HomeMy WebLinkAboutCC Resolution 12947 (SMART Commuter Rail Project Engineering Support)RESOLUTION NO. 12947
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AUTHORIZING THE PUBLIC WORKS DIRECTOR TO ENTER INTO A
PROFESSIONAL SERVICES AGREEMENT WITH ROBERT BERNSTEIN,
INC. P.S. TO PROVIDE ENGINEERING SUPPORT SERVICES FOR THE
SMART COMMUTER RAIL PROJECT IN AN AMOUNT NOT TO EXCEED
$151,000.
BE IT RESOLVED by the Council of the City of San Rafael as follows:
WHEREAS, the San Rafael crossings are the most complex crossings along the
SMART corridor; and
WHEREAS, the design and operation of rail crossings require special rail, and
traffic operation expertise for all modes of transportation to minimize the impact in San Rafael;
and
WHEREAS, staff has identified Robert Bernstein, Inc. P.S., a well qualified
and expert consulting team, to provide engineering support services to the City; and
WHEREAS, staff has identified such expertise is necessary to address SMART
related issues comprehensively.
NOW, THEREFORE, BE IT RESOLVED that the Council of the City of San
Rafael does hereby authorize the Public Works Director to enter into a professional services
agreement with Robert Bernstein, Inc. P.S. to provide engineering support services for the
SMART commuter rail project in a form approved by the City Attorney and in an amount not
to exceed $151,000.
I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing
resolution was duly and regularly introduced and adopted at a regular meeting of the Council of
said City on the 19th day of April, 2010, by the following vote, to wit:
AYES: COUNCILMEMBERS: Brockbank, Connolly, Heller, Levine & Mayor Boro
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: None
File No.: 18.06.52.02
eAE5ftza� C= .42019-4eW .
ESTHER C. BEIRNE, City Clerk
AGREEMENT FOR PROFESSIONAL SERVICES WITH ROBERT BERNSTEIN, INC., P.S.
FOR THE SMART COMMUTER RAIL PROJECT
This Agreement is made and entered into this 28th day of April, 2010 by and
between the CITY OF SAN RAFAEL (hereinafter "CITY"), and Robert Bernstein, Inc., P.S.
(hereinafter "CONTRACTOR).
RECITALS
WHEREAS, the CITY has determined that certain specialized professional
services are required for the SMART Commuter Rail Project (hereinafter "PROJECT"); and
WHEREAS, the CONTRACTOR has offered to render such specialized
professional services in connection with this Project.
AGREEMENT
NOW, THEREFORE, the parties hereby agree as follows:
1. DEFINITIONS. Not Applicable.
2. PROJECT COORDINATION
A. CITY. The Public Works Director shall be the representative of the
CITY for all purposes under this Agreement. The Assistant Public Works Director is hereby
designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall
supervise all aspects of the progress and execution of this Agreement.
B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT
DIRECTOR to have overall responsibility for the progress and execution of this Agreement for
CONTRACTOR. is hereby designated as the PROJECT DIRECTOR for CONTRACTOR.
Should circumstances or conditions subsequent to the execution of this Agreement require a
substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY
within ten (10) business days of the substitution.
3. DUTIES OF CONTRACTOR
CONTRACTOR agrees to perform the services outlined in the
proposal from CONTRACTOR dated April 6, 2010 marked Exhibit "A" attached hereto, and
incorporated herein by this reference. CONTRACTOR agrees to be available and perform the
work specified in this Agreement in the time frame as specified and as shown in Exhibit "A".
4. DUTIES OF THE CITY
CITY shall perform the duties as described in Exhibit "A" attached
hereto and incorporated herein.
5. COMPENSATION
For the full performance of the services described herein by
CONTRACTOR, CITY shall pay CONTRACTOR on a time and materials basis, at an hourly
consultant rate of $130 per hour, and fora total amount not to exceed $151,000.
Payment will be made monthly upon receipt by PROJECT MANAGER of
itemized invoices submitted by CONTRACTOR.
6. TERM OF AGREEMENT
The term of this Agreement shall be from the date of execution until
the Project is complete.
