Loading...
HomeMy WebLinkAboutCC Resolution 11153 (Traffic Signal System & Intersection Impr.)RESOLUTION NO. 11153 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE DIRECTOR OF PUBLIC WORKS TO ENTER INTO AN AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC. TO DESIGN TRAFFIC SIGNAL SYSTEM AND INTERSECTION IMPROVEMENTS FOR THE INTERSECTIONS OF: 1) NOVA ALBION WAY AND LAS GALLINAS AVENUE 2) NOVA ALBION WAY AND ARIAS STREET 3) NORTHGATE DRIVE AND LOS RANCHITOS ROAD 4) LINCOLN AVENUE AND LINDEN LANE -LINDEN LANE (CUL DE SAC) WHEREAS, routine traffic monitoring and review of citizen's request by the Traffic Coordinating Committee; it is recommended that above intersections be signalized based on traffic engineering studies and professional judgment; and WHEREAS, the design will include intersection modification to accommodate projected traffic volume and patterns, and WHEREAS, the project cost for design and construction for the intersections of Nova Albion Way and Las Gallinas Avenue, Nova Albion Way and Arias Street, and Northgate Drive and Los Ranchitos Road be allocated from the North San Rafael traffic mitigation fund; and the design and construction for the intersection of Lincoln Avenue- Linden Lane -Linden Lane (cul de sac) be allocated from the Downtown traffic mitigation fund; and WHEREAS, construction of the project requires outside professional engineering services for the design of the project; and WHEREAS, staff received a proposal from Kimley-Horn and Associates Inc. for professional traffic and civil engineering services for the project. lGiNAL ����3 NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael that the Scope of Services for Kimley-Horn and Associates is accepted and Council does hereby authorize the Public Works Director to enter into Professional Services Agreement with Kimley-Horn and Associates for professional engineering services in a form approved by the City Attorney and in an amount not to exceed $64,800 for professional services listed in exhibit A". I, JEANNE. M. LEONCINI, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City on the 5th day of August, 2002, by the following vote, to wit: AYES: COUNCILMEMBERS: Cohen, Heller, Miller, Phillips & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None Asl k M. r JE �L+ M. LEON INI, City Clerk AGREEMENT FOR PROFESSIONAL SERVICES WITH KIMLEY-HORN AND ASSOCIATES, INC. TO DESIGN TRAFFIC SIGNAL SYSTEM AND INTERSECTION IMPROVEMENTS FOR THE INTERSECTIONS OF: 1. NOVA ALBION WAY AND LAS GALLINAS AVENUE 2. NOVA ALBION WAY AND ARIAS STREET 3. NORTHGATE DRIVE AND LOS RANCHITOS ROAD 4. LINCOLN AVENUE AND LINDEN LANE -LINDEN LANE (CUL DE SAC) This Agreement is made and entered into this 5`h day of August, 2002, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and Kimley-Horn and Associates, Inc. (hereinafter "CONTRACTOR"). RECITALS WHEREAS, on August 5, 2002, staff reported to City Council that traffic signal installation at the above intersections is justified or will be justified in the next two years. Staff obtained the City Council authorization to enter into an agreement with Kimley-Horn and Associates to design a traffic signal system and intersection modification for the above intersections; and WHEREAS, construction of the project requires outside professional engineering services for the design of the project; and WHEREAS, staff received a proposal from Kimley-Horn and Associates Inc. for professional traffic and civil engineering services for the project. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: PROJECT COORDINATION. A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The City Engineer is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Anush Nejad 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, �3 4 the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONTRACTOR. CONTRACTOR shall perform the duties as described in Exhibit "A", attached and incorporated herein. 3. DUTIES OF CITY. CITY shall perform the duties as described in Exhibit "A", attached and incorporated herein. 4. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR as described in Exhibit "A", attached and incorporated herein, in an amount not to exceed $64,800. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 5. TERM OF AGREEMENT. The term of this Agreement shall commence on the execution of this agreement and shall end upon completion of the work, but no later than June 30, 2003. 6. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other Ply 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 termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 7. 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, provided however, that CITY idemnifies CONTRACTOR from and against all liability for any such reuse without the written consent of CONTRACTOR. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 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. 10. 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 10 A., shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution; 2. Except for professional liability insurance, the insurance policies shall be endorsed for 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, employees, and volunteers, 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, employees, and volunteers, as additional named 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 three years; 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement; 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. C. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR's officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and the City Attorney. 11. INDEMNIFICATION. CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, agents, employees, and volunteers, against any claim, demand, suit, judgment, loss, liability or expense of any kind, including reasonable attorney's fees and administrative costs, to the extent 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. 12. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 13. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations by CONTRACTOR. 14. 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. 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, two days after the deposit with the United States Postal Service. Notice shall be given as follows: TO CITY: David M. Bernardi, Director of Public Works (Project Manager) City of San Rafael 1400 Fifth Ave. (P.O. Box 151560) San Rafael, CA 94915-1560 TO CONTRACTOR: Anush A. Nejad, P.E. Project Director Kimley-Horn and Associates, Inc. 5776 Stoneridge Mall Road, Suite 1,K, -X'0 Pleasanton, CA 94588 16. 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. 17. 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. 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. 18. 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. 19. 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. 20. 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. 21. CITY BUSINESS LICENSE / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CONTRACTOR's taxpayer identification number is 56-088-5615, and CONTRACTOR certifies under penalty of perjury that said taxpayer identification number is correct. 23. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL City Manager ATTEST: CONTRACTOR /j By: ..� NameA : nush A. ejad % ' Title: Associate [�Kimley-Horn =n and Associates, Inc. July 5, 2002 Mr. Nader Mansourian, P.E. City Traffic Engineer City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915 5 RECEIVED JUL 8 2002 PUBLIC WORKS DEPT CITY OF SAN RAFAEL M Suite 260 5776 Stoneridge Mall Road P easanton, California 94588 via fax (13 pp.) — (415) 485-3334 and US Mail RE: Proposal for Professional Engineering Services for Intersection Improvements Dear Mr. Mansourian: Kimley-Horn and Associates, Inc., is pleased to submit this scope of services for traffic signal design services in the City of San Rafael. Design services will include preparation of plans, specifications and estimates for new traffic signal installations and associated intersection modifications at three locations. The enclosed Scope of Services is based upon our meeting of June 27. It presents our detailed scope of work, proposed schedule and fee estimate for each project separately. You will note that we intentionally applied the same schedule duration for each project, to give you an indication of our expected timeline. We intend to work with you to develop a mutually acceptable master schedule that reflects your implementation priorities. We look forward to the opportunity to work with you on this project. If you have any questions, please do not hesitate to call me at (925) 463-5640. Very truly