HomeMy WebLinkAboutPW Tamalpais Avenue Queue Cutter ProjectCITY of Agenda Item No: 5.c Meeting Date: March 7, 2016 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: Dean Allison, City Manager Approval: Director of Public Works File No.: 18.01.81 TOPIC: TAMALPAIS AVENUE QUEUE CUTTER IMPROVEMENT PROJECT. SUBJECT: ADOPTION OF RESOLUTIONS RELATED TO THE TAMALPAIS AVENUE QUEUE CUTTER IMPROVEMENT PROJECT, CITY PROJECT NO. 11272: 1. RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONSTRUCTION CONTRACT FOR THE TAMALPAIS AVENUE QUEUE CUTTER IMPROVEMENT PROJECT TO GHILOTTI BROS., INC., IN THE AMOUNT OF $1,247,146, AND APPROPRIATING AN ADDITIONAL $273,000 OF TRAFFIC MITIGATION FUNDS 2. RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT FOR A PROPOSAL FROM PARK ENGINEERING FOR INSPECTION SERVICES ASSOCIATED WITH THE TAMALPAIS AVENUE QUEUE CUTTER IMPROVEMENT PROJECT, IN THE AMOUNT OF $56,000 3. RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO EXECUTE AN AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR ADDITIONAL SERVICES IN CONNECTION WITH THE TAMALPAIS AVENUE QUEUE CUTTER IMPROVEMENT PROJECT AND TO INCREASE THE COMPENSATION BY $90,000, FOR A TOTAL NOT -TO -EXCEED AMOUNT OF $254,260 RECOMMENDATION: Adopt three resolutions in connection with the Tamalpais Avenue Queue Cutter Improvement Project. BACKGROUND: Sonoma -Marin Area Rail Transit (SMART) will begin commuter rail operations between Santa Rosa and downtown San Rafael in late 2016. The initial phase will terminate at a new SMART station between Third and Fourth Streets. The initial phase will include at -grade crossings in FOR CITY CLERK ONLY File No.: 4-1-679 / 4-3-613 / 4-3-604 Council Meeting: 03/07/2016 Disposition: Resolutions 14081, 14082, 14083 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa2e: 2 downtown San Rafael at Mission Avenue, Fifth Avenue and Fourth Street. Because each of the at -grade crossings in downtown is in close proximity to a traffic signal, it is possible that traffic queued up at the traffic signal could back up onto the rail line. To reduce the possibility of traffic backing up onto the rail line, Queue Cutter traffic signals will be constructed at each of the three crossings. As part of the project design, a multi -modal study was prepared to assure that all modes of travel are considered. The study addressed accessibility issues, bicycle travel, and pedestrian and vehicle concerns within the project area. Based on that study the project includes the construction of eleven curb ramps, storm drain improvements at the intersection of Tamalpais Avenue and Fifth Avenue, and the widening of the sidewalk on the south side of Fourth Street between Hetherton Street and Tamalpais Avenue. ANALYSIS: In addition to the actual construction contract, limitations on staff resources will require staff to obtain outside contractors to perform certain services needed for completion of the Queue Cutter project. Therefore, staff is recommending that the Council approve three separate agreements, as set forth below. 1. Resolution re Award of Construction Contract The project was advertised in accordance with San Rafael's Municipal Code on January 21, 2016, and on February 18, 2016 at 10:00 AM the following bids were received and read aloud: BIDDER AMOUNT Ghilotti Brothers, Inc. $1,247,146. Ghilotti Construction Company $1,299,936. Tennyson Electric, Inc. $1,423,820.* *The bid from Tennyson Electric contained an arithmetic error which added $40,500 to the original bid of $1,383,320. The engineer's construction cost estimate is $1,450,000. The construction bids have been reviewed by Public Works staff and found to be responsive and the contractor responsible. The low bid is from Ghilotti Brothers, Inc. ($1,247,146). The proposed resolution would award the contract for the project to Ghilotti Brothers, Inc. The resolution would also approve the appropriation of additional needed funds in the amount of $273,000 from the Traffic Mitigation Fund. 2. Resolution re Agreement with Park Enaineerins for Inspection Services Managing construction throughout the duration of the Queue Cutter project will require inspection services to review contractor work and manage coordination between SMART and other downtown construction projects near the railroad tracks. At this time, Public Works does not have the staff resources to dedicate field inspectors to this project. On January 22, 2016, Public Works solicited Statements of Qualifications, including billing rate schedules, for inspection services. Five statements from qualified firms were received