Loading...
HomeMy WebLinkAboutCC Resolution 10513 (East SR Traffic Operational Improvements)RESOLUTION NO. 10513 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL ACCEPTING THE SCOPE OF SERVICES AND AUTHORIZING THE PUBLIC WORKS DIRECTOR TO ENTER INTO AN AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES FOR PROFESSIONAL ENGINEERING SERVICES IN AN AMOUNT NOT TO EXCEED $151,950 FOR THE DESIGN OF REMAINING TRAFFIC OPERATIONAL IMPROVEMENTS IN EAST SAN RAFAEL PHASES IIB AND III. WHEREAS, on July 6, 1999, City Council held a public hearing to review the traffic operational and analysis of the Bellam Boulevard corridor, the Loop and environs which identified potential short-term and long-term solutions and recommended traffic operation improvements and an interim solution to improve traffic flow and increase capacity in the East San Rafael Area; and WHEREAS, on January 20, 1998, City Council certified a Negative Declaration for the project to be in compliance with CEQA and hereby adopted findings that the project would not create significant environmental impacts; 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. 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 $151,950 1 for the design of the remaining phases of the interim traffic operational improvements in East San Rafael. 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 18`x' day of October, 1999, by the following vote, to wit: AYES: COUNCILMEMBERS: Cohen, Heller, Miller, Phillips & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None JEA �'E LEO INI, City Clerk AGREEMENT FOR PROFESSIONAL SERVICES WITH KIMLEY-HORN AND ASSOCIATES, INC. TO DESIGN PHASE IIB AND III OF THE EAST SAN RAFAEL TRAFFIC IMPROVEMENTS. This Agreement is made and entered into this 25`x' day of October, 1999, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and Kimley-Horn and Associates, Inc. (hereinafter "CONTRACTOR"). RECITALS WHEREAS, on July 6, 1999, City Council held a public hearing to review the traffic operational and analysis of the Bellam Boulevard corridor, the Loop and environs which identified potential short-term and long-term solutions and recommended traffic operation improvements and an interim solution to improve traffic flow and increase capacity in the East San Rafael Area; and WHEREAS, on January 20, 1998, City Council certified a Negative Declaration for the project to be in compliance with CEQA and hereby adopted findings that the project would not create significant environmental impacts; 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: 1. 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, W - i Y 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 "B", 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 "C", attached and incorporated herein, in an amount no to exceed $151,950. 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, 2000. 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 party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of 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. 8. 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 944915-1560 TO CONTRACTOR: Anush A. Nejad, P.E. Project Director Kimley-Horn and Associates, Inc. 5776 Stoneridge Mall Road, Suite 180 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 parry 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 56-0885615, 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 Ci 1 ager Director of ublic Works ATTEST: City Atto M CONTRACTOR By - Name: Anush A. Nej a;/ Title: Associate Exhibl { rM❑ Kimley-Horn and Associates, Inc. ■ Su to 160 5776 Stoneddge Mall Road Pleasanton, California October 1, 1999 94569 Mr. Nader Mansourian, P.E. Traffic Engineer City of San Rafael 1400 Fifth Avenue San Rafael, CA 94915 RE: Proposal for Professional Engineering Services for Phase IIB of the East San Rafael Improvement Project Dear Mr. Mansourian: Kimley-Horn and Associates, Inc. is pleased to submit this proposal to the City of San Rafael to provide professional engineering services for the Phase IIB of the East San Rafael Improvement Project. PROJECT UNDERSTANDING The proposed project includes improvements identified by the City as a part of the Loop Project. The following are the proposed geometric and traffic modifications associated with this phase of the project: 1. Removal or reduction of the median islands on Bellam Blvd between Francisco Boulevard East and Kerner Boulevard to provide three continuous westbound lanes. An assessment of the left -turn access to the properties on Bellam Blvd should be conducted. 2. Installation of new street lights on Bellam Blvd between Andersen Drive and EB I- 580. 