yours, KIMLEY-HORIVAIVDASSOCIATES, EVC. A46K"'�-- Paul J. Krupka, P.E. Senior Engineer Enclosure: Scope of Services EXHIBIT TEL 925 463 5640 A FAX 925 463 5641 SCOPE OF SERVICES PROFESSIONAL ENGINEERING SERVICES FOR INTERSECTION IMPROVEMENTS Kimley-Horn and Associates July 3, 2002 PROJECT 1: NOVA ALBION WAY / ARIAS STREET AND NOVA ALBION WAY / LAS GALLINAS AVENUE PROJECT UNDERSTANDING The following points summarize Project 1. Traffic Signal Design for Arias/Nova Albion Way and Nova Albion Way/Las Gallinas: • Concept Design Report outlining assumptions and design intent. • Traffic signal design including signal poles, vehicle and pedestrian displays, safety lighting, conduits, pull boxes, controller and service cabinets, and conductor and equipment schedules; • Minor civil improvements design for wheelchair ramps at crosswalk termini and associated corner details; • Signal interconnects between the traffic signals of Arias/Nova Albion Way, Nova Albion Way/Las Gallinas, and Las Gallinas/Freitas Parkway. SCOPE OF WORK Task 1 — Field Review/Meet with City KHA will meet with the City and conduct a field review of the project area to collect necessary information for project design. KHA will prepare a photo -log of the project area and collect intersection turning movement counts, as -built drawings and utility information. Deliverable: • Photo -Log Task 2 — Prepare 35% Concept Plans and Estimates KHA will prepare concept plans to show the proposed improvements, including locations of signal equipment, cabinet locations, conduits, interconnect conduits, and striping. KHA will assess pedestrian crossing requirements and consider installing countdown pedestrian signals. Preliminary estimates of probable costs will be developed based on the concept plans. KHA will contact the utility companies to obtain utility information in the project area. The assumptions and design intent will be summarized in a Concept Design Report. Deliverables: • Concept Design Report • Three (3) sets of Concept Plans and Estimate of Probable Cost Scope of Services Professional Engineering Services for Intersection Improvements July 3, 2002 • Utility Coordination Letters Task 3 — Prepare 65% Plans, Specifications, and Estimates KHA will prepare plans, specifications, and estimates of probable costs for the project. The plans will show the proposed intersection layout, signal details, and equipment/conductor schedules. Plans will be sent to the City and Utility companies for review. Special provisions will be prepared based on a City -supplied template (in electronic format). These will be prepared to be consistent with the City's standard practice, such that they can be easily inserted into the contract documents prepared by the City. Deliverable: • Three (3) sets of the Plans, Specifications, and Estimates (to City and utility companies) Task 4 — Prepare 95% Plans, Specifications, and Estimates Based on the 65 % comments from the City, KHA will prepare the 95 % PS&E package. Deliverable: • Three (3) sets of the Plans, Specifications, and Estimates Task 5 — Prepare Final 100% Plans, Specifications, and Estimates Based on the 95 % comments from the City, KHA will prepare the Final 100 % PS&E package. Deliverable: Three (3) pre -final review sets of Plans, Specifications, and Estimates Final Plans in Mylar Format Final Specifications and Estimates of Probable Cost in Hardcopy Format Task 6 — Bidding and Construction Support Services KHA will be available to support the City of Rafael during the bidding and construction phases of the project. Typical services include: • Answer questions during bidding process • Respond to Contractor's Request for Information • Design Recommendations • Field Review Kimley-Horn and Associates, Inc. Page 2 Scope of Services Professional Engineering Services for Intersection Improvements July 3, 2002 0 Response to Contractor's Change Order Request Services for the Construction Phase will be provided on a time and materials basis, using KHA's standard billing rates. SCHEDULE KHA is prepared to begin work immediately upon receipt of the notice to proceed (NTP), and will endeavor to meet the City's scheduling needs. The proposed milestone schedule for the project is summarized below. Deliverable Submit 35% Concept Plans Submit 65% PS&E Submit 95% PS&E Submit Final 100% PS&E STAFFING Time 4 weeks from NTP 2 