7. TERMINATION
A. Discretionary. Either party may terminate this Agreement
without cause upon thirty (30) days written notice mailed or personally delivered to the other
party.
B. Cause. Either party may tenninate this Agreement for cause
upon ten (10) days written notice mailed or personally delivered to the other party, and the
notified party's failure to cure or correct the cause of the termination notice, to the reasonable
satisfaction of the party giving such notice, within thirty (30) days of the receipt of said notice.
C. Effect of Termination. Upon receipt of notice of termination,
neither party shall incur additional obligations under any provision of this Agreement without
the prior written consent of the other.
D. Return of Documents. Upon termination, any and all CITY
documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's
documents and materials prepared for or relating to the performance of its duties under this
Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days
alter termination.
Agreement • 2
8. OWNERSHIP OF DOCUMENTS
The written documents and materials prepared by the CONTRACTOR
in connection with the performance of its duties under this Agreement, shall be the sole
property of CITY. CITY may use said property for any purpose, including projects not
contemplated by this Agreement.
9. INSPECTION AND AUDIT
Upon reasonable notice, CONTRACTOR shall make available to
CITY, or its agent, for inspection and audit, all documents and materials maintained by
CONTRACTOR in connection with its perfonnance of its duties under this Agreement.
CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection.
10. 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.
11. INSURANCE
A. During the term of this Agreement, CONTRACTOR, shall
maintain, at no expense to CITY, the following insurance policies:
1. A comprehensive general liability insurance policy in the
minimum amount of one million ($1,000,000) dollars per occurrence for death, bodily injury,
personal injury, or property damage;
2. An automobile liability (owned, non -owned, and hired
vehicles) insurance policy in the minimum amount of one million ($1,000,000) dollars per
occurrence;
3. If any licensed professional performs any of the services
required to be performed under this Agreement, a professional liability insurance policy in the
minimum amount of one million ($1,000,000) dollars to cover any claims arising out of the
CONTRACTOR's performance of services under this Agreement.
B. The insurance coverage required of the CONTRACTOR by
Section 11. A., shall also meet the following requirements:
1. The insurance shall be primary with respect to any
insurance or coverage maintained by CITY and shall not call upon CITY's insurance or
coverage for any contribution;
Agreement • 3
2. Except for professional liability insurance, the
insurance policies shall be endorsed for contractual liability and personal injury;
3. Except for professional liability insurance, the
insurance policies shall be specifically endorsed to include the CITY, its officers, agents, and
employees as additionally named insureds under the policies;
4. CONTRACTOR shall provide to PROJECT
MANAGER, (a) Certificates of Insurance evidencing the insurance coverage required herein,
and (b) specific endorsements naming CITY, its officers, agents and employees, as additional
insureds under the policies;
5. The insurance policies shall provide that the insurance
carrier shall not cancel, terminate or otherwise modify the terms and conditions of said
insurance policies except upon thirty (30) days written notice to CITY's PROJECT
MANAGER;
6. If the insurance is written on a Claims Made Form,
then, following termination of this Agreement, said insurance coverage shall survive for a
period of not less than five years;
7. The insurance policies shall provide for a retroactive
date of placement coinciding with the effective date of this Agreement;
8. The liability insurance provided to CITY by
CONTRACTOR under this contract shall be primary and excess of any other insurance
available to the CITY.
9. The insurance shall be approved as to form and
sufficiency by PROJECT MANAGER and the CITY's Attorney.
C. If it employs any person, CONTRACTOR shall maintain
worker's compensation and employer's liability insurance, as required by the State Labor Code
and other applicable laws and regulations, and as necessary to protect both CONTRACTOR
and CITY against all liability for injuries to CONTRACTOR's officers and employees.
D. Any deductibles or self-insured retentions in CONTRACTOR's
insurance policies must be declared to and approved by the PROJECT MANAGER and the
City Attorney. At CITY's option, the deductibles or self-insured retentions with respect to
CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a
bond guaranteeing payment of losses and related investigations, claims administration,
attorney's fees and defense expenses.
