Loading...
HomeMy WebLinkAboutCC Resolution 9380 (Design Traffic Signal Interconnect; Fourth St.)FOIZOWS: RESOLUTION NO. 9380 A RESOLUTION AUTHORIZING THE SIGNING OF AN AGREEMENT WITH DHS ASSOCIATES FOR DESIGN OF TRAFFIC SIGNAL INTERCONNECT FOR FOURTH STREET AND FIFTH AVENUE, SAN RAFAEL THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES AS The Director of Public Works and the City Clerk are hereby authorized to execute, on behalf of the City of San Rafael, an agreement with DKS Associates to provide design services as described in the attached agreement entitled: "Agreement for Professional Engineering Services with DKS Associates for Fourth Street and Filth Avenue 71affic Signal Interconnect" which is hereby made a part of this resolution. 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 Monday, the 19th day of June, 1995, by the following vote, to wit: AYES: COUNCILMEMBERS• Cohen, Heller, Phillips, Zappetini and Mayor Boro NOES: COUNCILMEM 3ERS: None ABSENT: COUNCILMEMBERS: None JEAD Nz M. LEONCINI, City Clerk q r City of San Rafael * Department of Public Works AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES WITH DHS Associates FOR Fourth Street and Fifth Avenue Traffic Signal Interconnect I. Introduction A. Date of Agreement 5 This AGREEMENT is made and entered into this 19 day of June 1995 by and between the City of San Rafael, a municipality in the County of Marin, State of California (hereinafter called CITY) and DKS Associates (hereinafter called CONSULTANT). B. Names and Addresses of Agreeing Parties City of San Rafael Dept. of Public Works P. O. Box 151560 San Rafael, CA 94915 1560 DKS Associates 1956 Webster Street Suite 300 Oakland, CA 94612 C. Location and Description of the Project This project is located in Downtown San Rafael. The project consists of concept refinement, preliminary engineering, and final design tasks involved in improving the traffic flow progression, upgrade, and Interconnect the traffic signals. The name of the project is " Fourth Street and Fifth Avenue Traffic Signal Interconnect" (hereinafter called PROJECT). II. Agreement A. Description of Work to be Done In accordance with this AGREEMENT, the CONSULTANT agrees to provide professional engineering services for tasks described in marked Exhibit "A", attached hereto and incorporated herein by this reference; Fourth Street and Fifth Avenue , City of San Rafael, Scope of Services for Concept Refinement, Preliminary Engineering, and Final Design. B. Time of Beginning and Completion Execution of this AGREEMENT by the CITY will be authorization for the CONSULTANT to proceed with the work described in Exhibit "A" . The services for PROJECT are to be completed within two years from the date of this AGREEMENT and may extended as the scope of work changes upon mutual AGREEMENT of both the CITY and the CONSULTANT. C. Compensation For the payments specified herein, which the CITY agrees to make, the CONSULTANT will undertake the above noted work. Payment for professional engineering services will be made on a time and materials basis as follows: 1. The CONSULTANT shall receive payment based on salary cost multiplied by a factor of 2.1' plus Direct Expenses for services rendered set out in Exhibit "A". 2. The total payment made for any individual work task will not exceed the amounts shown on the AGREEMENT, set out in Exhibit "A", without prior authorization by the CITY. 3. CONSULTANT'S professional service fees shall be invoiced on a monthly basis. 4. Payments made by the CITY shall be made within 30 days of receipt of invoice. DUPLICATE ORIGINAL A Record Retention The CONSULTANT'S records will be retained for inspection by State, FHWA, CITY, or their duly authorized representatives for a period of at least three years after final payment to the CONSULTANT. E. Cost Principles Allowable elements of cost are governed by the Federal Acquisition Regulations in Title 48, CFR 31. F. Miscellaneous Provisions 1. Covenant Against Contingent Fees The CONSULTANT warrants that he/she has not employed or retained any company or person, other than a bona fide employee working for the CONSULTANT, to solicit or secure this AGREEMENT, and that he/she has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award of formation of this AGREEMENT. For breach of violation of this warranty, the CITY shall have the right to annul this AGREEMENT without liability, or at its discretion to deduct from the AGREEMENT price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 2. Design Standards The standard of care applicable to the CONSULTANT'S services will be the degree of skill and diligence normally employed by professional engineers or CONSULTANT performing the same or similar services at the time of the CONSULTANT'S services are performed. The CONSULTANT will re perform any services not meeting this standard without additional compensation. 3. Documentation The CONSULTANT will document the results of the work to the satisfaction of the CITY as defined in the AGREEMENT. 