weeks from 35% review comments 2 weeks from 65% review comments 1 week from 95% review comments KHA will assign Paul Krupka, C.E., T.E. as Project Manager and Engineer of Work, and Steve Chan, E.E. as the Project Engineer for this project. FEE PROPOSAL KHA will provide the services outlined in the scope of services on a time and materials basis for a not to exceed amount of $28,500.00. The following table shows the estimated level of effort. Kimley-Horn and Associates, Inc. Page 3 Scope of Services Professional Engineering Services for Intersection Improvements July 3, 2002 Level of Effort Estimate Task Krupka Chan Anard Clerical Total Task 1- Feld ReAe%dWeet Qty 4 8 8 2 22 Task 2 - 350/6 C rept Plans 4 8 60 2 74 Task 3 - 65% PS&E 8 12 27 2 49 Task 4 - 950/6 PS&E 8 8 12 2 30 Task 5 -100% PS&E 4 4 8 2 18 Task 6 - Design Services Bid/ConsInd 4 6 10 Total Horan 32 46 115 10 203 Rate I $160$140 I $105 I I I Labor Fee $5,120 $6,440 $12,075 $780 $24,415 In -House EVenses (Telephone, Fax, Mleage, Copies, Computer, etc) $1,100 Direct FVenses (Blueprints, etc) $1,185 Computer at $15/h= $1,800 Total $28,500 Services beyond the estimated level of effort will be provided as additional services, after authorization from the City. Other direct expenses, if any are necessary, will not be incurred without the City's authorization. The proposed fee is based on the assumption that the City of San Rafael will be responsible for bidding, advertisement, contract administration, signal timing and programming. Services other than those set forth in the Scope of Services shall constitute extra services. Extra services, such as attendance at meetings other than those included in the Scope of Services and changes in project location, shall be performed only with the City's authorization, and for additional fees to be negotiated prior to authorization. Fees will be invoiced monthly based upon the percentage of the services completed as of the invoice date. Kimley-Horn and Associates, Inc. Page 4 Scope of Services Professional Engineering Services for Intersection Improvements July 3, 2002 PROJECT 2: NORTHGATE DRIVE / LOS RANCHITOS ROAD PROJECT UNDERSTANDING The following points summarize Project 2. Median Relocation and Traffic Signal Modification Design • Concept Design Report outlining assumptions and design intent; • Median relocation (on Northgate Drive approach to Los Ranchitos), using existing construction control; • Traffic signal design including signal poles, vehicle and pedestrian displays, safety lighting, conduits, pull boxes, controller and service cabinets, and conductor and equipment schedules; • Installation of automatic pedestrian detection to enhance handicapped accessibility; • Minor civil improvements design for wheelchair ramps at crosswalk termini and associated corner details. SCOPE OF WORK Task 1 — Field Review/Meet with City KHA will meet with the City and conduct a field review of the project area to collect necessary information for project design. KHA will prepare a photo -log of the project area and collect intersection turning movement counts, as -built drawings and utility information. Deliverable: • Photo -Log Task 2 — Prepare 35% Concept Plans and Estimates KHA will prepare concept plans to show the proposed improvements, including locations of signal equipment, cabinet locations, conduits, and striping. KHA will assess the viability and desirability of installing video detection at this location. Preliminary estimates of probable costs will be developed based on the concept plans. KHA will contact the utility companies to obtain utility information in the project area. The assumptions and design intent will be summarized in a Concept Design Report. Deliverables: • Concept Design Report • Three (3) sets of Concept Plans and Estimate of Probable Cost • Utility Coordination Letters Kimley-Horn and Associates, Inc. Page 5 Scope of Services Professional Engineering Services for Intersection Improvements July 3, 2002 Task 3 — Prepare 65% Plans, Specifications, and Estimates KHA will prepare plans, specifications, and estimates of probable costs for the project. The plans will show the proposed intersection layout, signal details, and equipment/conductor schedules. Plans will be sent to the City and Utility companies for review. Special provisions will be prepared based on a City -supplied