Agreement • 4
12. INDEMNIFICATION
(a) Except as provided in Paragraph (b), CONTRACTOR shall
indemnify, release, defend and hold harnlless CITY, its officers, and employees, against any
claim, demand, suit, judgment, loss, liability or expense of any kind, including attorney's fees,
arising out of or resulting in any way, in whole or in part, from any acts or omissions,
intentional or negligent, of CONTRACTOR or CONTRACTOR's officers, agents and
employees in the performance of their duties and obligations under this Agreement.
(b) Where the services to be provided by CONTRACTOR under this
Agreement are design professional services to be performed by a design professional as that
teen is defined under Civil Code Section 2782.8, CONTRACTOR shall, to the fullest extent
permitted by law, indemnify, release, defend and hold harmless CITY, its officers, and
employees, against any claim, demand, suit, judgment, loss, liability or expense of any kind,
including attorney's fees, that arises out of, pertains to, or relates to the negligence,
recklessness, or willful misconduct of CONTRACTOR in the performance of its duties and
obligations under this Agreement.
13. NONDISCRIMINATION
CONTRACTOR shall not discriminate, in any way, against any person
on the basis of age, sex, race, color, religion, ancestry, national origin or disability in
connection with or related to the performance of its duties and obligations under this
Agreement.
14. COMPLIANCE WITH ALL LAWS
CONTRACTOR shall observe and comply with all applicable federal,
state and local laws, ordinances, codes and regulations, in the performance of its duties and
obligations under this Agreement. CONTRACTOR shall perform all services under this
Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR
shall release, defend, indemnify and hold hannless CITY, its officers, agents and employees
from any and all damages, liabilities, penalties, fines and all other consequences from any
noncompliance or violation of any laws, ordinance, codes or regulations.
Agreement • 5
15. NO THIRD PARTY BENEFICIARIES
CITY and CONTRACTOR do not intend, by any provision of this
Agreement, to create in any third party, any benefit or right owed by one party, under the terms
and conditions of this Agreement, to the other party.
16. NOTICES
All notices and other communications required or permitted to be given
under this Agreement, including any notice of change of address, shall be in writing and given
by personal delivery, or deposited with the United States Postal Service, postage prepaid,
addressed to the parties intended to be notified. Notice shall be deemed given as of the date of
personal delivery, or if mailed, upon the date of deposit with the United States Postal Service.
Notice shall be given as follows:
TO CITY: Parviz Mokhtari, (Project Manager)
City of San Rafael
111 Morphew Street
P.O. Box 151560
San Rafael, CA 94915-1560
TO CONTRACTOR: Robert Bernstein, P.E.
Robert Bernstein, Inc. P.S.
507-18 1h Ave. E
Seattle, WA 98112
17. INDEPENDENT CONTRACTOR
For the purposes, and for the duration, of this Agreement,
CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent
Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and
agree that the status of CONTRACTOR, its officers, agents and employees be that of an
Independent Contractor and not that of an employee of CITY.
18. ENTIRE AGREEMENT -- AMENDMENTS
A. The terms and conditions of this Agreement, all exhibits
attached, and all documents expressly incorporated by reference, represent the entire Agreement
of the parties with respect to the subject matter of this Agreement.
B. This written Agreement shall supersede any and all prior
agreements, oral or written, regarding the subject matter between the CONTRACTOR and the
CITY.
Agreement • 6
C. No other agreement, promise or statement, written or oral,
relating to the subject matter of this Agreement, shall be valid or binding, except by way of a
written amendment to this Agreement.
D. The terms and conditions of this Agreement shall not be altered
or modified except by a written amendment to this Agreement signed by the CONTRACTOR
and the CITY.
E. If any conflicts arise between the terms and conditions of this
Agreement, and the terms and conditions of the attached exhibits or the documents expressly
incorporated by reference, the terms and conditions of this Agreement shall control.
19. SET-OFF AGAINST DEBTS
CONTRACTOR agrees that CITY may deduct from any payment due
to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY
under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses,
assessments, unpaid checks or other amounts.
20. WAIVERS
The waiver by either party of any breach or violation of any term,
covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be
deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or
of any subsequent breach or violation of the same or other term, covenant, condition, ordinance,
law or regulation. The subsequent acceptance by either party of any fee, performance, or other
consideration which may become due or owing under this Agreement, shall not be deemed to be
a waiver of any preceding breach or violation by the other party of any term, condition,
covenant of this Agreement or any applicable law, ordinance or regulation.