on February 5, 2016. All were evaluated by City staff based on criteria specified in the Request for Qualifications including, but not limited to, understanding of the work to be done, previous experience with similar projects, qualified personnel, and familiarity with City standards and the local area. Staff recommends Park Engineering as the most qualified consultant for this project. SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa2e: 3 As Park Engineering is currently providing inspection services for the Regional Transportation System Enhancements ("RTSE") project, of which the Queue Cutter project was originally a part, they are uniquely positioned to provide the most efficient inspection services and streamline communication between the construction contractors, SMART, and City staff. Park Engineering has submitted a proposal to perform the inspection services in an amount not to exceed $56,000; and staff has reviewed the proposal and has found it to be complete and within industry standards. The proposal is within the original estimated inspection budget of $100,000. The Council should note that as part of the construction, material testing is required. This work is performed by an on-call specialty firm who has the expertise and equipment necessary to perform concrete tests, asphalt gradation, compaction testing and other tests that are needed to certify that the material installed is compliant with the specifications for the project. Staff recommends allocating $10,000 for this task from the inspection funds as well. The recommended Resolution would authorize the City Manager to execute a professional services agreement with Park Engineering for the required inspection services, in an amount not to exceed $56,000. 3. Resolution re Apareement with Kimlev-Horn for Enaineerin2 Dunne Construction A significant amount of engineering services will be required during construction and the initial stages of operation to assure that the improvements are properly integrated with the City's RTSE project and Marin Emergency Radio Authority ("MERA") Tower Retrofit project, as well as the improvements constructed by SMART. It is essential that all the systems work seamlessly together. In order to ensure this, staff recommends authorizing additional services with Kimley-Horn and Associates to include setting up and shop testing all communication components of the RTSE, Queue Cutter, and MERA Tower projects. Doing so will verify functionality and will allow for troubleshooting with the installation contractor and coordination with MERA, City's Information Technology Department, product vendors, the California Public Utilities Commission ("CPUC"), and SMART staff. The proposed resolution would authorize the City Manager to execute an amendment to the existing professional services agreement with Kimley-Horn and Associates to include the additional services, in an additional amount not to exceed $90,000, bringing the total contract amount to $254,260. PUBLIC OUTREACH: Public Works staff has attended various meetings to inform the public about the RTSE and Queue Cutter projects, reviewed the potential impacts on traffic during construction, and provided updates on SMART - related construction activity in the downtown area. Meetings attended include: ■ City Council meeting presentation on January 20, 2015 as part of SMART update; ■ Federation of San Rafael Neighborhoods/North San Rafael Coalition of Residents meeting on June 24, 2015; ■ Bicycle and Pedestrian Advisory Committee (BPAC) on July 1, 2015; ■ Economic Vitality Committee meeting on July 14, 2015; and ■ Citizens Advisory Committee (CAC) meeting on August 6, 2015; ■ Americans with Disabilities (ADA) Access Advisory Committee meeting on December 2, 2015; ■ City Council meeting presentation on January 19, 2016 as part of SMART update; and ■ City Council meeting presentation on February 16, 2016 as part of signal pole procurement. SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 4 FISCAL IMPACT: This project is supported by Traffic Mitigation Funds, Fund No. 246. The project is identified and conforms to Policy C-6 of the City's General Plan 2020, which identifies Major Planned Circulation Improvement projects for the City of San Rafael as shown in Exhibit 21 of that document. The following summarizes the budget for the referenced project: Funding Source Funding Source Amount Note(s) Traffic Mitigation Funds, #246 $1,591,000 Funds previously appropriated Traffic Mitigation Funds, #246 $273,000 New appropriation Total Available Funds $1,864,000 Exuenses