Loading...
HomeMy WebLinkAboutPW Crosswalk Evaluation PSAAGREEMENT FOR PROFESSIONAL SERVICES WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR ENGINEERING SERVICES This Agreement is made and entered into this 'l.lt day of Irgvi \ , 2018, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and KIMLEY-H RN AND ASSOCIATES, INC., a Califomia corporation (hereinafter "CONSULTANT"). RECITALS WHEREAS, the CITY has determined that professional engineering services are required in connection with the CITY project entitled "Uncontrolled Crosswalks Evaluation and Prioritization," in which uncontrolled pedestrian crossings throughout the CITY will be assesed and given recommendations for improvements; and WHEREAS, the CONSULTANT has agreed to render such services; AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: I. PROJECT COORD INA TION. A. CITY'S Project Manager. The Director of Public Works 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. CONSULTANT'S Project Director. CONSULTANT shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONSULTANT. Robert Padema, PE is hereby designated as the PROJECT DIRECTOR for CONSULTANT. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONSULTANT shall notify the CITY within ten 10) business days of the substitution. 2. DUTIES OF CONSULTANT. CONSULTANT shall perform the duties and/or provide the services described in CONSULTANT'S Proposal dated March 29, 2018, marked as Exhibit "A," attached hereto, and incorporated herein. 3. DUTIES OF CITY. CITY shall compensate CONSULTANT as provided in Paragraph 4, and shall perform the duties as described in Exhibit "A" attached hereto and incorporated herein. 4. COMPENSATION. For the full performance of the services described herein by CONSULTANT, CITY shall pay CONSULTANT on a time and materials basis for services rendered at the hourly rates shown in the Project Cost" included in Exhibit "A" attached hereto, with a total not-to-exceed amount of $114,260 for costs and services of CONSULTANT provided under this Agreement. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONSULTANT . 5. TERM OF AGREEMENT. The term of this Agreement shall commence upon the date of execution of this Agreement and end on September 30, 2018, unless the parties agree to extend this Agreement for another 90 days , as approved in writing by City Manager. 6. TERM INA TION. 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 fifteen (15) 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, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of tennination , 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 CONSULTANT and any and all of CONSULTANT'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. 7. OWNERSHIP OF DOCUMENTS . Upon completion of all work under this Agreement, ownership and title to all reports, documents, plans, specifications, and estimates produced as part of this Agreement will automatically be vested in the CITY; and no further agreement will be necessary to transfer ownership to the CITY. CONSULTANT shall furnish to CITY all necessary copies of data needed to complete the review and approval process. 8. INSPECTION AND AUDIT. Upon reasonable notice, CONSULTANT shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONSULTANT in connection with its perfonnance of its duties under this Agreement. CONSULTANT shall fully cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABILITY. 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. 2 10. INSURANCE. A. Scope of Coverage. During the tenn of this Agreement, CONSULTANT shaH maintain, at no expense to CITY, the foHowing insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, 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 dollars ($1,000,000) dollars per occurrence. 3. If any licensed professional perfonns any of the services required to be perfonned under this Agreement, a professional liability insurance policy in the minimum amount of one miHion doHars 1,000,000) per occurrence/two miHion doHars ($2,000,000) aggregate, to cover any claims arising out of the CONSULTANT's perfonnance of services under this Agreement. Where CONSULTANT is a professional not required to have a professional license, CITY reserves the right to require CONSULTANT to provide professional liability insurance pursuant to this section . 4. If it employs any person, CONSULTANTshaH maintain worker's compensation insurance, as required by the State of California, with statutory limits. and employer's liability insurance with limits of no less than one million doHars ($1,000,000) per accident for bodily injury or disease. CONSULTANT's worker's compensation insurance shaH be specificaHy endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONSULTANT in subparagraph A of this section above shall also meet the foHowing requirements: 1. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. 2. The additional insured coverage under CONSULTANT'S insurance policies shaH be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in CONSULTANT'S policies shall be at least as broad as ISO fonn CG20 01 04 13. 3. Except for professional liability insurance, the insurance policies shall include , in their text or by endorsement, coverage for contractual liability and personal il~ury. 4. By execution of this Agreement, CONTRACTOR hereby grants to CITY a waiver of any right to subrogation which any insurer of CONTRACTOR may acquire against CITY by virtue of the payment of any loss under such insurance. CONTRACTOR agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not CITY has received a waiver of subrogation endorsement from the insurer. 