4. Ownership of Documents Tracings, plans, specifications, and maps prepared or obtained under the terms of the AGREEMENT will be delivered to and become the property of the CITY, and basic survey notes and sketches, charts, computations, and other data prepared or obtained under such AGREEMENT will be made available , upon request to the CITY without restriction or limitation on their use. 5. Patent Rights Applicable patent rights described in 41 CFR 1-9.1 regarding rights to inventions are included in this AGREEMENT. 6. Copvrights The CITY may permit copyrighting reports or other AGREEMENT products. If copyrights are permitted, the FHWA shall have the royalty -free non-exclusive and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use, the work for government purposes. 7. Changes in Work This AGREEMENT may be modified, as necessary, for the successful and timely completion of the services to be provided. Any alteration shall be expressed in writing, as an amendment to this AGREEMENT, and shall be executed by both parties. Amendments to Exhibit "A", may be made by mutual AGREEMENT, in writing, signed by CONSULTANT and the Director of Public Works, or the Director's appointed representative. 8. Delays and Extensions Extension of time due to unavoidable delays will be given for a mutually agreed upon time. Corresponding warranted adjustments in payment will also be considered. 9. Termination or Abandonment Either party may terminate this AGREEMENT by giving other party thirty (30) days written notice. In the event of termination, CITY shall pay CONSULTANT all sums then due and unpaid as of the date of receipt of notice. Payment by CITY of such compensation shall be considered full and final settlement for all work performed by the CONSULTANT under this AGREEMENT. All completed reports and other documents and materials described in Exhibit "A" shall become the property of the CITY. 10. Remedies If the CONSULTANT is non-compliant or non-responsive in performing the work in accordance with the AGREEMENT, the CITY may terminate the AGREEMENT as provided in provision 9, "Termination or Abandonment" of this AGREEMENT. 11. Disputes All claims or disputes between the CITY and the CONSULTANT relating to this AGREEMENT shall be decided by arbitration pursuant to the current provisions of the California Code of Civil Procedure and any successor statutes. The decision of the arbitrator shall be final and binding on the parties. In Interpreting the provisions of this AGREEMENT, the arbitrator may make an award of costs and fees, including attorney's fees necessitated by arbitration. 12. Responsibility for Claims and Liability CONSULTANT shall indemnify, defend and hold the CITY harmless from and against liability arising from CONSULTANT'S negligent acts, errors, or omissions in performance of the work, or for the Consultant's willful or intentional misconduct relating to activities carried out pursuant to or in connection with this AGREEMENT. 13. General Compliance with Laws and Wage Rates The CONSULTANT shall comply with prevailing wage rates and their payment in accordance with California Labor Code, Section 1775 , and all other Federal, State, and County laws and ordinances applicable to the work. 14. Subcontractors. Assignment and Transfer All subcontracts in excess of $25,000 in cost shall contain all required provisions of this contract. No subcontracting, assignment or transfer of any of the work except as otherwise provided for in this AGREEMENT will be allowed. 15. Consultant's Endorsement of PS&E/Other Data The responsible CONSULTANT/engineer shall sign all plans, specifications, estimates (PS&E) and engineering data furnished by him/her and where appropriate, indicate his/her registration number. 16. Disadvantaged Business Enterprise Considerations The CONSULTANT must give consideration to DBE Firms as specified in 23 CFR 172.5(e). 17. Government Code Section 7550 The CONSULTANT is obligated to adhere to Government Code Section 7550 relating to documents or written reports prepared by the CONSULTANT, as follows: "Any document or written report prepared for or under the direction of a State or the CITY, which is prepared in whole or in part by non -employees of such Agency, shall contain the numbers and dollar amounts of all contracts and subcontracts relative to the preparation of such document or written report; provided, however, that the total cost for work performed by non -employees of the agency exceeds five thousand dollars ($5,000). The contract and subcontract numbers and dollar amounts shall be contained in a separate section of such document or written report. When multiple documents or written reports are the subject or product of the contract, the disclosure section may also contain a statement indicating that the total contract amount represents compensation for multiple documents or written reports." 