Category -Eden Expense Code Amount Note(s) Expenses Kimley-Horn and Associates, Inc. — previously Design -01 $164,260 authorized Kimley-Horn and Associates, Inc. — Design -01 $90,000 amendment for project integration Supplies and Services -07 $889 Document reproduction Construction -02 $63,705 Procurement of traffic signal poles Construction contract amount (Ghilotti Construction -02 $1,247,146 Brothers, Inc.) Category -Eden Expense Code Amount Note(s) Expenses — Continued Construction contingency (approximately Construction -02 $206,999 16%) Estimated PG&E engineering and construction Construction -02 $25,000 fees for electrical services Construction Inspection Services (Park Construction -02 $56,000 Engineering, Inc.) Estimated miscellaneous construction services Construction -02 $10,000 (i.e., materials testing, etc.) Total Expenses $1,864,000 OPTIONS: 1. Adopt all three resolutions as presented; 2. The Council may decline to approve one or more of the three contracts identified above. Depending on the type of contract in question, City staff will solicit additional proposals for inspection and/or design integration services or rebid the construction contract. If this option is chosen, soliciting new proposals or rebidding the project will delay construction and integration of the RTSE, Queue Cutter, and MERA Tower projects by approximately two months, and may result in increased traffic downtown near the SMART station should SMART begin dynamic testing of the train before the City can install, test, and integrate the aforementioned projects. SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa2e: 5 3. The Council may decline to approve any of the three contracts identified above. This option will result in the loss of rail coordination capabilities and may result in additional traffic impacts to the downtown area once SMART service begins. ACTION REQUIRED: Staff recommends that the City Council: 1. Approve the resolution awarding the construction contract to Ghilotti Brothers, Inc. in the amount of $1,247,146 and appropriating additional funds of $273,000 from the Traffic Mitigation Fund; 2. Approve the resolution authorizing the City Manager to execute a professional services agreement with Park Engineering for inspection services in an amount not to exceed $56,000; 3. Approve the resolution authorizing the City Manager to execute an amendment to the professional services agreement with Kimley-Horn and Associates for engineering services during construction, increasing the total contract amount by a sum not to exceed $90,000. ATTACHMENTS: 1. Resolution awarding construction contract to Ghilotti Brothers, Inc.; 2. Resolution authorizing the City Manager to execute a professional services agreement with Park Engineering for inspection services; 3. Resolution authorizing the City Manager to execute an amendment to the professional services agreement with Kimley-Horn and Associates for engineering services. RESOLUTION NO. 14083 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO EXECUTE AN AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR ADDITIONAL SERVICES IN CONNECTION WITH THE TAMALPAIS AVENUE QUEUE CUTTER IMPROVEMENT PROJECT AND TO INCREASE THE COMPENSATION BY $90,000, FOR A TOTAL NOT - TO -EXCEED AMOUNT OF $254,260 WHEREAS, the City Council adopted Resolution number 14034 on November 16, 2015 authorizing the City Manager to enter into a Professional Services Agreement with Kimley-Horn and Associates, Inc. to provide engineering services in connection with the Tamalpais Avenue Queue Cutter Improvement Project, City Project No. 11272, in an amount not to exceed $164,260 (the "Agreement"); and WHEREAS, additional professional engineering services are needed for integration of the Tamalpais Avenue Queue Cutter Improvement Project with the Regional Transportation System Enhancements ("RTSE") and Marin Emergency Radio Authority ("MERA") Tower Retrofit projects; and WHEREAS, staff received a proposal from Kimley-Horn and Associates, Inc., attached hereto as Exhibit A and incorporated herein by reference, for the required additional engineering services in an amount not -to -exceed $90,000; and WHEREAS, staff has reviewed the proposal and found it to be complete and within industry standards. NOW, THEREFORE, BE IT RESOLVED that the City Council hereby authorizes the City Manager to execute an amendment to the existing Professional Services Agreement with Kimley-Horn and Associates, Inc. for the additional work described in Exhibit "A", subject to final approval as to form by the City Attorney, in an additional amount not to exceed $90,000, for a total contract cost not to exceed $254,260. BE IT FURTHER RESOLVED that the Director of Public Works is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. 