21. COSTS AND ATTORNEY's FEES
The prevailing party in any action brought to enforce the terms and
conditions of this Agreement, or arising out of the performance of this Agreement, may recover
its reasonable costs (including claims administration) and attorney's fees expended in
connection with such action. CONTRACTOR agrees to accept service of any complaint and
summons sent by CITY by regular United States Mail to CONTRACTOR at the address shown
for CONTRACTOR in Paragraph 16, and to execute and return to CITY such Notices or
Waivers as may be permitted by law in lieu of formal service of process.
Agreement • 7
22. CITY BUSINESS LICENSE/OTHER TAXES
CONTRACTOR shall obtain and maintain during the duration of this
Agreement, a CITY business license as required by the San Rafael Municipal Code.
CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes.
CITY shall not be required to pay for any work performed under this Agreement, until
CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9
(Request for Taxpayer Identification Number and Certification).
23. APPLICABLE LAW
The laws of the State of California shall govern this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the
day, month and year first above written.
CITY OF SAN AEL
V MOK TARI, Public Works Director
ATTEST:
"Jvjz-.� e • ,
ESTHER C. BEIRNE, City Clerk
APPROVED AS TO FORM:
( I I �(
ROBERT F. EPSTEIN, City Aorney
File No.: 18.06.52.02
ROBERT BERNSTEIN, INC., P.S.
By:
�p
Title: 1'
Agreement • 8
Exhibit "A"
ROBERT BERNSTEIN, P.E.
Consulting Transportation Engineer/ Planner
April 6, 2010
Mr. Nader Mansourian, Assistant Public Works Director
City of San Rafael
P.O. Box 151560
San Rafael, CA 94915-1560
Subject: Proposal to San Rafael Public Works Department to Provide Engineering
Support Services for the SMART Commuter Rail Project
Dear Nader,
My colleague Joe Walsh and I are pleased to submit this proposal to provide assistance to the
City of San Rafael Public Works Department on matters related to the planning, design, and
implementation of the SMART Commuter Rail System. (This proposal comprises our original
February 15 proposal with revisions based on our April 5 meeting with City of San Rafael Public
Works and Planning staff.)
Proposal Content
This proposal addresses the eight basic tasks we discussed with you: (1) preparation of a
comprehensive issues assessment, (2) review of the City's Station Area Planning Study work
scope and products, (3) evaluation of Andersen Dr crossing alternatives, (4) analysis of
downtown signalization coordination needs, (5) evaluation of all crossings in the city,
(6) assessment of Quiet Zone issues and needs, (7) development of options for meeting station
area public parking needs, and (8) on-going support (e.g., representing PWD at committee
meetings, etc.). We also have provided time/cost estimates, as requested.
Management
I will be the overall lead for all work under this scope, and will be responsible for client
communications, contract matters, and quality control. For specific tasks, Joe, I, or the two of us
jointly will have lead responsibility, as appropriate.
Qualifications
As you know, both Joe and I bring unique experience and qualifications directly applicable to the
assignments covered by this scope: we have both worked on rail transit projects as city staff
(Portland), I have completed a number of project -specific and on-call assignments for the City of
San Rafael, and Joe has managed an LRT extension project and a commuter rail start-up project
as transit agency staff (TriMet's PDX MAX and Westside Express (WES), respectively). Please
note that the WES project has distinct and directly applicable similarities to the SMART project
in terms of location, service, impact, and city/transit agency relations. A detailed summary of
our qualifications is attached to our proposal.
507 - 18th Avenue East (206) 325-4320
Seattle, Washington 98112 RBemstein.CE76(itGTalumni.org fax (206) 325-4318
Mr. Nader Mansourian
April 6, 2010
Page 2
In addition to our background and experience, Joe and I already have well-established lines of
communication with SMART staff, as we are both long-time colleagues (30+ years) of SMART
GM Lillian Hames and SMART Project Director John Lackey.
If you have any questions or if you need additional information, please contact me. We look
forward to working with you!
