawson Associates Services and all other costs such as special printing, photographic work, travel by common carrier, subsistence, subcontractors, etc. cost + 15% Communication In-house costs for long-distance telephone, telex, telecopier, postage, & Reproduction and reproduction. 5% of Labor charges Terms Billings are payable upon presentation and are past due 30 days from invoice date. A finance charge of 1.5 percent per month, or the maximum amount allowed by law, will be charged on past -due accounts. Harding Lawson Associates makes no warranty, either expressed or implied, as to its findings, recommendations, specifications, or professional advice except that they are prepared and issued in accordance with generally accepted professional practice. LK50935.PRO 714-648-0402 DKS ASSOC - O.C. 681 P02/06 FEB 06 '98 17:08 DIGS Associates I. PROJECT UNDERSTANDING This project consists of • Modifying Existing Traffic Signals at the following intersections: — Second Street a@ Lindaro Street — Second Street @ Lincoln Avenue — Second Street @ Tamalpasis Avenue — Second Street @ Hetherton Street o Designing Street Lighting Improvements along: — Second Street from A St. to Hertherton St. 2. SCOPE OF WORK Task 1. Field Review of Existing Conditions Office Data DIGS will collect data from the city, including any as -built plans, aerial photos, city -held utility data, right -oaf --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. This visit will also include identifying and locating drainage inlets, right-of-way lines, signs, lane striping, curb -to -curb widths, sidewalk and planting strip widths, pavement conditions and inventory of existing pull boxes, number of conduits and wire sizes and condition. CSW CStj2 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 developed by CSW [St12 to prepare the traffic signals and street lighting design. Products: ,File with record documents for project area. Binder with existing conditions photos for project area Second Street Lighting and Signa! 1 February 8, 1988 tD"gn 714-648-0402 DKS ASSOC - O.C. 881 P03/06 FEB 06 '98 17:08 DKS Associates Task 2. Conceptual Design As a major part of the conceptual design phase of the project, DKS will use the base maps prepared by CSW [St]'. Two conceptual designs will be prepared: one street lighting plan and one traffic signal plan for each intersection. All sheets will be prepared in 1"=20' scale drawings in AutoCAD version 12 format. Preliminary street lighting plans will be prepared for the widen section of Second Street. Included in the street fighting plan will be the traffic signal interconnect design. Plans will show street light poles, separate conduits for traffic signal interconnect and street lighting and pull box spacing. All poles will be located with station and offset. Identify service points and cabinet locations and service applications. Include number on plans_ The conceptual traffic signal plan will identify phasing, signal head placement, controller placement, conduits, interconnect conduit, pull boxes, 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 aimmmariae 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 plant) 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: Conceptual street lighting plans. Conceptual Traffic signal layout plans. Specifrcations in outline form. Task 3. Plans, Specifications, and Estimates (PS&E) Preparation DKS will prepare plans, specifications and estimates (PSBtE) for the construction of the proposed traffic signals and street lighting improvements. Second Street Ughting and Signal 2 February 8, 1998 Design 714-648-0402 DKS ASSOC - O.C. 881 PO4/06 FEB 06 '98 17:08 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. The plans will be submitted to city staff for review at the 60 percent and 90 percent stages. 60 Percent PS&E Preoaration. 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. We will get confirmation of service locations for each traffic signal. The draft specifications will be prepared using the specifications used in previous City of San Rafael traffic signal projects. The boilerplate for the specifications will be completed by others_ The full text of the SSPs will be provided with hand marked edits. A detailed cost estimate will be prepared. Products: Written response to 30% review comments. All plan sheets essentially complete in AutoCAD format. Draft specifications, (with hand edits of City Specifications). Detailed cost estimate listing quantities and costs Multiple sets of the package for yoty' review. 90 Percent PS&E Preparation 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. Products: Written response to 60% review comments All plan sheets complete in AutoCAD format ready for Caltrans review. Final speci fr`cations in City Format: Final cost estimates listing quantiles and costs Multiple sets of pkms, spec ficahons and estimates for review to CSW [St]Z. Final Plan Prenaration 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&E bid package ready for reproduction AutoCAD drawing files for approved plans. Second Street Lighting and Signal 3 February 8, 1998 Design 714-648-0402 DKS RSSOC - O.C. 881 P05/06 FEB 06 198 17:09 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 During Construction. Biddine 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. Project Assumptions This scope of work and project budget has been prepared under the following assumptions: • CSW [St]2 will supply base map in the form of AutoCAD version 12 file. • CSW [St]2 will supply right-of-way/property line information. • Traffic Count Data will be supplied by the city. • Any ground survey will be performed by CSW [St]Z. • Any revisions and/or modifications to the existing drainage systems will be performed by CSW [St]2. • Special Provisions from previous City traffic signal projects will be used. • DKS will use the same utility contacts used for previous projects. • All work performed under this project will be covered under one contract. • The DKS plan set will consist of the following sheets: • Street Lighting and Interconnect Plans at 1"--20' (six sheet) • Traffic Signal Plans at 1"=20' (eight sheets; two sheets per signal) 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 signinng 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 Second Street Lighting and Signe! 4 February 6. 1998 Das4n 714-648-0402 DKS ASSOC - O.C. 881 P06/06 FEB 06 '98 17:09 DKS Associates 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 fauy understands the city's PS&E 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 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 EnZineerinGrouu. Iae. 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?. 4. RESOURCE ALLOCATION AND ESTIMATE© FEE The proposed budget for this project is $36,000. The attached table provides a detailed description of our proposed resource allocations and associated fee. The table shows a task- by-task askby-task breakdown of project staffing and total estimated fee for the project. Second SfiW Ughft and Signal 5 February 9, 9998 Qeslgn