3. Reconfiguration of Bellam Boulevard from EB I-580 to Andersen Drive to convert the right turn only lane into the Marin Square Shopping center to a through/right turns lane. Extension of the lane to Andersen Drive, keeping the existing bike lane. 4. Installation of a traffic signal interconnect on Bellam Boulevard from Kerner to Francisco Blvd. ■ TEL 925 463 5640 FAX 925 463 5641 ❑�❑ Kimley-Horn and Associates, Inc. Mr. Nader Mansourian October 1, 1999 Page 2 5. Modification of the intersection of Bellam Blvd and Kerner to convert the eastbound left turn lane to double left turn lanes. This will require modification of the median island on Kerner; potential modification of the signal mast arm; relocation of the median on Kerner Boulevard (north of Bellam); re -striping on Kerner Boulevard for the two transition; and removal of parking on the east side of Kerner. 6. Installation of an emergency vehicle warning light at Bellam Blvd and Castro, and interconnection of the lights to the Fire Station on Castro. SCOPE OF SERVICES Kimley-Horn will prepare Contract Documents (plans, specifications and estimates of probable cost) for the identified projects. One bid package is expected. The bid package will be prepared in English units with dual metric units. Kimley-Horn will coordinate with the City, CSW, Caltrans, and utility companies through the duration of the project. The following are the proposed tasks envisioned for the project: Task 1 — Field Review Kinley-Horn will conduct a field review of the project area to collect necessary information for project design. Kimley-Horn will prepare a photo -log of the project area; collect as -built drawings, right-of-way maps, and utility information; and contact the utility companies to obtain utility information in the project area. Deliverable: ➢ Utility Coordination Letters ➢ Photo -Log in electronic format Task 2 - Project Design Report Kimley-Horn will meet with the City to review design standards for the project. The following issues will be discussed: ➢ Geometric design standards ➢ Photometric design standards ➢ Roadway design and detail requirements ❑ � ❑ Kimley-Horn and Associates, Inc. Mr. Nader Mansourian October 1, 1999 Page 3 Kimley-Horn will prepare a Technical Report summarizing the design requirements that will become the basis for the project design. Kimley-Horn will also analyze the access issues on Bellam Blvd and develop recommendations for project design. Other project design issues will be also reviewed and appropriate recommendations will be presented in the report. Deliverable: ➢ Project Design Report Task 3 — Topographic Surveying Topographic survey and the base mapping for the project will be provided by CSW. Kimley-Horn will subcontract with CSW to obtain the necessary information for project design. Task 4 — Prepare Concept Plans (35% Design) Kimley-Horn will complete a photometric analysis of the lighting in the project area for the proposed street lighting modification. The proposed lighting design will be based on City's criteria and standards. Kimley-Horn will prepare the concept plans (35 %) design level and estimates of probable cost. The Plans and Estimates will be submitted to the City for review and approval. Deliverable: ➢ Three (3) sets of the Concept Plans and Estimates Task 5 — Meet with the City Kinley-Horn will arrange to meet with the City to receive input on the conceptual plans. This meeting will serve to expedite the review process. City will provide one set of non -conflicting comments to Kimley-Horn. Task 6 — Prepare 65% PS&E Kimley-Horn will prepare plans, specifications and estimates of probable costs for the project. We envision the following deliverables for the project: �� ❑ Kimley-Horn and Associates, Inc. Mr. Nader Mansourian October 1, 1999 Page 4 1. Title sheet (1 sheet) 2. Project Notes (1 sheet) 3. Civil Layout Plans (3 sheets) 4. Signal Installation Plans (2 sheets) 5. Lighting and Interconnect Plans (3 sheets) 6. Striping and Marking Plans (3 sheets) 7. Details (2 sheets) 8. Technical Provisions 9. Estimates of Probable Cost Total Plan Sheet = 17 The City of San Rafael will provide the boilerplate specifications in electronic format. The preliminary PS&E (65 % Design Level) will be submitted to the City and the utility companies. Deliverable: ➢ Ten (10) sets of the PS&E package (including utility companies) Task 7 — Meet with the City Kimley-Horn will meet with the City to receive comments and to expedite the review process. City will provide one set of non -conflicting comments to Kimley-Horn. Task 8 — Prepare 