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 City Council of said City held on Monday, the 7th day of March, 2016 by the following vote, to wit: AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None ESTHER C. BEIRNE, City Clerk File No.: 18.01.81 AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR ADDITIONAL SERVICES IN CONNECTION WITH THE TAMALPAIS AVENUE QUEUE CUTTER IMPROVEMENTS PROJECT AND INCREASING THE COMPENSATION BY $90,000, FOR A TOTAL NOT -TO -EXCEED AMOUNT OF $254,260. This Amendment to the Professional Services Agreement by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and KIMLEY-HORN AND ASSOCIATES, INC., a corporation (hereinafter "CONTRACTOR"), is made and entered into as of the 7 ?f/ day of I" 1,42c.r, , 2016. RECITALS WHEREAS, pursuant to City Council Resolution No. 14034, CONTRACTOR entered into a Professional Services Agreement with CITY dated November 16, 2015 to provide engineering services for the Tamalpais Avenue Queue Cutter Improvements project for an amount not -to -exceed $164,260 (the "Agreement"); and WHEREAS, CITY requires additional services from CONTRACTOR for integration of the Tamalpais Avenue Queue Cutter Improvements project with the Regional Transportation System Enhancements (RTSE) and Marin Emergency Radio Authority (MERG) Tower Retrofit projects and CONTRACTOR is willing to provide such services; AMENDMENT TO AGREEMENT NOW, THEREFORE, the parties hereby agree to amend the Agreement as follows: 1. Section 2 of the Agreement, entitled "DUTIES OF CONTRACTOR" is hereby amended to include the "Scope of Work from CONTRACTOR attached hereto as Exhibit "A" and incorporated herein by reference. 2. Section 4 of the Agreement, entitled "COMPENSATION" is hereby amended to increase the compensation payable to CONTRACTOR according to the "Fee Estimate" included in Exhibit "A" attached hereto, not -to -exceed $90,000, and to change the total agreement compensation to a not -to -exceed amount of $254,260. 3. Except as specifically amended herein, all of the other provisions, terms and obligations of the Agreement between the parties, as executed on November 16, 2015, shall remain unchanged and in full force and effect. IN WITNESS WHEREOF, the parties have executed this Amendment on the day, month, and year first above written. CITY OF SAN RAFAEL KIMLEY-HORN AND ASSOCIATES, INC. JIS HUTZ, Ci anager ATTEST: ESTHER C. BEIRNE, City Clerk APPROVED AS TO FORM: ROBERT F. EPSTElN Cty AdoFne Y Name` 2 Kimley>Morn EXHIBIT A The following presents our proposal for additional professional services as part of the Tamalpais Avenue Queue Cutter Improvements Project. The Scope of Work and Fee Estimate is based on our understanding of the project and our team's experience in the deliverables from similar City projects. SCOPE OF WORK Task 1: Traffic Signal Controller and Communications System Design, Testing and Integration This task consists of services to include, but not be limited to, the following project elements: • Conduct Cabinet Builds and Testing; • Configure and Test Traffic Controllers; • Plan, coordinate, and set up a testbed; • Prepare design details for equipment installations; • Assistance with traffic simulation modeling; • Configure traffic signal equipment for the testbed; • Prepare test plans and scripts; • Coordinate with equipment suppliers on the set up and testing; • Conduct testing as part of the testbed; • Document testing results; • Prepare equipment for field installation once testing is completed; • Prepare documentation of the equipment configuration parameters; and • Prepare traffic signal and preemption timings. We will conduct cabinet builds and controller testing for the queue cutters and the intersection of Los Ranchitos Road and North San Pedro. For the cabinet builds, we will gather the cabinet equipment delivered by the traffic signal system manufacturer (Econolite) and install each item in their respective cabinets. Once all of the items are installed we will conduct a test of each cabinet to ensure that each item is working properly. As a separate effort, we will configure and test each of the traffic controllers for the queue cutters to be consistent with the operations outlined in the design. Once the cabinet builds and traffic controllers have been tested, we will install the traffic controllers in their assigned cabinets and conduct a seven day "burn