5. If the insurance is written on a Claims Made Fonn, then, foHowing tennination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shaH provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbreHa or excess insurance. Any umbreHa or excess insurance shaH contain or be endorsed to contain a provision that such coverage shaH also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured. 3 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY or any other additional insured party. Furthennore, the requirements for coverage and limits shall be : (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. C. Deductibles and SIR's. Any deductibles or self-insured retentions in CONSULTANT's insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONSULTANT shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance . CONSULTANT shall provide to the PROJECT MANAGER or CITY'S City Attorney all of the following : (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from CONSULTANT. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to fonn and sufficiency by PROJECT MANAGER and the City Attorney. II. INDEMNIFICATION . A. Except as otherwise provided in Paragraph B., CONSULTANT shall, to the fullest extent permitted by law, indemnify, release, defend with counsel approved by CITY, and hold harmless CITY, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees , expel1 fees and all other costs and fees of litigation , (collectively "CLAIMS"), arising out of CONSULTANT'S performance of its obligations or conduct of its operations under this Agreement. The CONSULTANT's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONSULTANT's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONSULTANT 's work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONSULTANT's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONSULTANT'S performance of or operations under this Agreement, CONSULTANT shall provide a defense to the City Indemnitees or at CITY'S option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees , incurred in defense of such claims. B. Where the services to be provided by CONSULTANT under this Agreement are design professional services to be perfonned by a design professional as that term is defined under Civil Code Section 2782 .8, CONSULTANT shall, to the fullest extent permitted by law, indemnify, release, defend and hold harmless the City Indemnitees from and against any CLAIMS that arise out of, pertain to , or relate to the negligence, recklessness , or willful misconduct of CONSULTANT in the performance of its duties and obligations under this Agreement or its failure to comply with any of its obligations contained in this Agreement, except such CLAIM which is caused by the sole negligence or willful misconduct of 4 CITY. In no event shall the cost to defend charged to the design professional exceed the design professional's proportionate percentage of fault. C. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the tennination or completion of this Agreement for the full period of time allowed by law. 12. NONDISCRIMINATION. CONSULTANT 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. 13. COMPLlANCE WITH ALL LAWS. CONSULTANT shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the pelformance of its duties and obligations under this Agreement. CONSULTANT shall perfonn all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONSULTANT 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, ordinances, codes or regulations. 14. NO THIRD-PARTY BENEFICIARIES. CITY and CONSULTANT 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. 15. 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's Project Manager: TO CONSULTANT's Project Director: Bill Guerin Director of Public Works City of San Rafael 111 Morphew Street San Rafael, CA 94901 Robert Padema, PE Kimley-Horn and Associates, Inc. 1300 Clay Street Suite 325 Oakland, CA 94612 5 16. INDEPENDENT CONTRACTOR. For the purposes, and for the duration, of this Agreement, CONSULTANT, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONSULTANT and CITY expressly intend and agree that the status of CONSULTANT, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT --AMENDMENTS. A. The tern1S 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. 8. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONSULTANT 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 CONSULTANT and the CITY. E. If any conflicts arise between the tenns 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. 18. SET-OFF AGAINST DEBTS. CONSULTANT agrees that CITY may deduct from any payment due to CONSULTANT under this Agreement, any monies which CONSULTANT owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts . 19. WAIVERS. The waiver by either party of any breach or violation of any tenn, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other tenn, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other tenn, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, perfonnance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the tenns and conditions of this Agreement, or ansmg out of the perfonnance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. CITY BUSINESS LICENSE / OTHER TAXES. CONSULTANT shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code CONSULTANT shall pay any and all state and 6 federal taxes and any other applicable taxes. CITY shall not be required to pay for any work perfonned under this Agreement, until CONSULTANT has provided CITY with a completed Internal Revenue Service Fonn W-9 (Request for Taxpayer Identification Number and Certification). 22. APPLICABLE LAW. The laws of the State of Cali fomi a 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 CONSULTANT JIM Title: Associate/ Asst. Secretary ATTEST: and BY:#U"'7~ LINDSAY LARA, City Clerk Name: Felicia Dean Title: Asst. Secretary APPROVED AS TO FORM: La~~,ltpC ROBERT F. EPSTEIN:itYAtt6~ 7 Attachment A PREPARED FOR : March 29,2018 Ms. Lauren Davini, P.E. Traffic Engineer City of San Rafael Public Works Department 111 Morphew Street San Rafael, CA 94901 1300 Clay Slreet Suite 325 Oakland , California 94612 TEL 510-625-0712 Re: Proposal for Professional Services for the Evaluation of Uncontrolled Crossings Dear Ms. Davini and members of the Selection Committee: The City of San Rafael (City) is looking to improve pedestrian safety in the City, and is looking for an experienced engineering consultant to provide evaluation and prioritization of up to fifty (50) uncontrolled crosswalks throughout the City. Kimley-Horn and Associates, Inc. (Kim ley-Horn) has