95% PS&E Based on the comments received from the City, Kinley-Horn will advance the PS&E to 95 % level. The pre -final PS&E package will be sent to the City for review and approval. Deliverable: ➢ Two (2) sets of the PS&E Task 9 — Prepare 100% PS&E Based on the 95% PS&E package, Kimley-Horn will prepare the 100% PS&E package. The final PS&E package will be submitted to the City. We envision the following submittals: Kimley-Horn and Associates, Inc. Mr. Nader Mansourian October 1, 1999 Page 5 Deliverables: ➢ Final Plans in Mylar Format ➢ Final Specifications and Technical Provisions in Electronic and Hardcopy Formats ➢ Final Engineer's Estimate in Hardcopy Format The plans will be also submitted in AutoCAD format. The Specification and Technical Provision in Word or WordPerfect formats. Task 10 - Bidding and Construction Phase Assistance Kimley-Horn will assist the City of San Rafael during the bidding and construction phases of the project. Typical services include: ➢ Answering questions during bidding phase ➢ Issuing addenda ➢ Attending the pre -construction meeting ➢ Responding to Request for Information (RFI) ➢ Field review meetings to resolve design issues Services for this task will be provided on time and materials basis for the hours presented in the level of effort table. Services beyond the estimated hours will be provided as additional services after authorization from the City. SCHEDULE Kimley-Horn is prepared to begin work immediately upon receipt of the notice to proceed, and we will endeavor to meet your scheduling needs. Based on a notice to proceed date of October 20, the following is the estimated submittal dates: • Conceptual Plans (35%): Nov 30, 1999 • 65% PS&E: Dec 31, 1999 • 95% PS&E: Feb 9, 2000 • 100% PS&E: March 15, 2000 Attached is a detailed project schedule and time -line envisioned for the project. The schedule is dependent on City and utility review periods. ❑�❑ Kimley-Horn and Associates, Inc. FEE PROPOSAL Mr. Nader Mansourian October 1, 1999 Page 6 Kimley-Horn will provide the services outlined in the scope of services on a time and materials basis. Table 1 is the estimated level of effort for the project based on the scope of services outlined herein. The services will be invoiced and payable monthly in accordance with our standard billing rates. Table 1 East San Rafael Improvements - Phase IIB Level of Effort Task I New Colson Freeman Walsh Task 1 - Field Review 4 32 8 10 Task 2 - Project Design Report 8 2 8 8 Task 3 - Topographic Survey 2 18 4 28 Task 4 - Prepare Concept Plans 4 60 24 2280 Task 5 - Meet with City 4 $2,930 4 $800 Task 6 - 65% PS&E 4 40 40 40 Task 7 - Meet with City 4 4 Task 8 - 95% PS&E 4 16 16 16 Task 9- 100% PS&E 2 4 4 4 Task 10 - Bidding & Construction Assistance 4 4 16 Total Hours I 36 I 64 124 60 Rate 155 100 115 95 Labor Fee 5580 6400 14260 5700 In -House Expenses (Telephone, Fax, Mileage, Copies, Computer, etc) Direct Expenses (Blueprints, etc) Surveying (CSW) Total Clerical I Total 8 4 20 2 4 4 32 2 10 8 132 2 10 8 60 4 18 4 28 38 60 2280 $34,220 $2,930 $800 $4,000 $41,950 ��❑ Kimley-Horn and Associates, Inc. CLOSURE Mr. Nader Mansourian October 1, 1999 Page 7 Kimley-Horn and Associates, Inc. appreciates the opportunity to submit this proposal to the City of San Rafael. We look forward to working with you and David on this project. If you have any questions, please do not hesitate to call me at (925) 463-5640. Sincerely yours, KIMLEY-HORN AND ASSOCIATES, INC. ' Anush A. Nejad, P.E. Area Manager Attachment: Project Schedule m a E " m p v m Cp O U) U) (0 a � ' E z 0 o CD z a 5 c � (D L 7 d U m I� ON ° 0 E o O —a -6Jm- In r cc CD rn m o o 0 0 � C rn L N E m N � 01 � O1 � m m m m O m m � O O C a c o O1 C fh C o r r m 0a s a LL 3 F H H H I li U. N cc W CD to O N m m No m m m m O m m O CD m CO O O O O N m ya U- m O v v a v a v v v v v a o In O— - O - Ln to o N O C N a to N O lm LD 4 d � d E 3 rn u m 4 o C a r w O p u t 3 owe a 3 a N a C,a d °' 0 C, n aai r- 3 d a 3 d o 3 0 o e � � ia. a` F°- U � � m � � rn Ytmj r N N Q t0 r� CD CA E m a to m m m to m m m m 2 F- Z F h H F- U H F- to r N in v Lo to t• co Cl O r r r N r C7 V r r to N O1 O a` CL LD 0 w EXHIBIT "A" DUTIES OF THE CONTRACTOR Kimley-Horn and Associates, Inc. will provide professional engineering services for the Phase IIB of the East San Rafael Improvement Project. The following are the proposed geometric and traffic modifications associated with this phase of the project: 1. Removal or reduction in width of the median islands on Bellam Boulevard between Francisco Boulevard East and Kerner Boulevard to provide three continuous westbound lanes. An assessment of the left -turn access to the properties on Bellam Boulevard will be conducted. 