Sincerely,
Robert Bernstein, P.E.
Attachment: Proposal and SoQ
Robert Bernstein, P.E.
Consulting Transportation Engineer/Planner
Robert Bernstein, P.E. Joe Walsh
Consulting Transportation Engineer/Planner Joe Walsh Consulting
507 18th Ave E 111 SW Oak St, Ste 300
Seattle, WA 98112 Portland, OR 97204
(206)325-4320 (503)704-3728
RBernstein.CE76(cv,GTalumni.ora ioe(tOioewalsltconsultinu.com
Proposal and Statement of Qualifications
San Rafael Public Works Department Engineering Support Services
for SMART Commuter Rail Project
February 15, 2010; revised April 6, 2010
We are pleased to submit this proposal to provide assistance to the City of San Rafael Public
Works Department on matters related to the planning, design, and implementation of the
SMART Commuter Rail System.
The proposal covers eight basic tasks: (1) preparation of a comprehensive issues assessment,
(2) review of the City's Station Area Planning Study work scope and products, (3) evaluation of
Andersen Dr crossing alternatives, (4) analysis of downtown signalization coordination needs,
(5) evaluation of all crossings in the city, (6) assessment of Quiet Zone issues and needs,
(7) development of options for meeting station area public parking needs, and (8) on-going
support (e.g., representing PWD at committee meetings, etc.). We also have provided time/cost
estimates, and a summary of our qualifications.
TASKS
Task 1. Comprehensive Assessment Issues of to be Addressed
Purpose: Identify for the Public Works Department (1) the key SMART design and
operating decisions that affect City operations and maintenance responsibilities, and (2) the
likely timeframes necessary for proactive City input and participation.
Work elements:
• Make site visits;
• Review and summarize key SMART documents to identify scope, schedule and design
issues that will significantly affect City operations and maintenance responsibilities;
• Interview SMART staff,
• Interview operations and maintenance management in peer jurisdictions with operating
rail projects;
• List and evaluate issues arising during the design phase of the SMART project that affect
City of San Rafael Public Works; make recommendations for addressing those issues.
Deliverables: Report summarizing evaluation and recommendations.
Consultant lead responsibility: Joint
Engrg Services Proposal
Qualifications
Task 2. Participate in City's Station Area Planning Study
San Rafael PWD
February 15, 2010; rev April 6, 20/0
Purpose: Serve as Public Works Department representatives on the City's Station Area
Planning Study Project Team, and provide input on work scope, consultant submittals, and
work products.
Work elements:
• Review key documents, including draft work scope, consultant proposals, and draft work
products;
• Work with City Planning staff and consultants and attend Team meetings as needed;
• Interview and work with SMART staff and station design consultants;
• Prepare appropriately -detailed traffic operations analyses needed for the development and
analysis of station area plan alternatives;
• Provide input and assistance as necessary to the City's Station Area Planning Study
consultant preparing the comprehensive parking supply/utilization/demand analysis for
the station area;
• Document issues that affect the Public Works Department; make recommendations for
addressing those issues.
Deliverables: Memo compiling traffic operations analysis results, and memos summarizing
our comments and recommendations, as necessary and appropriate.
Consultant lead responsibility: Rob Bernstein
Task 3. Evaluation of Andersen Dr RR crossing alternatives
Purpose: Provide technical and regulatory analysis needed to gain necessary approvals of an
operationally and financially appropriate crossing design.
Work elements:
• Review background information, including prior CPUC rulings and local agreements,
design drawings and cost estimates, etc;
• Interview SMART staff, and, as appropriate, CPUC officials
• Evaluate existing designs' for safety, cost-effectiveness and likely compliance with
CPUC standards;
• Any additional civil design work and cost estimating for new or refined alternatives, if
needed, is beyond the scope of this proposal, but can be provided as `extra services;'
There are three existing basic design concepts: (i) signalize existing crossing, (ii) realign roadway at crossing,
and (iii) grade -separate crossing.