18. Independent Contractor It is understood and agreed that the CONSULTANT is, and at all times shall be, an independent contractor and nothing contained herein shall be construed as making the CONSULTANT, or any individual whose compensation for services is paid by the CONSULTANT, an agent or employee of the CITY, or authorizing the CONSULTANT to create or assume an obligation for or on behalf of the CITY. 19. Insurance During the term of this AGREEMENT, CONSULTANT shall provide automobile, worker's compensation, health, personal liability, and such other insurance as it desires to protect itself, its employees and subcontractors, at its own expense. 20. Direct Expenses The CONSULTANT'S Direct Expenses are those necessary costs and charges incurred for the PROJECT Including, but not limited to: (1) the direct costs of transportation, meals and lodging, mail, subcontracts and outside services; special CITY approved PROJECT specific insurance, letters of credit, bonds, and equipment and supplies; (2) the CONSULTANT'S current standard rate charges for direct use of the CONSULTANT'S vehicles, computing systems, laboratory test and analysis, word processing, printing and reproduction services, and certain field equipment; and (3) the CONSULTANT'S standard project charges for special health and safety requirements of OSHA and telecommunications services. 21. Salary Costs The CONSULTANT'S Salary Costs, when the basis of compensation are the amount of wages or salaries paid to the CONSULTANT employees for work directly performed on the PROJECT plus a percentage applied to all such wages or salaries to cover all payroll -related taxes, payments, premiums, and benefits. M. Signatures IN WITNESS WHEREOF, CITY and CONSULTANT have caused their authorized representatives to execute this AGREEMENT the day and year first written above. ATTEST: Jr. E4 . City Clerk i CIT OF AN RAFAE b4,.64�1 BERN I Director of Public Works CONSULTANT: DHS Associates 0 • 2-Z Warren Tighe Principal Attachments (4) 1. Exhibit "A"- Scope of Services from Consultant 2. Resolution No. 9380, City of San Rafael 3. Exhibit "B" - Certification of Consultant 4. Exhibit "C" - Certification of Local Agency Scope of Work Project Description This demonstration project consists of designing, construction and evaluating a " spread spectrum" radio interconnect system for seventeen (17) signalized intersections on Fourth Street and Fifth Avenue. At least fourteen (14) of these intersections will require replacement of the existing traffic signal controllers and cabinets. The installation of pedestrian signal heads and appurtenant equipment will be included in the project where needed. Task 1. Project Management DKS Associates (hereafter referred to as DKS) will assist city staff in management of the project by maintaining up -t^ dote v;.r sions of the follo-Mng: • Project schedule showing planned and actual progress. • Written progress reports. • Action item lists. • Project contact listings. • Project files. DKS will work with city staff to identify what actions are needed, who is responsible, and when then these actions must be completed. Follow up will be conducted to ensure that all actions are completed on schedule. DKS will communicate with city staff and other involved parties (e.g., Caltrans) as needed to ensure that all are kept fully informed and coordinated in their efforts related to the project. DKS will immediately bring to the attention of city staff issues that need resolution and help devise solutions. DKS will prepare a formal project progress report each month for use by city staff to brief the city manager and other city officials on the status of the project. Informal progress reports will be prepared to city staff to guide discussion during coordination meetings that will be held monthly during periods of continuous activity. A meeting will be held with city and Caltrans staffs to get the project underway. At this meeting, the lines of communications and responsibility will be reviewed; tentative dates for project meetings and progress reports will be set. Products; Detailed project schedule. Progress reports. Project contact list. Agreement on Caltrans process. San Rafael Signal Interconnect Page 1 of 11 DKS Associates Q: N 19419I.007871K7GSCPO.DOC 616195 I Task 2. Progress Meetings DKS will prepare notices, agendas and minutes for a series of progress meetings (for a maximum of eight such meetings). It is expected that all key project staff and involved agencies will attend. The meeting minutes will be ready for review within two days of the meeting. Progress meeting dates may be adjusted to coincide with important project milestones. Products: Meeting notices, agendas and minutes. Task 3. Data Collection ` i� ,ec%-g,nize t1m. imFurti.;.ce of three kinds of data that are be collec«-d: office, rt;ht-oi w1y, and field data. Office Data DKS will collect data from the city in the form of as -built plans, aerial photos, city held utility data, right-of-way data, signal timing information, vehicle volumes and other important data available from the city offices. Office data to be collected from other entities includes data from the utility companies that have facilities in