in" test of the controller and cabinet assembly. Once the seven day test is complete, we will tag the cabinets and traffic controllers as ready to be installed in the field. We will develop a plan for the testing of the traffic signal and communications equipment. This includes the preparation of a testbed layout diagram which illustrates all of the equipment and connections, the specific equipment types, and all associated cables and connectors. The testbed layout will be configured to match the design of the communications system including all redundant connections. Part of this effort will be coordinating with the City's traffic signal system vendor Kimdey>>)Horn Page 2 (Econolite) assisting in the integration of the traffic signal controllers with the central signal system (Centracs). We will prepare design details for the installation of specific equipment types as necessary (e.g., radio antennas) for the MERA Tower Retrofit Project. This includes details for mountings on signal poles, mast arms or antenna towers. This also includes details for the radio equipment to be installed at City intersections to communicate with the backhaul radios to be installed on Dollar Hill. We will provide technical assistance to the City on the fine tuning of the City's existing VISSIM traffic model. This effort includes providing reviews of the model, assistance with questions on the model and technical support for the modifications and troubleshooting of the model. We have assumed based on direction from the City that this task will consist of up to 20 hours of KHA staff time. Should technical support be necessary beyond this number of hours, a separate proposal for the additional KHA staff hours will be required. We will prepare a test plan and associated test scripts that will allow the City to test the communications connections between the end equipment and the traffic signal controllers. The intent is to configure all of the field equipment to be ready for field installation, including the configuration parameters (i.e., IP addresses, VLANs, port assignments, etc.). Once the testbed is completed, we will document the specific equipment configuration parameters for the City's records and use during operations and maintenance of the system. We will prepare and program traffic signal and railroad preemption timings for two traffic controllers to be installed at the following locations that are adjacent to SMART crossings: • Los Ranchitos Road at North San Pedro Road; and • Civic Center Drive at McInnis Parkway. We will prepare and document the preemption calculations and work with the City to test the controllers with the preemption timings to the extent possible prior to installation in the field. Deliverables: • Testbed setup and configuration • Test plans and scripts • Test results • Design details for equipment installation • Equipment configuration documentation • Traffic controller signal and preemption timings including preemption calculations Task 2: Assistance with Field Deployment and Acceptance Testing This task consists of services to include, but not be limited to, the following project elements: Kimley>>)Horn Page 3 • Answer RFIs related to the City -supplied equipment prior to and during field installation; • Assist the City and contractor in the field during the installation of the equipment; • Coordinate with the contractor during acceptance testing; • Document acceptance testing results; • Field fine tune traffic signal and preemption timings; and • Review up to five (5) CCOs. The five (5) CCOs listed above are in addition to the two (2) CCO reviews previously included with the original Tamalpais Avenue Queue Cutter Improvements Scope of Work. We will coordinate with the contractor during the field installation of the equipment providing assistance and oversight. Our role will include documenting that the correct equipment is installed at the correct locations, and that the connections are made per the plans and specifications for both the Regional Transportation System Enhancements (RTSE) and Tamalpais Avenue Queue Cutter Improvements projects. Once we have documented that the field equipment is installed at the correct locations, we will conduct testing of the equipment similar to the testing conducted on the testbed. We will document the test results to assist the City in the verification of the acceptance testing. We will assist Econolite and City IT to bring on-line all of the traffic signal controllers installed in the field as part of the RTSE and Tamalpais Queue Cutter projects. We will provide field