template (in electronic format). These will be prepared to be consistent with the City's standard practice, such that they can be easily inserted into the contract documents prepared by the City. Deliverable: • Three (3) sets of the Plans, Specifications, and Estimates (to City and utility companies) Task 4 — Prepare 95% Plans, Specifications, and Estimates Based on the 65 % comments from the City, KHA will prepare the 95 % PS&E package. Deliverable: • Three (3) sets of the Plans, Specifications, and Estimates Task 5 — Prepare Final 100% Plans, Specifications, and Estimates Based on the 95% comments from the City, KHA will prepare the Final 100% PS&E package. Deliverable: Three (3) pre -final review sets of Plans, Specifications, and Estimates Final Plans in Mylar Format Final Specifications and Estimates of Probable Cost in Hardcopy Format Task 6 — Bidding and Construction Support Services KHA will be available to support the City of Rafael during the bidding and construction phases of the project. Typical services include: • Answer questions during bidding process • Respond to Contractor's Request for Information • Design Recommendations • Field Review • Response to Contractor's Change Order Request Kimley-Hom and Associates, Inc. Page 6 Scope of Services Professional Engineering Services for Intersection Improvements July 3, 2002 Services for the Construction Phase will be provided on a time and materials basis, using KHA's standard billing rates. SCHEDULE KHA is prepared to begin work immediately upon receipt of the notice to proceed (NTP), and will endeavor to meet the City's scheduling needs. The proposed milestone schedule for the project is summarized below. Deliverable Submit 35% Concept Plans Submit 65% PS&E Submit 95% PS&E Submit Final 100% PS&E STAFFING Time 4 weeks from NTP 2 weeks from 35% review comments 2 weeks from 65% review comments 1 week from 95% review comments KHA will assign Paul Krupka, C.E., T.E. as Project Manager and Engineer of Work, and Steve Chan, E.E. as the Project Engineer for this project. FEE PROPOSAL KHA will provide the services outlined in the scope of services on a time and materials basis for a not to exceed amount of $19,400. The following table shows the estimated level of effort for Project 2. Kimley-Horn and Associates, Inc. Page 7 Scope of Services Professional Engineering Services for Intersection Improvements July 3, 2002 Level of Effort Estimate Task Krupka Chan Anani Clerical Total Task 1 -Field ReAev✓MmA City 4 4 4 2 14 Task 2 - 35% Concept Plans 4 8 24 2 38 Task 3 - 65% ME 4 8 24 2 38 Task 4 - 959/6 ME 2 8 12 2 24 Task 5 -100% PS&E 2 4 8 2 16 Task 6 - Design Services Bid/ConstiW 4 6 10 0 Total Hags 20 38 72 10 140 J Rte I $160 I I I I tabor Fee $3,200 $5,320 $7,560 $780 $16,860 In -House Fpenses (Telephone, Fax, Mleage, Copies, Computer, etc) $1,037 Direct Expenses (Blueprints, etc) $503 Computer at $15mour $1,000 Total $19,400 11 Services beyond the estimated level of effort will be provided as additional services, after authorization from the City. The fee includes labor cost, direct expenses and computer expenses incurred in performing these services. Other direct expenses, if any are necessary, will not be incurred without the City's authorization. The proposed fee is based on the assumption that the City of San Rafael will be responsible for bidding, advertisement, contract administration, signal timing and programming. Services other than those set forth in the Scope of Services shall constitute extra services. Extra services, such as attendance at meetings other than those included in the Scope of Services and changes in project location, shall be performed only with the City's authorization, and for additional fees to be negotiated prior to authorization. Fees will be invoiced monthly based upon the percentage of the services completed as of the invoice date. Kimley-Hom and Associates, Inc. Page 8 Scope of Services Professional Engineering Services for Intersection Improvements July 3, 2002 PROJECT 3: LINCOLN AVENUE / LINDEN LANE — LINDEN LANE PROJECT UNDERSTANDING The following points summarize Project 3. Traffic Signal Design • Concept Design Report outlining assumptions and design intent; • Traffic signal design including signal poles, vehicle and pedestrian displays, safety lighting, conduits, pull boxes, controller and