Robert Bernstein, P.E. Joe Walsh
(206)325-4320 (503)704-3728
RBernstein.CE76u,GTalurnni.oru Page 2 ioe(a,ioewalshconsultine.com
Engrg Services Proposal
Qualifications
San Rafael PWD
February 15, 2010; rev April 6, 2010
Present evaluation results to City staff, and assist as requested in presentations to CPUC
officials and SMART staff; solicit feedback, and finalize evaluation and
recommendations.
Deliverable: Report that summarizes background information and documents the evaluation
of crossing design alternatives
Consultant lead responsibility: Joint
Task 4. Analysis of downtown signal coordination needs
Purpose: Identify the combination of rail system signalization, commuter rail vehicle
controls, and traffic signal system modifications necessary to insure safe and efficient
operations and circulation for trains, buses, general traffic, pedestrians, and bicyclists at and
around the San Rafael downtown station/transit center.
Work elements:
• Inventory street facilities and traffic controls in the station impact area;
• Observe peak traffic operations in the station impact area;
• Interview SMART staff and Caltrans staff, as appropriate;
• Review background information pertaining to SMART vehicle control systems and
crossing design and control;
• Review results of previous traffic operational analyses and simulations;
• Identify train and traffic signalization concept options to be considered;
• Summarize traffic/commuter train signal coordination issues and experience from peer
jurisdictions (e.g., Beaverton, OR)
• Using the City's available SynchrolSimTraffic model and forecasted traffic volumes
provided by the City, prepare operational analyses and simulations for the signalization
options, and evaluate the results;
• Present evaluation results to Caltrans and SMART staff, solicit feedback, and finalize
evaluation and recommendations.
Deliverable: Report that documents the alternatives considered, the analyses performed, the
evaluation of signalization alternatives, and the resulting conclusions and recommendations.
Consultant lead responsibility: Rob Bernstein
Task 5. Evaluation of all SMART RR crossings in the city
Purpose: Provide a comprehensive assessment of crossing design, control, and operations
issues, and program of improvement needs.
Robert Bernstein, P.E. Joe Walsh
(206)325-4320 (503)704-3728
RBemstein.CE76w,GTalumni.oi-E; Page 3 ioe(<t'ioewalshconsultiniz.com
Engrg Services Proposal
Qualifications
Work elements:
San Rafael PWD
February 15, 2010; rev April 6, 2010
• Visit and visually inspect all crossings;
• Review SMART crossing inventory and other background information pertaining to
crossing design and control;
• Interview SMART staff,
• Evaluate crossing conditions and existing design concepts for safety, cost-effectiveness
and likely compliance with CPUC standards;
• Identify necessary improvements.
Deliverable: Report summarizing crossing -related issues and recommendations.
Consultant lead responsibility: Rob Bernstein
Task 6. Assessment of Quiet Zone issues and needs
Purpose: Review and evaluate Quiet Zone technical and procedural requirements and
implementation issues as they pertain to City of San Rafael interests and responsibilities.
Work elements:
• Compile and document Quiet Zone regulations and requirements;
• Interview SMART staff;
• Describe and evaluate Quiet Zone issues that affect City of San Rafael Public Works;
make recommendations for addressing those issues.
Deliverable: Report summarizing Quiet Zone findings and recommendations.
Consultant lead responsibility: Joe Walsh
Task 7. Develop options for meeting station area public parking needs.
Purpose: Develop and evaluate options for meeting short-term and long-term station area
public parking needs, including:
• Replacement of public parking eliminated by construction of SMART station;
• Resolution of existing public parking deficit in station area;
• Provision of adequate public parking for demand associated with development
envisioned by the City's Station Area Plan; and
• Management of potential "hide -and -ride"'- demand.
Z The term "hide -and -ride" refers to park-and-ride activity that occurs in areas where park-and-ride is prohibited,
discouraged, or otherwise not accommodated.
Robert Bernstein, P.E. Joe Walsh
(206)325-4320 (503)704-3728
RBemstein.CE76(a)GTalumni.ork Page 4 ioeOt'ioewalshconsultine.com
Engrg Services Proposal
Qualifications
San Rafael PWD
February 15, 2010; rev April 6, 2010
Work elements:
Note: This proposal presumes that the City's Station Area Planning Study will prepare a
comprehensive analysis of existing and fidure public parking supply, utilization, and demand
for all users, including station area businesses, station area residents, potential hide -and -
ride vehicles z, and others. The work elements described below are dependent on this
analysis as input.