years of experience successfully delivering projects which involve evaluating and designing uncontrolled crossings to local agencies throughout the Bay Area and northern California. We are confident that our highly-qualified, local team offers the right balance of project management and technical expertise required to meet your needs. Additional benefits include: We Understand the Project. The City is seeking a qualified traffic engineering consultant to identify up to 50 uncontrolled crosswalks for evaluation throughout the city, and ultimately create a prioritized list with input from the public and City staff. Kimley-Horn worked with City staff on a previous project to develop the evaluation scoring criteria and methodology for uncontrolled crosswalks that was subsequently adopted by the City. We understand the value placed by City staff and the community on the various scoring criteria through our experience on this project. Our project manager, Robert Paderna, P.E., is very familiar with City staff and the project area, and 11as extensive experience on similar pedestrian safety projects. He is supported by Frederik Venter, P.E., who will serve as our Principal-in-Charge. Familiar and Responsive Team. Kimley-Horn has collaborated extensively with the City on a wide variety of transportation planning and traffic engineering projects during our 14-year history. Our local team has worked on several recent projects with the City including the Third and Hetherton Traffic Study, Regional Transportation System Enhancements Project RTSEP). Citywide Signal Retiming Project (PASS 2011-2012 cycle), Second and Third Street Queue Cutters, and the aforementioned Pedestrian Uncontrolled Crosswalk Evaluation Study. The City can count on continuing to receive the proactive and responsive support from our team you have come to expect. It is this combination of a trusted, local partner and transportation expertise that will help us push the project forward to meet the City's desired schedule. We look forward to a continued partnership with the City, and working to identify innovative and implementable solutions while ensuring responsive and cost-effective service. Please contact Robert at 510.250.2111 or via email at robert.paderna@kimley-horn.com should you have any questions, or would like additional information about our qualifications as outlined in the Request for Qualifications (RFQ). We thank you for your consideration of our proposal. Very best regards, KIMLEY-HORN AND ASSOCIATES, INC. f-A ~ Robert Paderna, P.E. PE No. C73262 Project Manager Frederik Venter, P.E.* PE No. C64621 Principal-in-Charge Frederik Venter is authorized, on behalf of Kimley-Hom, to negotiate a contract for proposed services with the City. Kimley-Hom agrees that the sample Professional Services Agreement is acceptable as -is. Kimley») Horn Statement of Qualification s Team Qualifications Kimley») Horn Kimley-Horn is a full-service consulting firm offering comprehensive and innovative civil engineering, traffic engineering, landscape design, environmental engineering, and development review services to public agencies throughout Cali fornia. We employ more than 3,000 professional, technical, and support personnel in 82 offices from coast to coast, with 12 offices in California. Our passion for helping our public agency clients has resulted in over 90 percent of Kimley-Horn's work originating from repeat clients, which speaks to the firm's commitment to client service. Since our founding in 1967, Kimley-Horn's success has been directly related to our efforts to perform high-quality, timely services. We are proud of the excellent relationships we have built with our clients. In turn, our clients show their appreciation by selecting us over and over again as their consultant. We invite you to contact our clients and talk to them about our work history, quality of service, and whether they would again select us for similar services . N ~S NDS/ATD was established in 1989 to deliver accurate and professional solutions to their clients' n~ traffic, transit and GIS/GPS data collection. NOS has over twenty five years of successful operat ions which has established them as the foremost, full service, traffic and transit data collection company on the west coast. NOS has a team of 60 professional full time employees that ensure the successful coordination and completion of each project. With local field crews in 10 major cities, including the Bay Area, they can respond quickly to your project's needs. NOS is certified as an Emerging and Small Business Enterprise from the City of Sacramento and a Small Business Enterprise from the State of California. Relevant Experience Bicycle and Pedestrian Planning and Design We recognize the importance of planning and designing for alternative modes of transportation-whether bicycle, pedestrian, or transit. Kimley-Horn employs state-of-the-art techniques to accommodate and encourage the use of alternative transportation modes and minimize vehicular conflicts. Our team members have led numerous pedestrian and bicycle planning and design projects throughout the West. In helping to create walkable communities, Kimley-Horn applies a context sensitive deSign approach to the unique circumstances of each project. Our diverse experience in pedestrian and bikeway planning and design ranges from developing Safe Routes to School (SRTS), to designing single-intersection bike lane improvements, to preparing bicycle master plans for entire cities. We have completed many local city bicycle facility master plans, developed comprehensive statewide plans and requirements for pedestrian/ bicycle facilities, and designed over 200 miles of bicycle and multi-use trails. Our plans often emphasize connectivity with adjacent sites (or jurisdictions) and destinations. City of San Rafael TRTS95010.18 Kimley») Horn Complete Streets/Multimodal Many consultants will tell you they know a lot about Complete Streets plans-Kimley- Horn on the other hand, can tell you about them and show you successfully implemented Complete Streets projects