service cabinets, and conductor and equipment schedules; this assumes that a single traffic signal would be used at this location; • Minor striping and signing modifications within the intersection limits and approaches; • Minor civil improvements design for wheelchair ramps at crosswalk termini and associated corner details. SCOPE OF WORK Task 1 — Field Review/Meet with City KHA will meet with the City and conduct a field review of the project area to collect necessary information for project design. KHA will prepare a photo -log of the project area and collect intersection turning movement counts, as -built drawings and utility information. Deliverable: • Photo -Log Task 2 — Prepare 35% Concept Plans and Estimates KHA will prepare concept plans to show the proposed improvements, including locations of signal poles, cabinet locations, conduits, interconnect conduits, and striping. Preliminary estimates of probable costs will be developed based on the concept plans. KHA will contact the utility companies to obtain utility information in the project area. KHA will contact Caltrans to obtain the Route 101 HOV Lane Gap Closure Project plans to identify any potential conflicts. KHA will assess various traffic control and access options to serve the two Linden Lane approaches. The assumptions and design intent will be summarized in a Concept Design Report. Deliverables: • Concept Design Report • Three (3) sets of Concept Plans and Estimate of Probable Cost • Utility Coordination Letters Kimley-Horn and Associates, Inc. Page 9 Scope of Services Professional Engineering Services for Intersection Improvements July 3, 2002 Task 3 — Prepare 65% Plans, Specifications, and Estimates KHA will prepare plans, specifications, and estimates of probable costs for the project. The plans will show the proposed intersection layout, signal details, and equipment/conductor schedules. Plans will be sent to the City and Utility companies for review. Special provisions will be prepared based on a City -supplied template (in electronic format). These will be prepared to be consistent with the City's standard practice, such that they can be easily inserted into the contract documents prepared by the City. Deliverable: • Three (3) sets of the Plans, Specifications, and Estimates (to City and utility companies) Task 4 — Prepare 95% Plans, Specifications, and Estimates Based on the 65 % comments from the City, KHA will prepare the 95 % PS&E package. Deliverable: • Three (3) sets of the Plans, Specifications, and Estimates Task 5 — Prepare Final 100% Plans, Specifications, and Estimates Based on the 95% comments from the City, KHA will prepare the Final 100% PS&E package. Deliverable: • Three (3) pre -final review sets of Plans, Specifications, and Estimates • Final Plans in Mylar Format • Final Specifications and Estimates of Probable Cost in Hardcopy Format Task 6 — Bidding and Construction Support Services KHA will be available to support the City of Rafael during the bidding and construction phases of the project. Typical services include: • Answer questions during bidding process • Respond to Contractor's Request for Information • Design Recommendations • Field Review • Response to Contractor's Change Order Request Kimley-Horn and Associates, Inc. Page 10 Scope of Services Professional Engineering Services for Intersection Improvements July 3, 2002 Services for the Construction Phase will be provided on a time and materials basis, using KHA's standard billing rates. SCHEDULE KHA is prepared to begin work immediately upon receipt of the notice to proceed (NTP), and will endeavor to meet the City's scheduling needs. The proposed milestone schedule for the project is summarized below. Deliverable Submit 35% Concept Plans Submit 65% PS&E Submit 95% PS&E Submit Final 100 %PS&E STAFFING Time 4 weeks from NTP 2 weeks from 35% review comments 2 weeks from 65% review comments 1 week from 95% review comments KHA will assign Paul Krupka, C.E., T.E. as Project Manager and Engineer of Work, and Steve Chan, E.E. as the Project Engineer for this project. FEE PROPOSAL KHA will provide the services outlined in the scope of services on a time and materials basis for a not to exceed amount of $16,900. The following table shows the estimated level of effort for Project 3. Kimley-Horn and Associates, Inc. Page 11 Scope of Services