the project area. Field Data The bulk of the data collected will be field data. This data will include an investigation of the existing conduits and signal wiring, preparation of a field inventory of signal equipment, and photographs of the signal installations. As part of the field work, the locations of the existing utility facilities as specified on the Marin Municipal Water District Plans for the water main replacement on Fourth Street will be reviewed so that potential conflicts between these facilities and the new signal equipment can be identified and addressed. DKS will retain Republic Electric, the city of San Rafael's signal maintenance provider to assist with the field investigation of the signal conduits and wiring. Republic Electric's scope of work for this task will include working under the direction of DKS staff to identify existing traffic signal conduit and conductor runs within the 4th Street and 5th Street project study areas. Republic Electric is to provide one electrician and one maintenance truck for this task. San Rafael Signal Interconnect Page 2 of 11 DKS Associates Q: U 194194XO7871 KX SCP4.DOC 66/95 11: Richt-of-Wav (ROW) Data Right-of-way (ROW) data will be obtained from city of San Rafael CAD files as well as from information contained in the Marin Municipal Water District plans titled Fourth Street Pipeline Replacement Project. This data will be the basis for a right-of-way certification as required by Caltrans. Products: File with record documents for project area. Binder with existing conditions photos for project area. Sketch plans of existing project signals that includes conduit routing, wiring, and controller details. Updated inventory of signal equipment. Working paper describing existing conditions for project signals. Task 4. Provide Assistance to Develop Signal Timings DKS will be available (for the project signals): to answer technical questions regarding the development of traffic signal timings, to help in troubleshooting the traffic signal timing plans that will be prepared by city staff, and to assist in the translation of the coordinated signal timings from TRANSYT-717 (T7F) to signal timing cards for entry into the new traffic signal controllers. DKS will provide to city staff forms for translating the T7F signal timings to implementable signal controller timings. Product: Forms for translating of T7F signal timings to implementable traffic signal controller timings. Task 5. Install Signal Timings in Controllers and Office Test System DKS will assist city staff in the programming of the project signal controllers prior to their installation in the field. DKS project staff will be on -hand along with city staff to observe the testing of the signal system after the controllers have been programmed. The traffic signal control system supplier will be responsible for setting up the equipment for testing and for performing all testing of the signal system. The tests will be in -office tests of the signal system with all connections between computer(s), signal controllers and radio equipment as they would exist in the final office and field configurations of the system. Additionally, it is assumed that the traffic signal control system supplier will provide the facilities for conducting the tests. The system will be ready for field installation only if city, Republic Electric, DKS, and signal system/controller supplier staff members in attendance at the testing are in agreement that the equipment is ready for installation. City staff with assistance provided by DKS and the signal San Rafael Signal Interconnect Page 3 of 11 DKS Associates Q:14 19I194XO7871 MUCP4.DOC 6/6195 r EXHIBIT "A" system/controller supplier will be responsible for documenting the test procedures and test results. It is our understanding that Republic Electric will attend the testing to gain the necessary knowledge during the course of testing to conduct preventative maintenance of the traffic signal system equipment so that the equipment operates to the satisfaction of the city traffic engineer and to inspect, as an agent of the city, the integrity of the system equipment. Product: Signal system programmed, office tested and ready for field installation. Task 6. Field Fine Tune System DVS:::'.', eccist city staff in dd fine tuning signal system operations. DKS Will make at most six field visits with city staff to observe the implemented coordinated timing plans and work with city staff, with time -space diagrams and signal timing plans in -hand, to make adjustments to the timings as needed to optimize traffic flow. DKS will assist city staff in updating the signal timing cards to reflect changes made in the field. Product: Updated signal timing cards and signal system database. Task 7. Before & After Studies DKS will conduct before and after studies to ascertain system improvements. The studies will include traffic operations assessments of measures such as travel time, number of stops and vehicular delay. The studies will also include a qualitative