2. Installation of new street lights on Bellam Boulevard between Andersen Drive and EB I-580. 3. Reconfiguration of Bellam Boulevard from EB I-580 to Andersen Drive to convert the right turn only lane into the Marin Square Shopping center to a through/right turns lane. Extension of the lane to Andersen Drive, keeping the existing bike lane. 4. Installation of traffic signal interconnect on Bellam Boulevard from Kerner to Francisco Boulevard. 5. Modification of the intersection of Bellam Boulevard and Kerner to convert the eastbound left turn lane to double left turn lanes. This will require modification of the median island on Kerner; potential modification of the signal mast arm; relocation of the median on Kerner Boulevard (north of Bellam); re -striping on Kerner Boulevard for the two transition; and removal of parking on the east side of Kerner. 6. Installation of an emergency vehicle warning light at Bellam Boulevard and Castro, and interconnection of the lights to the Fire Station on Castro. Kinley-Horn will prepare Contract Documents (plans, specifications and estimates of probable cost) for the identified projects. One bid package is expected. The bid package will be prepared in English units with dual metric units. Kimley-Horn will coordinate with the City, CSW, Caltrans, and utility companies through the duration of the project. The following are the proposed tasks envisioned for the project: Task 1 — Field Review Kimley-Horn will conduct a field review of the project area to collect necessary information for project design. Kimley-Horn will prepare a photo -log of the project area; collect as -built drawings, right-of- way maps, and utility information; and contact the utility companies to obtain utility information in the project area. Deliverable: ➢ Utility Coordination Letters ➢ Photo -Log in electronic format Page 1 Task 2 - Project Design Report Kimley-Horn will meet with the City to review design standards for the project. The following issues will be discussed: ➢ Geometric design standards ➢ Photometric design standards ➢ Roadway design and detail requirements Kimley-Horn will prepare a Technical Report summarizing the design requirements, which will become the basis for project design. Kimley-Horn will analyze access issues on Bellam Boulevard and develop recommendations for project design. Other project design issues will be also reviewed and appropriate recommendations will be presented in the report. Deliverable: ➢ Project Design Report Task 3 — Topographic Surveying Topographic survey and the base mapping for the project will be provided by CSW. Kimley-Horn will subcontract with CSW to obtain the necessary information for project design. Task 4 — Prepare Concept Plans (35% Design) Kinley-Horn will complete a photometric analysis of the lighting in the project area for the proposed street lighting modification. The proposed lighting design will be based on City's criteria and standards. Kinley-Horn will prepare the concept plans (35 %) design level and estimates of probable cost. The Plans and Estimates will be submitted to the City for review and approval. Deliverable: ➢ Three (3) sets of the Concept Plans and Estimates Task 5 — Meet with the City Kimley-Horn will arrange to meet with the City to receive input on the conceptual plans. This meeting will serve to expedite the review process. City will provide one set of non -conflicting comments to Kinley-Horn. Task 6 — Prepare 65% PS&E Kimley-Horn will prepare plans, specifications and estimates of probable costs for the project. Kimley- Horn envisions the following deliverables for the project: Page 2 1. Title sheet (1 sheet) 2. Project Notes (2 sheets) 3. Civil Layout Plans (4 sheets) 4. Signal Installation Plans (2 sheets) 5. Interconnect Plans (2 sheets) 6. Lighting Plans (3 sheets) 7. Striping and Marking Plans (4 sheets) 8. Details (2 sheets) 9. Technical Provisions 10. Estimates of Probable Cost Total Plan Sheet = 20 (Approx.) The City of San Rafael will provide the boilerplate specifications in electronic format. The preliminary PS&E (65 % Design Level) will be submitted to the City and the utility companies. Deliverable: ➢ Ten (10) sets of the PS&E package (including utility companies) Task 7 — Meet with the City Kimley-Horn will meet with the City to receive comments and to expedite the review process. City will provide one set of non -conflicting comments to Kimley-Horn. Task 8 — Prepare 95% PS&E Based on the comments received from the City, Kimley-Horn