Professional Engineering Services for Intersection Improvements July 3, 2002 Level of Effort Estimate Task Krupka Chan ( Anani Clerical Total Task 1- Feld Rev mMbet Qty 4 4 4 2 14 Task 2 - 351/6 Concept Plans 2 6 16 2 26 Task 3 - 65% PS&E 2 6 24 2 34 Task 4 - 95% PS&E 2 6 12 2 22 Task 5 -100% PS&E 2 4 8 2 16 Task 6 - Design Servioes Bid/Construct 4 6 10 0 Total Haus 16 32 64 10 122 Rate I $160 I $140 I $78 I I Labor Fee $2,560 $4,480 $6,720 $780 $14,540 In -House Expenses (Telephone, Fax, Mleage, Copies, Computer, etc) $894 Direct Expenses (Blueprints, etc) $466 Computer at $15tmr $1,000 Total $16,900 Services beyond the estimated level of effort will be provided as additional services, after authorization from the City. Construction support services (Task 8) will be provided on a time -and -materials basis for a not -to -exceed cost of $1,500 (included in the total fee quoted). The fee includes labor cost, direct expenses and computer expenses incurred in performing these services. Other direct expenses, if any are necessary, will not be incurred without the City's authorization. The proposed fee is based on the assumption that the City of San Rafael will be responsible for bidding, advertisement, contract administration, signal timing and programming. Services other than those set forth in the Scope of Services shall constitute extra services. Extra services, such as attendance at meetings other than those included in the Scope of Services and changes in project location, shall be performed only with the City's authorization, and for additional fees to be negotiated prior to authorization. Fees will be invoiced monthly based upon the percentage of the services completed as of the invoice date. S:\Marketing\Proposals\SanRafael\san rafael proposal 3 final sos rl.doc Kimley-Horn and Associates, Inc. Page 12 FROM 'Abercrombie Ins FAX NO. :9043966137 Sep. 19 2002 11:17RM P5 DATE ,ACORD CERTIFICATE OF LIABILITY INSURANCE 09/199 /2002 PRODUCER ABiERCR02-MIE INSURANCA AGENCY, INC. P, O. BOX 5857 JACKSONVILLE FL 32247-5857 INSURED KIMLEY^HORN AND ASSOCIATES, INC. P O BOX 33068 THIS CERTIFICATE IS ISSUED AS A MATTER O INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, - EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURERA. TRAVELERS PROPERTY CASUALTY INS COMPANY INSURER D: INSURER C: INSURER 0• RALEIGH NC 27636-306 INSURER E. COVERAGES THE, POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WlITH RESPECT TO WHICH THIS CERTIFICATE MAY BF -ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. /1GGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I SRPOLICY EFFECTIVE POLICY EXPIRATION 1 TYPEOFINBURANCE POLICY NUMBER DA 1M DITY) OA (MMIDDreA GENERAL LIABILITY LIMITS A P-630-315X3Q76-TIL-02 09�01�%002 0901/20031,000,000EACH OCCURRENCE I X COMMERCIAL GENERAL LIAOWTY I FIRS DAMAGE (MY one fro) I 500,000 =CLAIMS MADE Fx_l OCCUR / / / / I MED L tr (AMY one Deman) s 5,()00 PERSONAL AADV INJURY I 1,000,000 2,000,000 2,000,000 1,000,00( 1,000,000 1,000,000 1,000,0001 DESCRIPTION OF OPERATIONSILOCATIONWEHICLESIEXCLUBIONS ADDED RY ENDORBEMENTISPECIAL PROVISIONo PROJECT, PJK/BM-097023006-INTERB6CTION n4PROVE2MNTS AT 4 I1'1'JiTi,R38CTION9 FOR SAN AAFAiL. THE CSTY, ITS oE'sTCERs, KRZ&GEI'9, ARY.OYE6S 6 VOLUNTEERS ARE AM'L INSUREDS FOR C1;FLIRAL G AUTO LIABa,ITY ONLY TOR THIS PRO=CT. ALL POLICIES AR& t?AIIQAAY . CERTIFICATE HOLDER I XI ADDITIONAL INSURED; INSURER LETTER.- CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES OE CANCELLED BEFORE THE EYPIRA710M DATE THgREOP, THE 13BUING INSURER WILL EKMt&OJfil4MM01 MAIL CITY OF SAN RAFAEL 30 DAYS WR"TEN NOTICE TO THE CERTTFICATB HOLDER NAMED TO THE LEFT, KWX ATTN: DAVID M. BERNARD, AI�ifKIXKdLA)Ilii�fl�MJl)IiCXO[l(aPt)tXIXa61M)()fHAM)061M14>fNE P O BOX 151560/1400 FIFTH AVEC I4X�( SAN RAFAEI, AUTHORIZE EPRESFA CA 94915-1560 CORD 26-S (7197) / 1- • r, `Iw IN5025S (1,eiDl.ot ELECTRONIC LASER FORMS. INC. _/eo0)7r7�S ®ACORO CORPORATION 1988 Page, T o(2 GENERAL AGGREGATE I �GEN'L AGGREGATE LIMMAPPLIES PER: n ,�R& n PRODUCTS - COMPIOP AGO 1$ X I POLICY Loc / / / / A AUTOMOBILE LIABILITY P—B10-171L6115—TIL—Oz 09/01/2002'09/01/2003 X ANY AUTO COMBINED SINGLE LIMIT (Em nedd,ad) I ALL OWNED ALTOS I SCMEDULGDAUTOS BODILY INJURY IParPorson) I X HIREDAUTOS I X NON -OWNED AUTOS BDOILY INJURY (Par eeeicir") I PROPERTY DAMAGE GARAGE LIABILITY (Paraceidanl) I