that we have led from planning to construction nationwide. A well-designed complete street doesn't just work better; it feels better, particularly for bicyclists and pedestrians, and it looks better, with enhanced aesthetics and amenities that complement the setting and adjacent uses. Our blend of transportation planning expertise balanced by our in-house design engineers, has resulted in successful and award-winning Complete Street projects in California and across the United States. You can count on us to keep the importance of Complete Streets and other multimodal considerations in mind as we carry out your project. Safe Routes to School (SRTS) Attachment A Safe Routes to School has been a focus area for Kimley-Horn staff since its inception and funding in California 20 years ago (1998). The different characteristics of the study area around each school as well as different characteristics of the admin istrators, parents, and children at each school, mean a customized approach is essential to the success of each program. Walking audits identify differing problems related to the safety of school children including speeding, high traffic volume, parking conflicts, and conflicts in the shared public space between passenger vehicles, buses, bicycles, and pedestrians. All of these conflicts lead to an increasingly unsafe condition for children and parents . Programs may identify a greater need for focus on bike or pedestrian safety, revised drop-off and pick-up policies, or encouragement programs for parents and students to increase walking, biking, or carpooling to school. At Kimley-Horn, our SRTS practice focuses on creating safe and convenient opportunities for children (and adults) to bicycle and walk to school. Secondary benefits to children and their neighborhood include improved health, reduced traffic congestion and speeding, better air quality, and enhanced neighborhood safety. The culmination of our process is to provide schools with a plan that represents a consensus of the needs and preferences of the school administrators, parents, local residents, and municipal agency staff. What truly sets our team apart is Kimley-Horn's in -depth experience of planning and designing SRTS elements. Our approach to listening to safety concerns and understanding design solutions while we formulate conceptual planning improvements results in efficient and pragmatic projects. This means SRTS elements can be designed and constructed more quickly to enhance safety around each school as soon as possible. City of San Rafael I mrS95010.18 2 Kimley») Horn Similar Projects and References Although we have completed many similar projects over the years, we feel the following project summaries provide the most recent relevant examples of our experience both locally and throughout California. These projects are just a small sampling of our overall experience. Our clients know that with Kimley-Horn, they experience better. How do we know this? They consistently tell us we deliver remarkable results and we're really good people to work with- and we live for that. We invite you to contact them personally regarding our work history and quality of service. Maude Avenue Complete Streets, City of Sunnyvale, CA Kimley-Horn completed a traffic and engineering study for the City of Sunnyvale on Maude Avenue, a heavily utilized bike corridor in the heart of Sunnyvale. The existing corridor experiences heavy bicycle traffic but does not have striped bike lanes. The study evaluated the feasibility of replacing either on-street parking or a two-way left- turn lane with bike lanes. The analysis consisted of a traffic and parking analysis to understand the ramifications of either alternative and a safety evaluation of existing and proposed conditions. The project also included development of design concepts for the implementation of the bike lane in either scenario. Kimley-Horn prepared a final report that evaluated the options and provided a recommended solution based on the findings of the analysis and adopted City plans and policies. Reference: Shahid Abbas, TransportationlTraffic Engineer, City of Sunnyvale, 408.730.7415, sabbas@sunnyvale.ca.gov Maude Avenue Proposed Improvements Kimley ») Horn Replace Parl<ing lI#h Buffered Bi,e Lanes Sheel 1012 City of San Rafael I TRTS9501 0.18 3 Kimley») Horn Atflachment A Pedestrian Enhancements at San Pablo Ave/Sycamore Ave and Sycamore Ave/Civic Drive, Hercules, CA Kimley-Horn is currently performing a pedestrian safety study at two critical intersections in the City of Hercules. The Sycamore Ave/Civic Drive intersection is a side-street, stop-controlled intersection with a long uncontrolled pedestrian crossing. The study includes performing an assessment of existing conditions, development of preliminary design alternatives to enhance the pedestrian environment, development of an opinion of probable construction costs for the preferred alternatives, performing supporting traffic analysis using Synchro, and attendance at City council and safety committee meetings to present the study recommendations. Reference: Mike Robel1s, Public Works Director, City of Hercules, 510.799.8241, mikeroberts@ci.hercules.ca.us Third and Hetherton Traffic Study, San Rafael, CA Kimley-Horn is currently performing a traffic and safety study to identify and evaluate potential improvements to the intersection of 3rd Street and Hetherton Street in downtown San Rafael, immediately adjacent to the San Rafael Transportation Center. The intersection has experienced numerous collisions in recent years due to high traffic volumes, high pedestrian volumes , and poor geometrics. The study is seeking to improve pedestrian safety and comfort while maintaining or reducing vehicle delay. Improvements are intended to improve access to the transit center for both pedestrians and buses. Kimley-Horn performed traffic analysis of baseline conditions, developed conceptual design alternatives to improve safety and circulation, and analyzed the effect of improvement alternatives. Future efforts include preliminary design of improvements, planning -level cost estimates, and a presentation of findings to the City of San Rafael BPAC and City Council. Regional Transportation System Enhancements Project (RTSEP), San Rafael, CA Kimley-Horn prepared the environmental documents and the detailed PS&E documents for traffic and civil improvements in the San Rafael downtown area in preparation for the arrival of the SMART commuter rail system. This federally funded project was administered through Caltrans Local Assistance. Kimley-Horn coordinated with the City, Caltrans, SMART, and the City's traffic signal system vendor, Econolite, on the planning and design for this project. We worked directly with Caltrans Local Assistance to prepare all necessary NEPA environmental studies and reports, including cultural, historical, and biological studies. Our team then successfully cleared the project through the federal NEPA process with Caltrans Local Assistance. For the traffic and civil improvements, Kimley-Horn prepared detailed designs for the installation of new ADA compliant curb ramps and new sidewalks (designed based on ADMG and PROWAG), and traffic signal modifications including new traffic controllers, cabinets and foundations, pedestrian signals, traffic signal interconnect using fiber optics , railroad preemption, and various other ITS elements. City of San Rafael I TRTS95010.18 4 Kimley») Horn Organizational Chart Ultimately, it is the people-the professionals who serve you-who are most important to the successful completion of any project. With this in mind, we have chosen our most qualified and experienced personnel to assist the City on this important project. This proposed project team has a history of successfully completing projects together, providing each assignment with focused attention regardless of size. Our project team has unsurpassed local knowledge and technical experience, and is structured to provide strong support to the City. The organ ization chart below identifies our proposed project team members who will serve you on this project. Frederik Venter, P. E.* Robert Paderna , P.E.* Evaluation and Concept Design Adam Dankberg, P.E.* Daniel Carley, P.E.* Brendan Pittman, EIT We offer you a team of seasoned professionals, in terms of exceptional local understanding and support, and extensive technical experience in the disciplines you require. Resumes Full resumes for our project leaders are provided in Appendix A. City of San Rafael I TRTS9501O.18 5 Adam Dankberg, P.E.* Field Review/Data Collection Jake Hermie , P.E.* Brendan Pittman, EIT Sara Rauwolf, EIT Data Collection NDS/ATD (Subconsultant) Key Staff Support Kimley») Horn Proposal Project Understanding It is Kimley-Horn's understanding that the City is requesting a study to identify and prioritize uncontrolled crosswalks at up to fifty (50) locations throughout the City. An uncontrolled pedestrian crossing is where the sidewalks or designated walkways intersect a roadway at a location where there is no traffic control (Le. traffic signal, STOP sign). Uncontrolled pedestrian crossings are typically located at unsignalized, side-street, stop- controlled intersections and at mid-block (between intersection) locations. We understand that the City wants to improve pedestrian safety at uncontrolled crosswalks throughout the City by adopting a "toolbox" of pedestrian safety treatments and implementing improvements including, but not limited to, crosswalk visibility enhancements, street lighting , pavement markings, warning signage, curb extensions , raised crosswalks, pedestrian refuge island, LED enhanced signage , in-pavement flashing light system, and signalization. Due to the number of uncontrolled crosswalks in the City and limited construction funds available, we understand the City has requested that the uncontrolled crosswalk locations be analyzed utilizing the City-approved Uncontrolled Crosswalk Scoring matrix that Kimley-Horn developed in partnership with the City, and prioritize the locations based on the total scores. The locations with the highest scores are reflective of highest priority locations . Proposed Scope of Services Task 1 -Project Management and Meetings This task includes general project management related tasks including preparation of invoices, budget oversight, adherence to project scheduling, general project coordination, and attendance at one project kick-off meeting with City staff. This meeting is intended to be a workshop format where the entire team will discuss project goals and objectives. In addition, we will collect the following information from the City: Collision data (State Wide Integrated Traffic Records Systems (SWITRS) data files for the past three years) Available traffic counts Speed data (from current Engineering and Traffic Surveys or other sources) Public comp laint history at uncontrolled crosswalk locations Two additional meetings, outside of the kick-off meeting, are included in this scope of services. Task 1 Deliverables: Monthly project schedule updates Meeting agendas and minutes Task 2 -Uncontro lle d Crosswalk Selection and Data Collection Kimley -Horn will identify up to 50 uncontrolled crosswalk locations throughout the City for consideration. We will prepare an exhibit illustrating the proposed locations to include in the Study and submit to the City for review and approval. City of San Rafael I TRTS95010.18 6 Kimley») Horn Upon selection of the project locations in coordination with the City, Kimley-Horn will conduct extensive field observations at each of the 50 project locations. The purpose of the field observations will be to identify roadway, pedestrian activity, adjacent land uses, speed limits, sight distance constraints, driveways, geometry, conditions, bus stops , on-street parking, and other roadside conditions not readily apparent to the driver. Additionally, we will assess current lighting conditions within uncontrolled crosswalks at night using a light meter. We will take photographs of site conditions at each of the project locations and create a photo log to be submitted to the City to aid in development