will advance the PS&E to 95 % level. The pre -final PS&E package will be sent to the City for review and approval. Deliverable: ➢ Two (2) sets of the PS&E Task 9 — Prepare 100% PS&E Based on the 95 % PS&E package, Kimley-Horn will prepare the 100 % PS&E package. The final PS&E package will be submitted to the City. We envision the following submittals: Deliverables: ➢ Final Plans in Mylar Format ➢ Final Specifications and Technical Provisions in Electronic and Hardcopy Formats ➢ Final Engineer's Estimate in Hardcopy Format The plans will be submitted in AutoCAD format. The Specification and Technical Provision will be submitted in Word or WordPerfect formats. Page 3 Task 10 - Bidding and Construction Phase Assistance Kimley-Horn will assist the City of San Rafael during the bidding and construction phases of the project. Typical services include: ➢ Answering questions during bidding phase ➢ Issuing addenda ➢ Attending the pre -construction meeting ➢ Responding to Request for Information (RFI) ➢ Field review meetings to resolve design issues Services for this task will be provided on time and materials basis for the hours presented Exhibit "C" Compensation. Services beyond the estimated hours will be provided as additional services after authorization from the City. SCHEDULE Based on a notice to proceed date of October 20, the following is the estimated submittal dates: • Conceptual Plans (35%): Nov 30, 1999 • 65% PS&E: Dec 31, 1999 • 95% PS&E: Feb 9, 2000 • 100% PS&E: March 15, 2000 The schedule is dependent on City and utility review periods. Page 4 EXHIBIT "B" DUTIES OF THE CITY The City of San Rafael will provide the following services in association with the project: • As -Built Plans • Environmental Documentation and Approvals • Right of Way Engineering and Acquistions • Design Guidelines • Boilerplate Specifications in Electronic Format • Review and Approval of all Submittals • Encroachment Permit Fees • Other Permit Fees • Contact Bid Processing, Duplication, and Advertising • Contract Administration and Inspection • Any Other Services Required by Law EXHIBIT "C" COMPENSATION Kimley-Horn will provide the services outlined in Exhibit "A", Duties of the Contractor, on time and materials basis, for a not to exceed amount of $41,950. Table 1 is the estimated level of effort for the project. The services will be invoiced and payable monthly in accordance with Kimley-Horn's standard billing rates. Table 1 East San Rafael Improvements - Phase IIB Level of Effort Task I Nejad I Colson ( Freeman, Walsh I Clerical I Total Task 1 - Field Review 8 8 Task 2- Project Design Report 8 I 8 4 20 Task 3 - Topographic Survey 2 2 4 Task 4 - Prepare Concept Plans 4 24 4 32 Task 5 - Meet with City 4 4 2 10 Task 6 - 65% PS&E 4 40 40 40 8 132 Task 7 - Meet with City 4 4 2 10 Task 8 - 95% PS&E 4 16 16 16 8 60 Task 9 -100% PS&E 2 4 4 4 4 18 Task 10 - Bidding & Construction Assistance 4 4 16 4 28 Total Hours I 36 I 64 I 124 I 60 I 38 Rate 155 100 115 95 60 Labor Fee 5580 6400 14260 5700 2280 $34,220 In -House Expenses (Telephone, Fax, Mileage, Copies, Computer, etc) $2,930 Direct Expenses (Blueprints, etc) $800 Surveying (CSW) $4,000 Total $41,950 Page 1 rMKimley-Horn ❑ and Associates, Inc. October 1, 1999 Mr. Nader Mansourian, P.E. Traffic Engineer City of San Rafael 1400 Fifth Avenue San Rafael, CA 94915 ixhj bit L ■ Suite 180 5116 Stoneridge Mall Road Pleasanton, California 94588 RE: Proposal for Professional Engineering Services for Phase III of the East San Rafael Improvement Project Dear Mr. Mansourian: Kimley-Horn and Associates, Inc. is pleased to submit this proposal to the City of San Rafael to provide professional engineering services for the Phase III of the East San Rafael Improvement Project. PROJECT UNDERSTANDING The proposed project includes improvements identified by the City as a part of the Loop Project. The following are the proposed geometric and traffic modifications associated with this phase of the project: 1. Widening of SB Francisco Boulevard at Bellam to provide double right turn lanes, widening WB I-580 on-ramp and installation of a pedestrian island. 2. Modification of EB Bellam Boulevard between WB I-580 ramp and Francisco Boulevard East to accommodate a free right turn from WB I-580 to Francisco Boulevard East (SB only). 3. Modification of the WB I-580 ramp configuration to prevent freeway by pass traffic. 4. Modification of WB and EB I-580 signals to provide two separate controllers, or an advanced controller with capability to control both signals with dynamic signal timing capabilities. 