implementation assistance during the installation of the traffic signal controllers at the following two locations: • Los Ranchitos Road at North San Pedro Road; and • Civic Center Drive at McInnis Parkway. The traffic controllers will be programed under Task 1. Our effort includes the fine tuning of the preemption operations in the field coordinating closely with the City and SMART. Deliverables: • Acceptance testing results • Final signal timing sheets including preemption settings Task 3: Agency Coordination During the field installation of the equipment, we anticipate that we will coordinate with the following agencies providing assistance and oversight: • California Public Utilities Commission (CPUC) • SMART • MERA 1300 Clay Street, Suite 325, Oakland, CA 94612 Kimlep Horn • City Public Works • City IT Page 4 This coordination includes, but is not limited to, addressing any issues that relate to the communications and operations of the traffic signal controllers, including preemption notifications and events, preemption calls initiated over the communication lines (peer-to-peer), remote management of the traffic signal operations over the communications system, troubleshooting, and general equipment configuration and operations. Deliverables: • Documentation of decisions (as necessary) FEE ESTIMATE Our estimated fee to perform the services described above is $90,000. The table below summarizes the costs per task which includes all administrative costs and direct expenses. System Testing and Integration Field Deployment Assistance and Acceptance Testing 3 Agency Coordination I $6,500 Direct Expenses I $900 TOTAL: I $90,000 1300 Clay Street, Suite 325, Oakland, CA 94612 Kimley >)Horn EXHIBIT A The following presents our proposal for additional professional services as part of the Tamalpais Avenue Queue Cutter Improvements Project. The Scope of Work and Fee Estimate is based on our understanding of the project and our team's experience in the deliverables from similar City projects. SCOPE OF WORK Task 1: Traffic Signal Controller and Communications System Design, Testing and Integration This task consists of services to include, but not be limited to, the following project elements: • Conduct Cabinet Builds and Testing; • Configure and Test Traffic Controllers; • Plan, coordinate, and set up a testbed; • Prepare design details for equipment installations; • Assistance with traffic simulation modeling; • Configure traffic signal equipment for the testbed; • Prepare test plans and scripts; • Coordinate with equipment suppliers on the set up and testing; • Conduct testing as part of the testbed; • Document testing results; • Prepare equipment for field installation once testing is completed; • Prepare documentation of the equipment configuration parameters; and • Prepare traffic signal and preemption timings. We will conduct cabinet builds and controller testing for the queue cutters and the intersection of Los Ranchitos Road and North San Pedro. For the cabinet builds, we will gather the cabinet equipment delivered by the traffic signal system manufacturer (Econolite) and install each item in their respective cabinets. Once all of the items are installed we will conduct a test of each cabinet to ensure that each item is working properly. As a separate effort, we will configure and test each of the traffic controllers for the queue cutters to be consistent with the operations outlined in the design. Once the cabinet builds and traffic controllers have been tested, we will install the traffic controllers in their assigned cabinets and conduct a seven day "burn in" test of the controller and cabinet assembly. Once the seven day test is complete, we will tag the cabinets and traffic controllers as ready to be installed in the field. We will develop a plan for the testing of the traffic signal and communications equipment. This includes the preparation of a testbed layout diagram which illustrates all of the equipment and connections, the specific equipment types, and all associated cables and connectors. The testbed layout will be configured to match the design of the communications system including all redundant connections. Part of this effort will be coordinating with the City's traffic signal system vendor Kimley >> Horn Page 2 (Econolite) assisting in the integration of the traffic signal controllers with the central signal system (Centracs). We will prepare design details for the installation of specific equipment types as necessary (e.g., radio antennas) for the MERA Tower Retrofit Project. This includes details