Loading...
HomeMy WebLinkAboutCC Resolution 7941 (Traffic Signal Design Services)as follows: RESOLUTION NO. 7941 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE DIRECTOR OF PUBLIC WORKS TO ACCEPT A PROPOSAL FROM DKS ASSOCIATES FOR TRAFFIC SIGNAL DESIGN SERVICES THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES The Director of Public Works is authorized to accept, on behalf of the City of San Rafael, a proposal from DKS Associ- ates for Traffic Signal Design Services at the intersections of Los Ranchitos Road/North San Pedro Road, Redwood Highway/ Mitchell Boulevard, and Redwood Highway/Professional Center Parkway, a copy of which is hereby attached and by this reference made a part hereof. I, JEANNE M. LEONCINI, Clerk of the City of San Rafael, California, 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 17th day of April, 1989, by the following vote, to wit: AYES: COUNCILMEMBERS:Boro, Breiner, Frugoli, Thayer & Mayor Mulryan NOES: COUNCILMEMBERS:None ABSENT: COUNCILMEMBERS:None JEAN �.EON(�I-'ct�lerk R I G I A L 7� D S Associates 195E Webster Street, Suite 301) Oakland CA 94671 (415) 763-206•' Fax 1415% 265-1739 March 24, 1989 Mr. John Rumsey Department of Public Works City of San Rafael P.O. Boa 60 San Rafael, California 94915 Subject: Traffic Signal Design Proposal Dear Mr. Rumsey: RECEIVED MAR 27 1989 WOO== usuc wORK3 DEPT. pfTY' df O RAFA61 DEPT, OF PUS MC WOW` 11* ACI Flatus To. Asst. Dir. II offism E -1a Supt. F Yr Park SwX Senior Eno *MM EA& A89389 -01/A DKS Associates is pleased to present this proposal to perform traffic signal design services for three intersections: • Redwood Frontage Road / Professional Center Parkway; • Redwood Frontage Road / Mitchell Boulevard; • North San Pedro Road / Los Ranchitos Road. The two frontage road intersections are fully developed, with curbs and sidewalks aligned in a manner suitable for signalization. There do not appear to be any unusual difficulties associated with utilities that would complicate the design or construction. However, the third intersection will be a different case. There is existing channelization that may not be suitable for signal operation, and there is an unused railroad crossing adjacent to the intersection. The design plans and specifications for the first two intersections will be prepared in the City's standard format, and will be subject to the City's normal review process. It is understood that the third intersection will be constructed using FAU funds. It is therefore expected that the plans will need to be in Caltrans format, which typically uses more sheets than City plans, and may be subject to additional review. We believe this proposal is comprehensive and includes elements which will lead to a timely implementation. It has been prepared based on our discussions with you and direct observations at the sites. We have prepared the proposal on the basis of providing services to complete the design and specification. We have described a number of optional tasks that would assist the City in construction and initial set-up and fine tuning. Should you wish to proceed with these we would be happy to negotiate the details with you. Mr. John Rumsey March 24, 1989 Page 2 The engineering services for this project would include: coordinating with the City for concept approval; and producing final design plans, specifications, and engineer's estimate, covering signal layout, civil engineering plans and signing and striping. The optional additional tasks include: bidding assistance, construction services, and signal timing. The following sections outline DKS Associates' proposed work program, staffing, schedule and fee. WORK PROGRAM Task 1: Initial Project Design Meeting DKS Associates will meet with City staff to discuss project requirements in detail. This important meeting would allow an "across -the -table" exchange of design needs and philosophies which would aid in the development of final plans and specifications. At this meeting, current City standards, specifications, as -built drawings, utility information and other pertinent data specific to the project would be obtained. Task 2: Field Investigation DKS will conduct a field investigation of the project site and obtain pertinent design information. Field work would include verification of above -ground facilities, and photographic records of the project site. It has been DKS's experience in recent years that the preparation of an accurate base has proven to be the most difficult part of signal designs. We have recently adopted a new approach using the latest technology to improve both the accuracy and speed with which we can prepare signal design bases. We will conduct a survey using computerized survey equipment to produce an accurate topographic base file in AutoCad format. This will immediately provide a consistent base for the preparation of signal design, signing and striping, and civil engineering plans. Task 3: Preparation of Plans, Specifications and Engineers Estimate DKS will develop complete original plans, specifications and cost estimates (PSSE) for the project improvements. A three phase process will be used as follows: Phase I. Conceptual Design (30 percent completion) -- Develop and submit for City review, sketches depicting signal equipment (poles, signals, and detectors) locations, signal phase diagram, pavement marking additions and/or revisions as necessary, and in the case of Los Ranchitos/ North San Pedro, proposed new channelization, if appropriate. Phase H. Preliminary Design (60 percent completion) -- This phase of the project will begin once agreement is reached on the design concept in Phase I. Prepare and submit to the City scaled plans that include equipment and conductor schedules, project and other applicable notes and "rough" draft specifications. Comments at this phase will not contradict directions and comments received on the Phase I submittal. Mr. John Rumsey March 24, 1989 Page 3 Phase III: Final Design (100 percent completion) -- This phase will begin once a single set of non -contradictory comments have been received on the Phase II submittal. Final sealed plans and special provisions will be prepared, incorporating the Phase II comments. For