comparison of the time and effort required by city traffic engineering and city -retained signal maintenance staff to operate and maintain the new system before and after its implementation. Product: Working paper presenting the results of the studies. Task S. Equipment Supplier Selection The work efforts in this task will be directed toward the selection of the traffic signal control system and the radio communications system for the project signals. Selection of Traffic Sienal Control Svstem DKS will review the existing traffic signal control system in the city of San Rafael. DKS will make recommendations on the features and operational requirements (i.e., selection criteria) San Rafael Signal Interconnect Pap 4 of 11 DKS Associates Q: u 194194x'078713XSCPI. Doc 616195 11: for a new or expanded system for the project signals, and assist city staff with the selection of a traffic signal control system for the project signals. It is our understanding that the new traffic signal control system will be required to operate with the existing traffic signal control system at adjacent intersections. Selection of Spread Spectrum Radio Svstem DKS will assist city staff in the selection of a spread spectrum radio communications system that best fits the signal system selected and the needs of the city of San Rafael. DKS will assist city staff in working with the traffic signal system supplier and the spread spectrum radio communications system supplier to ensure that both the radios and the signal system software/hardware operate seamlessly. Field Test of Prospective Radic Svstem As part of the spread spectrum radio system selection process, DKS will field test the prospective radio system with the selected traffic signal control system in the field in San Rafael prior to making the final radio selection. DKS staff will assist city staff in developing the field demonstration, and evaluating the test results. DKS will supply the necessary test equipment. Products: Working paper detailing the existing traffic signal control systems, and selection criteria for a new or expanded signal system. Documented field demonstration test results. Specifications for the traffic signal control system, including specifications for the spread spectrum radio system. Selection of a traffic signal control system and a spread spectrum radio communications system. Working paper discussing the proposed traffic signal control system and radio communications architecture. Task 9. PS&E Preparation DKS will prepare plans, specifications and estimates (PS&E) for the construction of the signal modifications to: add pedestrian signals heads, install new traffic signal controllers, install spread spectrum radios and radio antennas, and install new conduits and wiring for the project 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 30 percent, 60 percent, and 90 percent stages. At the 90 percent review stage, DKS will assist city staff in the submittal of the plans to Caltrans for review. San Rafael Signal Interconnect Page 5 of 11 DKS Associates Q: u 19a194X07871k7rSCPI.DOC 6/6195 Conceptual Desien The results from the controller selection process, radio path testing, communications system layouts, field inventory data and as -built information will be summarized to form the basis for the conceptual design. The conceptual design will be sketch plans showing the proposed system layout based on the above mentioned data. Products: Listing of design parameters and guidelines. Sketch plans showing proposed system layout. 30 Percent PS&E Preparation As a major part of the 30 percent plan preparation phase of the project, DKS will prepare a sc ^gar. T:is :..3p will be prc-pared from information in the city's 9. cJ suc11 ' as right-of-way plans, roadway construction plans, and AutoCAD topographic files, and from field measurements. It is anticipated that no instrumented surveying will be required. 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. These sketches will then be taken to the field by DKS staff, and while working with city staff, will be used to finalize the scope and details of the proposed project construction. This plan -in -hand field review will also be used to double check base map accuracy. At this stage, the equipment schedules and wiring schedules will not be complete. However, major details such as the concept designs for the controller cabinets will be prepared. During this stage of the plan preparation, DKS will conduct tests with the selected spread spectrum radio system to field verify radio links between all local controller antenna sites, local master antenna sites, repeater sites (if such sites are needed) and up to 10 potential system expansion sites. Products: Complete base map. Hand sketches on base map indicating major plan features. Specifications in outline form. Results of radio link tests. 