of the City's asset inventory database. New average daily traffic (AD1) counts will be collected for three consecutive days, on a Tuesday, Wednesday, and Thursday, for a total of 72 hours at up to 40 locations. ADT counts were recently collected at several segments as part of the SMART Downtown Traffic Assessment project or from the City and will be utilized for this project. New AM and PM peak period pedestrian and bicycle intersection counts will be collected on aTuesday, Wednesday, or Thursday at each of the 50 study locations. AM and PM peak period counts will be collected between 7:00 to 9:00 AM and 4:00 to 6:00 PM, respectively. Traffic counts will not be collected on holidays, during abnormal weather conditions, on school breaks, or periods of scheduled lane or street closures for construction and/or events. Task 2 Deliverables: Proposed list of 50 uncontrolled crosswalk locations (.PDF format) Photo Log (electronic and one hardcopy) Traffic Count Data Summary Sheets (electronic) Task 3 -Crosswalk Evaluation and Prioritization Kimley-Horn will review the data provided by the City and obtained during the field visit (Task 2). We will complete the Uncontrolled Crosswalk Scoring Matrix for each of the project locations utilizing data obtained to populate scores for the various criteria based on the suggested scoring values. A separate matrix will be developed for each project location and will be contained as separate tabs in one master Exce l workbook. Total scores for each of the project locations will be tabulated in each matrix and also summarized in a summary table. Kimley-Horn will develop the prioritized list of project locations based on the total scores for each project location. This task includes attendance at one meeting with City staff to present the results of the evaluation and prioritized list of locations. Task 3 Deliverables: Uncontrolled Crosswalk Scoring Matrix, 50 locations (Draft and Final) (.XLS format) Prioritized list of uncontrolled crosswalks table (.PDF format) Task 4 -Development of Uncontrolled Crosswalk Toolbox and Recommended Treatments Kimley-Horn will develop a toolbox of uncontrolled crosswalk treatments based on industry standard practices and traffic calming resources. In coordination with the City, we will classify the pedestrian treatments into three categories: Level 1 (Bas ic), Level 2 (Enhanced), and Level 3 (Specialty). The toolbox will include a one page infographic for each treatment (up to 15) and will include photos and/or renderings, purpose, typical applications, City of San Rafael TRTS9501O.18 7 Kimley») Horn Attachment A technical reference(s), and additional design guidelines. We will submit the draft uncontrolled crosswalk toolbox to the City for review. Upon receipt of one set of comments from the City, we will submit a final uncontrolled crosswalk toolbox to the City. Utilizing the data obtained in Task 2, including average daily traffic (ADT) , posted speed limits, number of travel lanes, and the uncontrolled crosswalk toolbox, Kimley -Horn will provide a list of initial recommended treatments for each of the 50 project locations. Recommendations will be based upon our field visit and the menu of treatments contained in the uncontrolled crosswalk toolbox including, but not limited to, crosswalk visibility enhancements, street lighting, pavement markings, warning signage, curb extensions, raised crosswalks, pedestrian refuge island, LED enhanced signage, in-pavement flashing light system, and signalization. Task 4 Deliverables: Uncontrolled crosswalk Toolbox, 15 treatments (Draft and Final) (.PDF format) List of initial recommended treatments (50 locations) (.XLS and .PDF format). Task 5 -Conceptual Design Exhibits Kimley-Horn will develop crosswalk enhancement conceptual drawings illustrating the recommended improvements identified in Task 4. The drawings will be developed using AutoCAD and will be presented on 11"x17" exhibits. The recommended improvements will be presented using text callouts on a high resolution aerial image (obtained from Nearmap) for a subset of 20 prioritized project locations, to be identified in consultation with the City. Kimley-Horn will submit draft conceptual design exhibits to the City for review. We will attend one meeting with City staff to present the draft conceptual design exhibits and receive input. Upon receipt of one set of comments from the City, we will prepare a final set of conceptual design exhibits and submit to the City. Task 5 Deliverables: Conceptual Design Exhibits, 20 locations (Draft and Final) (.PDF format and three hardcopies) City of San Rafael I TRTS95010.18 8 Kimley») Horn Proposed Schedule Kimley-Horn is prepared to begin work immediately upon receipt of a signed Agreement and notice to proceed NTP). Anticipated completion dates for the various tasks are presented in the table below based on those provided in the RFP. Task 1 -Project Management and Meet ings Task 2 -Uncontrolled Crosswalk Selection and Data Collection Task 3 -Crosswalk Evaluat ion and Prioritization Task 4 -Development of Uncontrolled Crosswalk Toolbox and Recommended Treatments Task 5 -Conceptua l Design Exhibits LEGEND Task Summary City Review Deliverable City of San Rafael TRTS9501O.18 9 t:;'· ~.: tI i~ ~ ,t: s\ i~ ~~ lID li'iRW dl!Iim 'Jl!U1 e~~. ~n~ ;";',: If.: I;':;~ ~~ ~~.~~ ,'.,; ~~: ~'?~ tl:, I ~; ~-~: i~ f~ IL,;. I; r;;; ;~ -.. i, ;', ~-.\ .... 1 ~. ~.:~.