• Compile and assess station area parking inventory and analysis (prepared by City's
station area planning consultant);
• Prepare a public parking toolkit that lists, describes, and evaluates public parking
techniques (e.g., on -street parallel, on -street angle, city lot, public structure, shared use of
private facilities);
• Review public parking toolkit with stakeholders selected by city staff,
• Prepare and evaluate a set of station area public parking options;
• Review station area public parking options with stakeholders.
Deliverables: Report describing station area public parking options.
Consultant lead resoonsibility: Rob Bernstein
Task 8. On-going support (attend committee meetings; undertake other assignments as needed)
Purpose: Provide on-going support of City efforts by providing support and advice on
matters that may come up over the course of the project, and by representing the Public
Works Department on technical and programmatic matters, as directed, at monthly SMART
TAC meetings, at other meetings with SMART, at meetings with other City staff or public
officials, and at other hearings and open houses.
Work elements:
Prepare for, attend, and summarize/document meetings, as directed;
Complete other assignments as directed.
Deliverables: Meeting agenda materials and/or meeting summaries/documentation, as
necessary; reports and/or technical memoranda, as necessary.
Consultant lead responsibility: Joint
Robert Bernstein, P.E.
(206)325-4320
RBerntitein.CE76�ciGTalumni.ore
Page 5
Joe Walsh
(503)704-3728
ioe(ci,ioewalshconsultine.com
Engrg Services Proposal San Rafael PWD
Qualifications February 15, 2010; rev April 6, 2010
TIMEXOST ESTIMATE
Consultant Consultant
Task
Time
Coster. br
1. Issues Assessment
50 hr
$6,500.
2. CoSR Station Area Planning Study participation
150 hr
$19,500.
3. Andersen Dr Xing alternatives evaluation
175 hr
$22,750.
specialized RR signalization expertise, if needed
$5,000.
4. Downtown signalization coordination
150 hr
$19,500.
5. Evaluation of all SMART RR Xings in City
50 hr
$6,500.
6. Quiet Zone assessment
25 hr
$3,250.
7. Public parking options
150 hr
$19,500.
Total, Tasks 1.4.
750 hr
$102,500.
8. On-going support activities `r:
per meeting d)
10 hr
$1,300.
1.5 mtgs/month x 24 months
360 hr
$46,800.
a) Consultants' billing rate is $130./hr, and assumes a "not -to -exceed" budget
b) Consultants do not bill for travel expenses
C)
Meetings covered by this task are in addition to the meetings integral to and
incorporated in Tasks 11-7.
d) Estimate includes average prep time, attendance time, and documentation/debriefing
time for 1.5 persons
Robert Bernstein, P.E.
(206)325-4320
RBernstei n.CE76(u;GTalunmi.org
Page 6
Joe Walsh
(503)704-3728
ioer i ioewalshconsultins;.com
Engrg Services Proposal San Rafael PWD
Qualifications February 15, 2010; rev April 6, 2010
Robert Bernstein, P.E.
Experience and Qualifications
Rob has over 30 years experience in the preparation of traffic and transportation analyses for a
wide range of local and regional transportation plans, traffic circulation studies, road and transit
facility planning/design studies, campus and downtown master plans, and neighborhood traffic
management plans. As Senior Transportation Planner with the City of Portland, OR, as Senior
Transportation Engineer at the Puget Sound Council of Governments, and as an independent
consultant, Rob has completed numerous transportation studies for state and local jurisdictions
and public and private institutions in Washington, Oregon, California, Idaho, and Georgia. Rob
is a registered engineer in Washington, Oregon, California, Idaho, Georgia, and New Jersey.
Rob has extensive experience in analysis, planning, and conceptual design of rail transit systems
and their various elements. Throughout his career he has been involved in a wide range of rail
transit projects. In addition, he has completed several projects and on-call assignments for the
City of San Rafael.