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. The draft specifications will be prepared using Caltrans Standard Special Provisions (SSPs). The full text of the SSPs will be provided with hand marked edits. San Rafael Signal Interconnect Page 6 of 11 DKS Associates Q:4194194XO7871KXSCP4.DOC 616/95 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 Caltrans SSP 's). Detailed cost estimate listing quantities and costs. 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. the plans and specifications will b:: based upor, he `altrons Standard Specifications and Standard Plans dated July 1992. All PS&E details and information will be complete and ready for Caltrans review. The plans will essentially be complete and ready for bidding. DKS will assist the city in gaining Caltrans approval of the PS&E package. Products: Written response to 60% review comments. All plan sheets complete in AutoCAD format ready for Caltrans review. Final specifications (edits of Caltrans SSPs). Final cost estimates listing quantities al7d costs. Right-of-way certification. Utility certification. Eight complete sets of plans, specifications and estimates for review, five of which will be submitted to Caltrans. Final Plan Preparation The final edits to the plans, specifications and estimates will be made based on the Caltrans comments. The final plans will be plotted on mylar, signed and sealed, ready for bidding. Two complete reproducible sets of the final PS&E will be delivered to the city traffic engineer. Product: Two sets of the final PS&E bid package ready for reproduction. San Rafael Signal Interconnect Pagc 7 of 11 DKS Associates Q: U 194194X07871tf WSCP4. DOC 6/6/95 Task 10. Bidding 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. Task 11. Assistance During Construction DKS will be available for assistance during construction. It is our understanding that the assistance will be in the review of shop drawings and review of field conditions in support of the city inspectors. DKS skill al_.:i be avai'_abic to assist in the shop testing of the final systcrii prix; to field installation (this item is also described under Task 5 of this scope of work). Republic Electric, the city's maintenance provider, shall ensure that one of their electricians attend this testing. During this shop testing of the signal and communications systems, DKS will assist city staff' in loading the signal timing data. Entering the data in the shop prior to field installation will decrease the time required to have the signals on-line and operating after installation. DKS will assist with monitoring and field testing of the installed spread spectrum radio system. Following installation of the equipment, DKS will assist in fine tuning of the signal timing parameters and help to solve glitches that normally accompany installation of these systems. The traffic signal control system supplier shall be responsible for providing at least eight hours of training on the operation and maintenance of the system, including the spread spectrum radio interconnect. Task 12. Prepare Final Report DKS will prepare a final report that details the events of the project. Included in the report will be a discussion on the comparison of radio interconnect and the other more traditional methods to interconnect signals. The report will also contain recommendations for maintenance and future improvements to the system. San Rafael Signal Interconnect Page 8 of l 1 DKS Associates Q: 4194194XO7871;4XSCP4.DOC 6(6(95 1 W14 Ib .011 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. • 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. • An instrumented survey will not be required. • Republic Electric will provide 40 hours of assistance with the field investigation. • City staff will supply existing signal timing cards. • City staff will perform signal timing optimization using their existing QUICK -7F database files from the most recent FETSIM project. • City staff will supply city Siandard Plans and city Standai d Specifications. • Caltrans Standard Special Provisions will be used. • City staff will supply contract boiler plate. • The Contractor will supply traffic signal control system testing facilities. • City staff will supply as -built signal plans. • Pot holing for utilities will be the responsibility of city staff. • City staff will supply as -built utility information. • The plan set will consist of the following sheets: 1. Cover sheet. 2. Caltrans standard plan sheets (2 sheets). 3. Layout for any civil improvements or utility relocations. 4. Construction area signs. 5. Signal plans (two sheets per intersection). 