5. Development and implementation a traffic responsive or traffic adaptive operation at I-580 and Bellam interchange. ■ TEL 925 463 5640 FAX 925 463 5641 ��❑ Kimley-Horn and Associates, Inc. SCOPE OF SERVICES Mr. Nader Mansourian October 1, 1999 Page 2 Kimley-Horn will prepare Contract Documents (plans, specifications and estimates of probable cost) for the identified projects. One bid package is expected. The bid package will be prepared in Metric units in Caltrans format. In addition, Kimley-Horn will prepare signal timing report and assist the City/Caltrans with the fine-tuning process. Kimley-Horn will coordinate with the City, CSW, Caltrans, and utility companies through the duration of the project. CSW will provide major civil design elements of the project. The following are the proposed tasks envisioned for the project: Task 1 — Field Review Kimley-Horn will conduct a field review of the project area to collect necessary information for project design. Kimley-Horn will prepare a photo -log of the project area; collect as -built drawings, right-of-way maps, and utility information; and contact utility companies to obtain utility information in the project area. Deliverable: ➢ Utility Coordination Letters ➢ Photo -Log in electronic format Task 2 - Project Design Report Kimley-Horn will meet with the City to review design standards for the project. The following issues will be discussed: ➢ Geometric design standards ➢ Photometric design standards ➢ Roadway design and detail requirements ➢ Signal timing concepts (adaptive vs. responsive) Kimley-Horn will prepare a Technical Report summarizing the design requirements that will become the basis for the project design. Kimley-Horn will also analyze the signal timing concepts, including the use of Type 2070 Advanced Traffic Controller (ATC) for the interchange. Kimley-Hom will evaluate hardware and software modifications that may be required to achieve a traffic responsive or traffic adaptive operation. Kimley-Horn will also evaluate the need for additional sampling loops or other reliable hardware for the traffic responsive operations. A report summarizing options will be prepared for review by the City. ❑�❑ Kimley-Horn and Associates, Inc. Mr. Nader Mansourian October 1, 1999 Page 3 Other project design issues will be also reviewed and appropriate recommendations will be presented in the report. Deliverable: ➢ Project Design Report ➢ Traffic Operations Report Task 3 — Topographic Surveying Topographic survey and the base mapping for the project will be provided by CSW. Kimley-Horn will subcontract with CSW to obtain the necessary information for project design. The City will acquire all the necessary right of way for the project. Right of way engineering is not included in the scope of services. Task 4 — Geotechnical Engineering Harding Lawson Associates will perform Geotechnical engineering. Geotechnical services will include four shallow boring to characterize the upper soil strata; perform laboratory tests, including classification, strength, and R -value; and analysis of file conditions for pavement design, retaining wall design, etc; and preparation of a design report. Task 5 - Environmental Analysis Environmental analysis will be provided by Baseline Environmental. Environmental analysis will include soil sampling for aerial deposited lead and a Phase I Site Assessment Report which is typically required for the environmental clearance. Other environmental services, such as hazardous waste, contamination analysis, or other service will be provided as optional, if required. Task 6 — Prepare Concept Plans (35% Design) Kimley-Horn will prepare the concept plans (35 %) design level, and estimates of probable cost. The Plans and Estimates will be prepared and will be submitted to the City for review and approval. Deliverable: ➢ Three (3) sets of the Concept Plans ❑�❑ Kimley-Horn and Associates, Inc. Mr. Nader Mansourian October 1, 1999 Page 4 Task 7 — Meet with the City Kimley-Horn will arrange to meet with the City to receive input on the conceptual plans. This meeting will serve to expedite the review process. City will provide one set of non -conflicting comments to Kimley-Horn. Task 8 - Meet with Caltrans Kimley-Horn will arrange to meet with Caltrans to over the project design issues and to receive input. Since the construction value of this project is below $1,000,000 we expect only an Encroachment Permit will be required for the project. If other forms of project approval documentations, such as Combined Project Study Report/Project Report is required by Caltrans, this document will be prepared as additional, and after authorization