Applicable Project Experience
Commuter Rail Station Studies: Rob helped direct the commuter rail station studies for
Auburn, Puyallup, and Sumner, WA. His main responsibility was to help facilitate the selection
of a preferred station site, and his technical responsibilities were to address issues associated
with station area traffic access and circulation, coordination of rail and bus service, and station
accessibility to rider markets.
Ferry Terminal / Multimodal Transaortation Center Studies: Rob prepared traffic forecasts
and EIS traffic operational analyses, and developed road network and roadway configuration
alternatives for ferry terminal relocation/multimodal transportation center development projects
in Edmonds and Mukilteo, WA. (These projects also comprised the integration of local bus,
commuter rail, Amtrak, and intercity bus services.)
Citv of San Rafael aroiects and on-call services: Rob was the lead traffic engineer on the
Andersen Drive Extension Project and the Bellam Interchange Improvement Project. In
addition, Rob completed a variety of assignments for the City on an on-call basis, including the
following:
• Representing the City on technical matters at the Caltrans Hwy 101 HOV Gap Closure
Project TAC;
• Assisting City Planning staff in the review and approval process for the Downtown General
Plan Update;
• Developing a work scope and assisting in consultant selection for the development of the
City's original traffic forecasting model.
Robert Bernstein, P.E. Joe Walsh
(206)325-4320 (503)704-3728
RBernstein.CE76Cci GTalinnni.orP, Page 7 ioe(ri ioewalshconsultin e.com
Engrg Services Proposal San Rafael PWD
Qualifications February 15, 2010; rev April 6. 20/0
Joe Walsh
Experience and Qualifications
Joe Walsh is principal of Joe Walsh Consulting in Portland, Oregon. The firm focuses on
implementation and program management for capital improvements for transit agencies and
other public entities. Joe established his consulting practice in 2007 after thirty years of
innovative project management at the City of Portland and TriMet, Portland's public transit
district. During that time, Joe successfully managed numerous high profile projects, including
$100m + projects undertaken in complex regulatory environments with multiple public and
private funding sources. Joe is an innovative and dynamic project manager, and is an articulate
and credible advocate with peers in the project delivery environment, the media, Boards,
Commissions and the public
Applicable Project Experience
Sonoma -Marin Area Rail Transit District (SMART) utilized Joe's rail -project management
experience in 2008 2009 as it began to ramp up to implementation of its $550 million, 71 -mile
commuter rail and pedestrian/bicycle path project. Joe staffed SMART's program management
consultant selection, and assisted with staffing plans, selection of permanent staff, development
of project schedules and revisions to the project cost estimate.
Washington Countv (Oregon) Commuter Rail Proiect: Joe was Project Manager through
preliminary engineering and construction for the innovative $133 million federally and locally
funded project to introduce passenger rail service on an operating freight line in Washington
County, Oregon. The project included upgrade of 14.5 miles of existing freight track, a mile of
new in -street heavy rail alignment; a fleet of new self-propelled diesel rail vehicles, and
stations/park-and-rides. Joe assisted with development of Shared Use Agreement with the short
line railroad and directed development of capital and operating plans within the regulatory and
business parameters of the short line, the Federal Railroad Administration and the Federal Transit
Administration. In addition, Joe's contract oversight responsibilities included (i) the CMGC
contract that included rail, civil/architectural, and train signaling, (ii) master and ancillary
agreements with four cities covering approval process, locally -funded "betterments," and
maintenance obligations, and (iii) specific local agreements in the city of Beaverton.
Portland Airuort Light Rail Extension: Joe managed the $125 million fast track, design -build
project to extend light rail to the Portland International Airport - the West Coast's first "train to
the plane". Joe oversaw development of the design -build contract, developed project control
plans tied to the geographic and program restrictions on project partner's funds. As part of
managing the construction to on-time, on -budget startup, he led the ad hoc group that resolved
access and site control issues related to the simultaneous Light Rail and Terminal Expansion
Projects. With extremely limited contingency funds, the project relied on close working
relationships and value engineering efforts to successfully stay within budget.
Robert Bernstein, P.E. Joe Walsh
(206)325-4320 (503)704-3728
RBernstein.CE76rOGTalumni.ora Page 8 ioe(t-t')ioewalshconsultine.com