6. Signal details (Controller cabinet details) 7. Signal details (Antenna details, Pole modification details) 8. Repeater site plans 9. Repeater site details San Rafael Signal Interconnect Page 9 of 11 DKS Associates Q: U 194194X07871HWSCP4.DOC 6/6(95 Cost Price Proposal City of San Rafael - Fourth & Fifth Avenue Signal Interconnect TASK 1: Project Management TASK 2: Progress Meetings TASK 3: Data Collection TASK 4: Signal Timing TASK 5: Install & Test Timings TASK 6: Field Fine Tune System TASK 7: Before & After Studies TASK 8: Equipment Vendor Selection TASK 9: PS&E Preparation Conceptual Design Q 30% Plans 60% Plans O U 90% Plans Final Plan Preparation TASK 10: Bidding Assistance TASK 11: Assistance During Construction TASK 12: Prepare Final Report I Total Hoursl 121 1621 1141 2961 641 321 881 281 796 San Rafael Signal Interconnect Page 10 of 11 DKS Associates Q:'A V94:94.1'0:8:1uXSCP4. DOC 6/6/95 .c Q O U _C Q C W O H c (D C.) « c W Q m Mn O W C M C O N Q .EL t5c UU c ` a� E (D C o_ o_ w d o V m o U o O Total 8 401 1 1 1 601 16 124 401 8241 1 1 8 80 1 1 81 32 41 1 44 1 1 81 8 1 1 16' 1 81 1 161 1 1 241 I 1 241 1 1 1 1 24 1 121 24 1 81 1 441 1 81 12' 241 1 81 1 521 1 1 1 81 1 201 I 1 1 41 1 1 1 1 321 1 161 401 401 1 41 ! 1001 1 81 8241 1 41 I I 44 1 81 41 241 1 81 1 1 44 41 8I 41 241 1 81 1 1 48 1 21 21 41 1 1 41 1 12 1 81 201 201 1 1 41 1 52' 1 161 81 241 1 1 41 41 561 121 1621 1141 2961 641 321 881 281 796 San Rafael Signal Interconnect Page 10 of 11 DKS Associates Q:'A V94:94.1'0:8:1uXSCP4. DOC 6/6/95 r Direct Labor Cost Price Proposal Auto Travel Airfare (Round trip from LA) Per Diem Lodging Copies (Estimated Cost) Phone & Fax (Estimated Cost) Total Other Direct Costs SUB TOTAL Fee TOTAL COST San Rafael Signal Inlerconnec! Q: W 194194x"07871;4 KSCP4. DOC $/mile $ 0.30 $/trip $ 150.00 $/Day $ 30.00 $/Day $ 90.00 10% Page 11 of 11 Miles 700 $ Trips 3 $ Days 10 $ Days 10 $ $ Total 604.68 5,292.54 5,130.00 8,471.52 512.00 665.60 1,472.24 280.00 22,428.58 560.71 :11 $ 22,989.29 $ 40,231.27 $ 16,000.00 $ 3,640.00 800.00 Hours Rate Principal 12 $ 50.39 $ Project Manager 162 $ 32.67 $ Electrical Design Engineer 114 $ 45.00 $ Design Engineer 296 $ 28.62 $ Technician 64 $ 8.00 $ Drafter 32 $ 20.80 $ Document Processor \ Accounting 88 $ 16.73 $ Office Assistant 28 $ 10.00 $ Sub Total Direct Labor Costs 796 $ Anticipated Salary Increase (5% for % of total hours) $ Total Direct Labor Costs $ 95,997.62 Indirect Costs (Overhead) Overhead Rate 175.00% Direct Costs (Except Labor) Technical Publications (Drafting WBE) Republic Electric Equipment & Supplies Radio Instrument Rental $ Total Equipment & Supplies Other Direct Costs Auto Travel Airfare (Round trip from LA) Per Diem Lodging Copies (Estimated Cost) Phone & Fax (Estimated Cost) Total Other Direct Costs SUB TOTAL Fee TOTAL COST San Rafael Signal Inlerconnec! Q: W 194194x"07871;4 KSCP4. DOC $/mile $ 0.30 $/trip $ 150.00 $/Day $ 30.00 $/Day $ 90.00 10% Page 11 of 11 Miles 700 $ Trips 3 $ Days 10 $ Days 10 $ $ Total 604.68 5,292.54 5,130.00 8,471.52 512.00 665.60 1,472.24 280.00 22,428.58 560.71 :11 $ 22,989.29 $ 40,231.27 $ 16,000.00 $ 3,640.00 800.00 $ 800.00 210.00 450.00 300.00 900.00 1,500.00 250.00 $ 3,610.00 $ 87,270.56 $ 8,727.06 $ 95,997.62 DKS Associates 616195 4 F 4 V Y [.J W N HN N N N I N N N W V W 4R N O m W Y W m 46 N 4 v N J Q m [n A y Al N Pr b a A A>> A a a a p y N (A M V7 V7 V) N V) (n N1 U3 lu m Ip 07 V OD [!1 N G 'iR -D m m m ❑ _m [p c� M C_ n N tq w CL 5 C m m m m m mn 1 v p w w 03 m o �� cn n 1° so :::::: _................r_:_........_..._:.........:........:........i............;....... :::~:: .�..�Y.._.�_.....:: .................................. .....................................: ..............." .... ....._-......... 77 .............._ -------------.--L ... .... ......................».............................. .-.�.�-...., ...... .. ....__----------- �...... ............... _..... ... . 9Nm CLCn ........................ ........"......................_..._......................................... .... » .............. *............. ❑� � Lh ❑ w (� ................. ................... .... .«............... ......_... .. :: ......... .... .._............... ._.... .......... ....... �' .......«....:....._.......................... ......_................................. ............ .. ......... i5cin I .»..................................................................................... ............... ....... ' N .............".......... "" ".." """.................. . ..................... [ V! ..................... ........... ........................... ................ .".......................... ................... ......... ............ ."...... n ��� •_ ...................«........«."....._.................:....... ...•.........................::::.......«......... .....".. a ch ................ ........_................._......................._.. ........ .... _ ...........-• ....:::: Y::.._ ..... .... ........... .... �...._;..........."....�..........._... .... .... _.. _ .......... .. ......... .... .... ...... ....._........................ ... ........... .. .....IL...CA.p N C .....................�....(............" .. .... ............................... .... ................ ' ... ......m' w �..... .... .......... _.._....._.........�......._........... ..... ..... ....» .......::................................ .......... ............... ..._...................................... ......."...... ._.._................. ... ..... — .«."................_........_........«........_. ............................. .............. .:... — ...:.. . { _ N � ....... . ......