for mountings on signal poles, mast arms or antenna towers. This also includes details for the radio equipment to be installed at City intersections to communicate with the backhaul radios to be installed on Dollar Hill. We will provide technical assistance to the City on the fine tuning of the City's existing VISSIM traffic model. This effort includes providing reviews of the model, assistance with questions on the model and technical support for the modifications and troubleshooting of the model. We have assumed based on direction from the City that this task will consist of up to 20 hours of KHA staff time. Should technical support be necessary beyond this number of hours, a separate proposal for the additional KHA staff hours will be required. We will prepare a test plan and associated test scripts that will allow the City to test the communications connections between the end equipment and the traffic signal controllers. The intent is to configure all of the field equipment to be ready for field installation, including the configuration parameters (i.e., IP addresses, VLANs, port assignments, etc.). Once the testbed is completed, we will document the specific equipment configuration parameters for the City's records and use during operations and maintenance of the system. We will prepare and program traffic signal and railroad preemption timings for two traffic controllers to be installed at the following locations that are adjacent to SMART crossings: • Los Ranchitos Road at North San Pedro Road; and • Civic Center Drive at McInnis Parkway. We will prepare and document the preemption calculations and work with the City to test the controllers with the preemption timings to the extent possible prior to installation in the field. Deliverables: • Testbed setup and configuration • Test plans and scripts • Test results • Design details for equipment installation • Equipment configuration documentation • Traffic controller signal and preemption timings including preemption calculations Task 2: Assistance with Field Deployment and Acceptance Testing This task consists of services to include, but not be limited to, the following project elements: Kimley >> Horn Page 3 • Answer RFIs related to the City -supplied equipment prior to and during field installation; • Assist the City and contractor in the field during the installation of the equipment; • Coordinate with the contractor during acceptance testing; • Document acceptance testing results; • Field fine tune traffic signal and preemption timings; and • Review up to five (5) CCOs. The five (5) CCOs listed above are in addition to the two (2) CCO reviews previously included with the original Tamalpais Avenue Queue Cutter Improvements Scope of Work. We will coordinate with the contractor during the field installation of the equipment providing assistance and oversight. Our role will include documenting that the correct equipment is installed at the correct locations, and that the connections are made per the plans and specifications for both the Regional Transportation System Enhancements (RTSE) and Tamalpais Avenue Queue Cutter Improvements projects. Once we have documented that the field equipment is installed at the correct locations, we will conduct testing of the equipment similar to the testing conducted on the testbed. We will document the test results to assist the City in the verification of the acceptance testing. We will assist Econolite and City IT to bring on-line all of the traffic signal controllers installed in the field as part of the RTSE and Tamalpais Queue Cutter projects. We will provide field implementation assistance during the installation of the traffic signal controllers at the following two locations: • Los Ranchitos Road at North San Pedro Road; and • Civic Center Drive at McInnis Parkway. The traffic controllers will be programed under Task 1. Our effort includes the fine tuning of the preemption operations in the field coordinating closely with the City and SMART. Deliverables: • Acceptance testing results • Final signal timing sheets including preemption settings Task 3: Agency Coordination During the field installation of the equipment, we anticipate that we will coordinate with the following agencies providing assistance and oversight: • California Public Utilities Commission (CPUC) • SMART • MERA Kimley >> Horn Page 4 • City Public Works • City IT This coordination includes, but is not limited to, addressing any issues that relate to the communications and operations of the traffic signal controllers, including preemption notifications