I AUTO ONLY- EA ACCIDENT Is ANYALRD / / / / OTHER THAN FA ACC 3 AUTO ONLY: EXCESS LIABILITY / / / / AUG I I EACH OCCURRENCE OCCUR 17CLAIMS MADE i CAGGRECATE 1s DEDUCTIBLE / / Is RGfF.NTION S Is A WO KERS COMPENSATION AND B36G880-2,0z EMPLOYERB'I.IABILITV :09/01/2002 09/01/200",3` 1 vy �41It X IT STAlI7T,I I TN' I E L EACH ACCIDENT I I E.L. DISEASE - EA EMPLOYEEIS OTHER I F L. DISEASE - POLICY LIMIT I's 1,000,000 2,000,000 2,000,000 1,000,00( 1,000,000 1,000,000 1,000,0001 DESCRIPTION OF OPERATIONSILOCATIONWEHICLESIEXCLUBIONS ADDED RY ENDORBEMENTISPECIAL PROVISIONo PROJECT, PJK/BM-097023006-INTERB6CTION n4PROVE2MNTS AT 4 I1'1'JiTi,R38CTION9 FOR SAN AAFAiL. THE CSTY, ITS oE'sTCERs, KRZ&GEI'9, ARY.OYE6S 6 VOLUNTEERS ARE AM'L INSUREDS FOR C1;FLIRAL G AUTO LIABa,ITY ONLY TOR THIS PRO=CT. ALL POLICIES AR& t?AIIQAAY . CERTIFICATE HOLDER I XI ADDITIONAL INSURED; INSURER LETTER.- CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES OE CANCELLED BEFORE THE EYPIRA710M DATE THgREOP, THE 13BUING INSURER WILL EKMt&OJfil4MM01 MAIL CITY OF SAN RAFAEL 30 DAYS WR"TEN NOTICE TO THE CERTTFICATB HOLDER NAMED TO THE LEFT, KWX ATTN: DAVID M. BERNARD, AI�ifKIXKdLA)Ilii�fl�MJl)IiCXO[l(aPt)tXIXa61M)()fHAM)061M14>fNE P O BOX 151560/1400 FIFTH AVEC I4X�( SAN RAFAEI, AUTHORIZE EPRESFA CA 94915-1560 CORD 26-S (7197) / 1- • r, `Iw IN5025S (1,eiDl.ot ELECTRONIC LASER FORMS. INC. _/eo0)7r7�S ®ACORO CORPORATION 1988 Page, T o(2 Sep -19-2002 08.49am From- T-048 P.001/001 F-488 .ORD_ CERTIFICA'i E OF LIABELITY INSL DANCEI 9/19102ntu /DDIM rltonlresa TIM CERTIFICATE IS ISSUED As A IVL.TP : R OF INFORMATION BB&T Insurance Services, Inc. ONLY AND CONFERS NO RIGIM UPGr I THE CERTIFICATE 7823 National Service Road HOLDER. THIS CERTIFICATE DOES '4C1' AD'IEND, EXPEND OR 2nd Floor ALTER THE COVERAGE AFFORDED 13Y 1 I._(: POLICIES BELOW. Greensboro, NC 27419 INSURF'nc AFFORDING OW fUGE INSUReRA: Security Insurance Co of Hartf, —J Klmley-Horn and Associates, Inc. — — — - -- - INSURBR B: Attn- Mindy Zuni INSUMC: --- PO Box 33068 TsuRBRD: -- --- --�- - - -- -. - Raleigh, NC 27636 mSURJ?R r? - COVE RAGES TIV; POLICIES UI'" INSURANCIE LISTED 01:10W HAVE DEEM (!:SUED TO THE INSURED NAMED ABOVE POR THE POLICY PER10D ' HDI. _TTM. NOTWITI-ISTANDI NC ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CI•RTII I.: %TE NAY BE ISSUED OI MAY PERTAIN, THE INSURANCE APMRPED BY THE POLICIES DESCIUBED HEREIN IS SUMECT TO ALL TILE TEAMS. EXCLUSIOIN .AND CONDITIONS OF SUCE POLICIES. ACCREGATL• UMM'S SHOWN MAY HAVE BEEN REDUCED 11Y PAID CLAIMS. POLWITF-EkscriYE POLICY6�A1'LON INSU I'M OF INSTJ2tANCF T POLICY N MAIL VATN (WMrDWM _BATR rMM/DDNVL - . LIHM GEMRAL LIA3ILrrY 94M OCCURRPAC6 ICOMMFRCLLL06NtiKALLIMLLDY FIRS DAJNAOR(A.ya.r I:,a)_ f I CLAIMS MADQ l� OCCUR MED M (Any mK wr. _ -i— PERSONAL $ AD% INIa t Y S _^-- OFNMtAL AGGRE GAS Is IGENLAr-GRGGATELIMITAPPL15YP6K:I PRODUCTS-COIIPrt AUG S M-- POLICY I I MRO- I - IF.(`i' ' LOC AUTUMOIILLIiL7ABIIJ7'Y ANY ALITO I ALI. nWNaD AUTO$ SCHSDULRDAUTOS HOMO AUTOS NON -O WNE D ALIT05 I I GABAGb 1-xAD1LrIY-- '— ANY AUTO -Auw m LIALILITY I' • j ULtiuR I CLAIMS MADE DEDUCT41ILD RETENVION S WOyRKEuy COMMNSATION AND RMPLOYERS' LIAOILITY A I &'%NO Professional PL119905 08/01/02 08/01/04 (•Liability nLhGIU11rInN OF OIERATION6/LOCATIONC/YMITI CI65XXCLYl6CONR AE DED BY IINDOR=UCNI'IJiMCIAL PROWSIONS PJKISMC - 097023004 - Intersection Improvements at 4 Intersections for San Rafael ChRT[rICATEHOLDER I In DDM3NALriSIMXX):DiSITUALETIEft: City of San Fafael Att: David M. Bernardi, Director Public Works P O Box 15160 1400 Fifth Avenue San Fafael. CA 94915.1560 ACORD 25-5 (7197) 1 of 2 4S697238/M618349 COMBINED SINGI.0 6t .r.'I' S IS&;WC ACM) BODILYIWURY = BODILYINJURY (Nerxcld,plQ PROPERTY DAM„GF 9 (Per xvi&M ALIT'O ONLY - IIA ACI CANT 5 OTHER THAN I• . ACC i_ --- AUTOONLY: AGO BACH ❑CCURRE.•ICr. 3 ACCRa6AT6- I WCSTATV- I I PR -- -- F.L. EACH ACCD -i1(aM- 5.L, DISEASE • `+ �,• r:.OYES L EL. DISEASE - I OLa f LIMIT I. - Limit: $1,000, 00 CANCELLATION 6noum ANYOPTHN A's OVR DRSCRmBD POL317m BEL ANI 0 -RD b E9ORB TILL• ax mAn3 N CATJC T1IDtL'OG, TIIE139MC; INSXMZR WMJLKI =AVOlt IODIAII-1f — PANS WRn7EN NOTCK74YCIIHCERMECATCHOIDERNA04NDTOTHBIjWt IIII'rPAII.URCTOD050SHAU. ZHPDBS NOODI-IrA'30N GR V V&UUMVOF ANVXI ND 1 rPCd. 'Ilf k INSIIIMRJM AGENTS OB DX1TX-4 MATrM. AUTHORrnta RRPR SBNTA I — (.- . JCD 0 P111iff ORPORATION 1998