~ ~-~ A~ ~~) Kimley») Horn Project Cost City of San Rafael I TRTS95010.18 10 Kimley») Horn Appendix A Professional Credentials Bachelor of Science, Civil Engineering, San Jose State University Professional Engineer in Californ ia #C73262 City of San Rafael TRTS9501O.18 Robert Paderna, P.E. Project Manager Attachment AI. Robert is a registered Civil Engineer with over 12 years of varied experience in transportation and traffic engineering. He has worked on and managed a wide variety of projects including roadway safety studies, signal timing, traffic operations studies, signing and striping design, pedestrian facilities planning and design, speed surveys, traffic calming, traffic signal and ITS design. He is skilled in the application of California Manual on Uniform Traffic Control Devices (CA MUTCD) guidelines, ADA guidelines, Caltrans' HOM and Standard Plans, and industry best practices included in National Association of City Transportation Officials (NACTO) publications . Robert has managed various types of projects for both public and private sector clients throughout Northern California. Relevant Experience SMART Traffic Assessment, San Rafael, CA -Project Manager VTA, Tasman Corridor Complete Streets Study, Santa Clara County, CA - Deputy Project Manager Holiday Traffic Assessment, Emeryville, CA -Project Manager Engineering and Traffic Studies, Emeryville, CA -Project Manager Alameda CTC, San Pablo Avenue Multimodal Corridor Study, Oakland, CA - Project Engineer Alameda CTC, 1-80 Integrated Corridor Mobility (ICM) Project Signal Timing Study, Alameda/Contra Cost County, CA -Project Manager Alameda CTC, 1-80 Integrated Corridor Mobility (ICM) Project System Manager, Alameda/Contra Cost County, CA -Project Engineer Roadway Safety Sign Audit (RSSA), Nevada County, CA -Deputy Project Manager Roadway Safety Sign Audit (RSSA) and Sign Upgrade, Placer County, CA - Deputy Project Manager Roadway Safety Sign Audit (RSSA), Monterey County, CA -Deputy Project Manager 11 Kimley») Horn Professional Credentials Master of Science, Urban Engineering, University of Pretoria, South Africa Bachelor of Science, Transportation Engineering, University of Pretoria, South Africa Bachelor of Science, Civil Engineering, University of Pretoria, South Africa Professional Engineer in California, #C64621 City of San Rafael I TRTS95010.18 Frederik Venter, P.E. Principal-in-Charge Attachment A Frederik has 27 years of experience as a transportation planner, civil engineer, and traffic engineer. He has been involved in several major transportation and traffic engineering studies throughout the United States. Frederik has extensive experience in the development of transportation infrastructure needs for the long- term based on future development of the cities and counties, as well as development impact studies. Frederik has managed transportation planning survey studies, including comprehensive origin/destination surveys and parking survey demand, mitigation proposal, pedestrian and bike facility planning, and concept designs. He has performed strategic planning of roads-related infrastructure, while remaining cognizant of applicable Caltrans standards, fiscal and socioeconomic constraints, and community needs. Relevant Experience Downtown Parking Guidance and Wayfinding System, San Rafael, CA - Project Manager San Rafael Corporate Center, San Rafael, CA -Project Engineer Corridor Planning Process Zoning Code and Map Update for the General Plan 2030 Update, sub to Dyett and Bhatia, Santa Cruz, CA -Project Manager 1-5 Corridor Inter-County Smart Street Feasibility Study, LA. and Orange Counties, CA -Project Engineer North Fremont Street Bike and Pedestrian Access, and Safety Improvements, Monterey, CA -OC/OA Reviewer Nevada County Housing Element Rezone EIR, Grass Valley, CA -OC/OA Reviewer Marina-Salinas Multimodal Corridor Plan (Study), Monterey County, CA - Project Engineer VTA, Santa Clara 1-280 Corridor Study, Santa Clara County, CA -Project Engineer Carolan Avenue Complete Street, Burlingame, CA -Principal-in-Charge On-Call, Civil, Traffic, Architectural, Engineering, and Other Professional Services, Monterey, CA -Project Manager 12 Kimley») Horn Professional Credentials Master of Science, Transportation Engineering, University of California, Berkeley Bachelor of Arts, Economics, Rice University, Texas Bachelor of Science, Civil Engineering, Rice University, Texas Professional Engineer in California #C7059S City of San Rafael I TRTS95010.18 Adam Dankberg, P.E. QC/QA, Evaluation Lead Adam has over 13 years of transit operations, transit facility planning and design, and corridor study experience. He has worked on a wide variety of transportation planning projects throughout the country. His project experience includes multi-modal corridor studies; alternatives analyses; transit facility planning and design for bus, rail, and streetcar; master plans; long-range plans; and development studies. A number of his projects have included consideration of land use and transportation integration to promote sustainable use of the transportation system. His diverse experience related to all transportation and transit modes for transit operators throughout the country will be particularly beneficial for this project. He is experienced in numerous transportation modeling, analysis and simulation platforms. Relevant Experience Third and Hetherton Traffic Study, City of San Rafael, CA -Project Manager Maude Avenue Roadway Allocation Study (Complete Street Plan), Sunnyvale, CA -Project Manager Wolfe Road Corridor Traffic Improvement Study, Sunnyvale, CA -Project Manager Alameda CTC, San Pablo Avenue Multimodal Corridor Study, Oakland, CA - Project Manager Berryessa Station Way Complete Street Re-Design, Santa Clara County, CA- Project Manager Carmel Valley Road Corridor Study, Monterey County, CA -Project Manager Downtown Vibrancy Plan, Salinas, CA -Deputy Project Manager Citywide Traffic Signal Equipment and Infrastructure Assessment Study, Rancho Mirage, CA -Project Engineer Dynamic lane at Soledad Canyon Road and Sierra Highway, Santa Clarita, CA - Project Manager Pedestrian Timing Study and left-Turn Yellow Change Interval Study, Santa Clarita, CA -Project Engineer Alpine Road Corridor Study Project, San Mateo County, CA -Project Manager VTA, Santa Clara 1-280 Corridor Study, Santa Clara County, CA -Project Engineer VTA, Tasman Corridor Complete Streets Study, San Jose, CA -Project Manager 13 Kimley») Horn Professional Credentials Bachelor of Science, Civil Engineering, California Polytechnic State University, San Luis Obispo Professional Engineer in California #76304 City of San Rafael TRTS95010.18 Daniel Carley, P.E. Concept Design Lead Atfac:hment A Daniel is a professional engineer specializing in