and events, preemption calls initiated over the communication lines (peer-to-peer), remote management of the traffic signal operations over the communications system, troubleshooting, and general equipment configuration and operations. Deliverables: • Documentation of decisions (as necessary) FEE ESTIMATE Our estimated fee to perform the services described above is $90,000. The table below summarizes the costs per task which includes all administrative costs and direct expenses. Field Deployment Assistance and Acceptance Testing 3 Agency Coordination $6,500 Direct Expenses $900 TOTAL: $90,000 I im"a -ho T• . • om 1300 Clay Street, Suit 325 Oakland, C 9461' K"5,1= 25 •712 PROFESSIONAL SERVICES AGREEMENT/CONTRACT COMPLETION CHECKLIST AND ROUTING SLIP Below is the process for getting your professional services agreements/contracts finalized and executed. Please attach this "Completion Checklist and Routing Slip" to the front of your contract as you circulate it for review and signatures. Please use this form for all professional services agreements/contracts (not just those requiring City Council approval). This process should occur in the order presented below. Step Responsible Description Completion Department ate 1 City Attorney Review, revise, and comment on draftI/b agreement. -vlo 2 Contracting Department Forward final agreement to contractor for their signature. Obtain at least two signed originals from contractor. 3 Contracting Department Agendize contractor -signed agreement for Council approval, if Council approval N � A(o necessary (as defined by City Attorney/Cit Ordinance*). 4 City Attorney Review and approve form of agreement; bonds, and insurance certificates and endorsements. �( 5 City Manager / Mayor / or Agreement executed by Council authorized Department Head official. 6 City Clerk City Clerk attests signatures, retains original agreement and forwards copies to the contracting department. To be completed by Contracting Department: Project Manager: dt LO-/k=i- �Ouilcl Project Name: 6h Lf -,L LC- ('CCttT�r— X/���1�y Agendized for City Council Meeting of (if necessary): If you have questions on this process, please contact the City Attorney's Office at 485-3080. * Council approval is required if contract is over $20,000 on a cumulative basis. 9� C9CIFORN�� ROUTING SLIP / APPROVAL FORM INSTRUCTIONS: Use this cover sheet with each submittal of a staff report before approval by the City Council. Save staff report (including this cover sheet) along with all related attachments in the Team Drive (T:) --> CITY COUNCIL AGENDA ITEMS 4 AGENDA ITEM APPROVAL PROCESS 4 [DEPT - AGENDA TOPIC] Agenda Item # Date of Meeting: 3/7/2016 From: Dean Allison Department: Public Works Date: 2/16/2016 Topic: AWARD THE CONSTRUCTION CONTRACT, INCREASE THE PROJECT BUDGET, INSPECTION SERVICES CONTRACT, AND EXECUTE AN AMENDMENT TO A PROFESSIONAL SERVICES AGREEMENT FOR THE TAMALPAIS AVENUE QUEUE CUTTER IMPROVEMENTS PROJECT. Subject: RESOLUTIONS OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL: 1) AWARDING A CONSTRUCTION CONTRACT TO GHILOTTI BROTHERS, INC., iN THE AMOUNT OF $1,247,146; 2) APPROPRIATING AN ADDITIONAL $273,000 OF TRAFFIC MITIGATION FUNDS, AND 3) ACCEPTING A PROPOSAL FROM PARK ENGINEERING IN THE AMOUNT OF $56,000 FOR INSPECTION SERVICES; and 4) ACCEPTING A PROPOSAL FROM KIMLEY-HORN AND ASSOCIATES, INC. TO AMEND THE PROFESSIONAL SERVICES AGREEMENT (psa) BY $90,000, INCREASING THE TOTAL NOT -TO -EXCEED $254,260, ALL FOR THE TAMALPAIS AVENUE QUEUE CUTTER IMPROVEMENTS PROJECT, CITY PROJECT NO. 11272. Type: ® Resolution ❑ Ordinance ❑ Professional Services Agreement ❑ Other: APPROVALS ® Finance Director Remarks: Van -approved ❑ City Attorney Remarks: LG -Approved 3/1/16 with changes. ❑ Author, review and accept City Attorney / Finance changes Remarks: ❑ City Manager Remarks: FOR CITY CLERK ONLY File No.: Council Meeting: Disposition: F ,e,Fd YAV-11�wrAo Ift- �, .� - =_� -��� -=_�--a --fly - _ _.� - �� _ N Lk I •. L _ I Y. - - - 9 T f Vii! f - Ago ml AIN '� rd sr 4miL m IN f I i ii I North 1 I II ri IF 1� 1 1I I ,I II it 'I I f 1 I I I I II Ij 11 I, I I +I rl rl r r _______________________-.___-___-__-----_ --. 1 i, 1, rl I r-----------------------------------------+ --------------------- -- }_r��/ ++ tl� i r -----------------------^------------ i ------------------- ------L-------- ------------------------------------ ��__-_._-�. • Traffic Flow -T- -+- 5th Ave ----------------------- - --- -- --- -- -- --- v/ 0 r I I I II CL CL � I 0 I I I I I I I I W V ! II VI � II ij I 1 I T I I I rl ~ rl 11 I I I ji +j li jl 1 I