each design phase, DKS will submit two sets of printed material for review by the City. The final original (mylar) plans and contract documents would be provided to the City of Santa Rosa for the preparation of contract documents. The contract documents referred to in this task are the Special Provisions which would be provided to you for inclusion with the City's standard contract. Preparation of the complete contract document and all reproduction would be the responsibility of the City. Two sets of conceptual plans will be provided to each appropriate utility company for verification of utility locations and identification of the electricity service point. It is assumed that no signal coordination is required with adjacent intersections. No provision is made in this scope of work for plans for hardwire interconnect between adjacent intersections. OPTIONAL ADDITIONAL SERVICES The following additional services are available from DKS Associates. They are described here for your future consideration, but are not included in the proposed budget. Task 4: Signal Turn -On Services - Optional If requested, DKS would prepare initial signal timing for the proposed signal "turn -on" and would be present in the field during initial turn -on. Task 5: Contract Administration - Optional DKS Associates' contract administration services, if requested, would consist of the following: • Prepare required Contract Documents, to be used for bidding and construction purposes. • Reproduce required copies of Contract Documents and distribute to prospective bidders. • Respond to bidders questions by telephone. • Analyze bids, then recommend the lowest responsible bidder. • Attend "Pre -construction" conference with contractor, and interested parties. Mr. John Rumsey March 24, 1989 Page 4 Task 6: Services During Construction - Optional It is assumed that the City will perform normal construction services. The role of DKS would be to perform periodic field observations during the most active phase, review the setting of critical dimensions, and assist the City inspector in coordination activities. DKS would perform a field review to determine if this work is in substantial conformance with the plans and specifications. MEETING Attendance at up to three meetings with the City has been included in the budget. Should it be necessary to attend additional meetings and to perform intersection analysis and prepare additional discussion materials, this would be beyond the scope of this proposal. QUALIFICATIONS DKS Associates is an established California consulting engineering firm which specializes in traffic engineering, transportation planning, and civil engineering. We offer a full range of services in the area of: • Traffic Engineering • Civil Engineering • Transportation Planning • Transit Planning DKS is a seasoned team of professionals with broad-based complementary skills. The staff at DKS includes over 75 professionals who are actively involved in traffic, transportation and civil engineering. STAFFING DKS Associates' staff has designed traffic signals similar to this project in many California cities and counties. The key staff assigned to this project will be: Warren Tighe - Principal of DKS will oversee the project, Kevin Fehon, will be project manager, and Martin Hanneman, will serve as project engineer. All three have extensive experience in traffic signal design in California, and are available for this project. 0 Mr. John Rumsey March 24, 1989 Page 5 SCHEDULE Upon receiving the executed agreement. DKS Associates will proceed to complete the design work within 60 calendar days. This allows a maximum of 10 days for review by City and other staff. Reviews by Caltrans may take a longer period, and this would extend the time required to complete the designs. FEE ESTIMATE DKS will undertake task 1 through 3 for a lump sum fee of $14,900, on the assumption that no separate civil engineering plans would be required. Should reconstruction of the islands at North San Pedro/Los Ranchitos be necessary, this would be undertaken for an additional lump sum fee of $3,000. This assumes that the work involved would be limited to curb relocation and pavement replacing the existing triangular island locations. Should drawings, irrigation, landscaping or utilities be impacted, these would be additional tasks not covered by this scope of work. We would negotiate a suitable budget with you in this case, in accordance with the rates on our attached standard fee schedule. Should you require the additional optional services of tasks 4 through 6, these would be conducted on a time - and -materials basis, subject to agreed upper fee limits to be agreed with you beforehand and in accordance with our attached standard fee schedule. DKS will invoice you every four weeks based on percent completed of the design. This offer is valid for sixty (60) days from the date of this proposal. Thank you for the opportunity to submit this proposal. if you have any questions or need clarification,, please contact Kevin Fehon or Martin Hanneman. We believe that you will find DKS's traffic signal design services to be exemplary. Sincerely, DKS ASSOCIATES A California Corporation Warren A. Tighe Principal WAT/tmh Attachment: Fee Schedule ACCEP By 1 Date Z DA D m." E ARDI Director of Public Works City of San Rafael DKS associates EXHIBIT 4 FEE SCHEDULE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 A B C D E F G H 1 J $35 40 45 50 55 60 65 70 75 80 85 90 95 100 105 110 820 25 30 35 40 45 50 55 60 65 Project expenses will be billed at cost plus 10 percent for service and handling Project expenses include project -related costs such as transportation, subsistence, reproduction, postage, telephone, computer charges and subcontractor services. All invoices arc due and payable within 30 days of date of invoice. Invoices outstanding over 30 days will be assessed a 2-1/2 percent service charge, not to exceed the maximum allowable by lau, for each 30 days outstanding beyond the initital payment period. Service charges arc not included in any agreement for maximum charges. These rates are effective June 1, 1988 and are subject to revision June 1, 1989. Expert witness charges are available upon request.