both municipal and State roadway design projects. He has been involved with many different types of projects, from planning to preliminary engineering to final PS&E for roadway modifications, BRT systems, roundabouts, and freeway interchanges. With these different types of projects, Daniel has been involved with developing design alternatives, estimates of probable cost, specifications, and final construction plans. Daniel is also familiar with applicable design standards and guidelines, including ADA guidelines, Caltrans' HOM and Standard Plans, AASHTO design guidelines, and the California MUTCD. Relevant Experience Maude Avenue Roadway Allocation Study (Complete Street Plan), Sunnyvale, CA -Project Engineer Wolfe Road Corridor Traffic Improvement Study, Sunnyvale, CA -Task Manager Alameda CTC, I-SO Integrated Corridor Mobility (ICM) Project (aka I-SO SMART Corridor), Alameda/Contra Cost County, CA -Project Engineer San Mateo County, Alpine Road Corridor Study Project, San Mateo County, CA -Project Engineer Carolan Avenue Complete Street, Burlingame, CA -Project Engineer Santa Clara County Page MiII/I-2S0 Multimodal Operations Study, Los Altos Hills, CA -Project Engineer Dry Creek Intersection Control Traffic Study and Concepts, Healdsburg, CA - Project Manager Imjin Parkway Widening Project, Marina, CA -Project Engineer Clayton Road at The Alameda Traffic Signal and Civil Improvements, Concord, CA -Project Engineer Dougherty Road Improvements (Sierra Lane to North City Limit), Dublin, CA -Project Engineer Fremont BoulevardlWalnut Avenue Intersection Improvements Project, Fremont, CA -Project Manager North Fremont Street Pedestrian and Bicycle Improvements, Monterey, CA - Project Engineer 14 Kimley») Horn Professional Credentials Master of Science, Civil Engineering -Transportation Engineering, University of Southern California, Los Angeles Bachelor of Science, Civil Engineering, University of Southern California, Los Angeles Professional Engineer in California #C87640 City of San Rafael I TRTS95010.18 Jake Hermie, P.E. Field Review/Data Collection Lead Jake is a transportation analyst involved in transit planning and traffic operations. He has experience with corridor studies, traffic impact analysis, parking studies, and planning for transit facilities. He has assisted in providing operational analyses of transit services, such as bus circulation, travel times, and scheduling. He has been involved in planning for transit facilities, including transit center configuration concepts, alternatives evaluation, and bus operations. He has contributed to transit projects such as the Wolfe Road Corridor Traffic Improvement Study, Maude Avenue Roadway Allocation Study, San Rafael Transit Center Relocation Study, San Diego Airport RCC Bus System Program Development, and Anaheim Rapid Connection. Relevant Experience Third and Hetherton Traffic Study, San Rafael, CA -Analyst Wolfe Road Corridor Traffic Improvement Study, Sunnyvale, CA -Analyst Maude Avenue Roadway Allocation Study (Complete Street Plan), Sunnyvale, CA -Analyst On-Call Traffic Engineering Consulting Services 2012-2015, Sunnyvale, CA - Analyst Alameda CTC, San Pablo Avenue Multimodal Corridor Study, Oakland, CA - Project Engineer C/CAG, Smart Corridors Project, Incident Response and Arterial Traffic Signal Coordination, San Mateo County, CA -Analyst Alpine Road Corridor Study Project, San Mateo County, CA -Analyst 15 Kimley») Horn CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: Department of Public Works Project Manager: Charmine Solla Extension: x3473 Project Name: Evaluation of Uncontrolled Crosswalks Evaluation and Prioritization Contractor Name: Kimley-Horn and Associates, Inc. Contractor's Contact: Robert Paderna Contact's Email: Robert.paderna(kimley-horn.com Step RESPONSIBLE DESCRIPTION DEPARTMENT 1 Project Manager a. Email PINS Introductory Notice to Contractor b. Email contract (in Word) & attachments to City Atty c/o Laraine.Gittens@cityofsanrafael.org 2 City Attorney a. Review, revise, and comment on draft agreement and return to Project Manager b. Confirm insurance requirements, create Job on PINS, send PINS insurance notice to contractor 3 Project Manager Forward three (3) originals of final agreement to contractor for their signature 4 Project Manager When necessary, * contractor-signed agreement agendized for Council approval PSA > $20,000; or Purchase> $35,000; or Public: Works Contract> $125,000 Date of Council approval PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 5 Project Manager Forward signed original agreements to City Attorney with printed copy of this routing form 6 City Attorney Review and approve hard copy of signed agreement 7 City Attorney Review and approve insurance in PINS, and bonds for Public Works Contracts) 8 City Manager / Mayor Agreement executed by Council authorized official 9 City Clerk Attest signatures, retains original agreement and forwards copies to Project Manager COMPLETED DATE 2/28/2018 4/2/2018 4/2/2018 0 N/A Or e 018 Jy /'l5)Jt6' Lf/zs-hq ru lfK 1t."1II8' . REVIEWER Check/Initial IZl CS IZl LAG IZl LAG IZl CS 0 CS IZl CS a i~ Ki m~ey ») Horn Transmittal Date: 4111118 Project Name: Crossl-I'Glk PSA To : Lauren Davini City of San Rafael I II Morphew Street San Rafael , CA 94915 We are sending these by D u.s. Mail Job Number: D Fed Ex D I-land Deliver IZI Other: _G_S_O ___________________________ _ We are sending you DAttached D Under separate cover via the following items: ------------------- D Shop Drawings D PrintslPlans o Samples o Specifications D Change Orders IZI Other: _G_S_O ___________________________ _ Copies Date No. Description 3 4/11 11 8 Agreement These are transmitted as checked below: For your use 0 Approved as submitted D Resubmit ~ Copies for approval D As requested 0 Approved as noted D Submit D Copies for distribution o For review and comment 0 Returned for corrections D Return D Corrected prints Plea'se sign all copies and return one fully executed copy. Thank you . Copy to: Signed Kirah Johnson I . 1300 Clay Street, SUi.te 325, Oakland, CA 94612 .. ' , 5106250712