�.. ......�. r.. ............. .... ............... �._.... ...... �...................................... ..�.. ._ ...... ..................... (� ....... ................................................ .... . .... .... .... ............. .......... .... .... ......... ..... ~ �_ .......... ................ .................................. ...........................................:.........«. .... .............. .... ..... ...... ....................... .. ........ ............ ............. ... ....... j ........ _ ..................... ........................ .... .............. .... :: ---'. ..... .-...... --- .......... _ ----_.... .----- _....................._...... jN - ro Cn .......17 .._.. ...:..... ........ --.... ».. ............. ... .... ....:; .:...- •. ....... ;.. -- -- -- -- ................... _....... . .... " ..................❑ ........... ... ...........•- .............. .. ...........-- ---- ..... _ ........----- . _........... ..... - .... ........ o �........: ................................ ..._... .....:......................... . ...:........r .............. _..�................ .... ..... sa _..........:.......... .................... ...... ........:. :.........:................... _.... r.......... _............. ... ...... ..... .... ...... __....� r..". ...................:.........» .....«........:...................:.........:.... — ... ........ ._....... ..«... ....... ...... .... .... .... .... ... .... .... ......... a � 0 OS .....«................................... .......... ....... _...»....:......... ......... - N ...................«...................... .................................... ....... ...... ...................... ........ .......... .... .... .............. ......«..... ■+ ..._._......................... ......_.. ..... Y. �� ....... _ ... ..............................".....�....... ......... _................ ........... ...... [G...... " .. .... ................... ......., u� ....... ..... ......................«........ .-........ «........ ............. ».... .-._..... ............ .. ... .... .... ......_.. ....... ............ .... .... .......................... ........................... .... .... ......-.i.........;.........:....._...:ww�.... :...... Q/ to _........ ... .... ............................... .... ......«.._.. ........................... .... .... .... ................... ..... (p .............. ........................ .............. .... .... .. .............. ..« .... ..................................... ......... r S .. .... .... .... .._ .... .... .... .... .._ _ .... .... _ ................. .. .............. ..« ......... ........ . �_....r..... .................... .... .............. _ .... .... ................... .... .... _..�......... ........ ......_....... ..... u � . �.. .... .�.. ................. �... ... .............. ._.. ..................... .... ........«..... ......... ........ .......... ._.................. — r CERTIFICATION OF CONSULTANT I HEREBY CERTIFY that I am the Traffic EneineerinQ Division Manaeer and duly authorized representative of the firm of DKS Associates, whose address is 1956 Webster Street, Suite 300. Oakland. CA 94612-2939 and that, except as hereby expressly stated, neither I nor the above firm that I reuresent have: a) employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above consultant) to solicit or secure this Agreement; nor b) agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out the Agreement; nor c) paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above consultant) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the Agreement. I acknowledge that this Certification is to be furnished to the California Department of Transportation (Caltrans) in connection with this Agreement involving participation of Federal - aid Highway funds, and is subject to applicable State and Federal laws, both criminal and civil. '�-/6/'�S bate A94X0787\ccrt U. 717 L Warren A� Tighe i 1:0.#411t CERTIFICATION OF LOCAL AGENCY I HEREBY CERTIFY that I am the Director of Public Works of the Local Agency of the City of San Rafael, and that the consulting firm of DKS Associates, or its representative has not been required (except as herein expressly stated), directly or indirectly, as an express or implied condition in connection with obtaining or carrying out this Agreement to: a) employ, retain, agree to employ or retain, any firm or person; or b) pay or agree to pay, to any person or organization, any fee, contribution, donation, or consideration of any kind. I acknowledge that this Certification is to be furnished to the California Department of Transportation (Caltrans) in connection with this Agreement involving participation of Federal - aid Highway funds, and is subject to applicable State and Federal laws, both criminal and civil. 1/ , Date David M. Bernadi A94X0797%cert v a i/n� V/ 0 n ni rn cn EO WIL I Ross VAUF. art n m In T � s tt2 tU a-- N � tD y Y N IDA /D ♦ H ST L G ST +0 F ST w V, r O — c — I