from the City. Task 9 — Prepare 65% PS&E Kimley-Horn will prepare plans, specifications and estimates of probable costs for the project. We envision the following deliverables for the project: 1. Title sheet (1 sheet) 2. Standard Plan Sheets (2 sheets) 3. Project Notes (1 sheet) 4. Utility Sheets (3 sheets) 5. Civil Layout Plan (3 sheets) 6. Storm Drainage Plans (2 Sheets) 7. Signal Installation Plans (4 sheets) 8. Striping and Marking Plans (2 sheets) 9. Details (1 sheet) 10. Technical Provisions 11. Estimates of Probable Cost Total Sheets (19 sheets) The City of San Rafael will provide the boilerplate specifications in electronic format. The preliminary PS&E (65 % Design Level) will be submitted to the City and utility companies. If utility relocation, hazardous material evaluation or other services not specified is required as a result of the project development requirements, these services will be provided will be provided as additional, and after authorization from the City. ❑�❑ Kimley-Horn and Associates, Inc. Mr. Nader Mansourian October 1, 1999 Page 5 Deliverable: ➢ Ten (10) sets of the PS&E package (including utility companies) Task 10 — Meet with the City Kinley-Horn will meet with the City to receive comments and to expedite the review process. City will provide one set of non -conflicting comments to Kimley-Horn. Task 11 — Prepare 95% PS&E Based on the comments received from the City, Kimley-Horn will advance the PS&E to 95 % level. The pre -final PS&E package will be sent to the City for review and approval. Deliverable: ➢ Three (3) sets of the PS&E Task 12 — Encroachment Permit Kimley-Horn will prepare the Encroachment Permit application for the City to submit the PS&E package to Caltrans for approval. Deliverables: ➢ Encroachment Permit Application ➢ Five (5) sets of the PS&E Task 13 — Prepare 100% PS&E Based on the 95 % PS&E package, Kimley-Horn will prepare the 100 % PS&E package. The final PS&E package will be submitted to the City. We envision the following submittals: Deliverables: ➢ Final Plans in Mylar Format ➢ Final Specifications and Technical Provisions in Electronic and Hardcopy Formats ➢ Final Engineer's Estimate in Hardcopy Format The plans will be also submitted in AutoCAD format. The Specification and Technical Provision in Word or WordPerfect formats. ��❑ Kimley-Horn and Associates, Inc. Mr. Nader Mansourian October 1, 1999 Page 6 Task 14 - Bidding and Construction Phase Assistance Kimley-Horn will assist the City of San Rafael during the bidding and construction phase of the project. Typical services include: ➢ Answering questions during bidding phase ➢ Issuing addenda ➢ Attending the pre -construction meeting ➢ Responding to Request for Information (RFI) ➢ Field review meeting to resolve design issues Services for this task will be provided on time and materials basis for the hours presented in the level of effort table for Kimley-Horn and the fee estimate included for CSW services. Services beyond the estimated hours will be provided as additional services, after authorization from the City. Task 15 - Signal Timing Report Kimley-Horn will conduct a signal timing analysis for the five intersections in the project corridor. The following intersections along Bellam will be will be evaluated: ➢ Kerner Boulevard ➢ Francisco Boulevard ➢ I-580 westbound ramps ➢ I-580 eastbound ramps ➢ Andersen Drive Kimley-Horn will prepare a SYNCHRO model for the project corridor and evaluate various signal timing strategies. Deliverable: Five (5) copies of Signal Timing Report Task 16 - Signal Timing Implementation and Fine -Tuning Kimley-Horn will assist the City and Caltrans to fine-tune the signal timing operations for the corridor. Since traffic responsive or adaptive operation will require substantial fine-tuning effort, if the anticipated effort exceed our estimates, services beyond identified levels will be provided as additional, and after authorization by the City. Deliverable: ➢ Assistance During Fine Tuning Kimley-Horn and Associates, Inc. Mr. Nader Mansourian October 1, 1999 Page 7 Task 17 - Before and After Study and Project Documentation Kimley-Horn will conduct travel time runs along the project corridor, during AM, Midday and PM peak hours to quantify the results of the project. A final project report will be prepared documenting findings and the results of the study. Deliverable: ➢ Five (5) copies of the Final Report SCHEDULE Kimley-Horn is prepared to begin work immediately upon receipt of the notice to proceed, and we will endeavor to meet your scheduling needs. Based on a notice to proceed date of October 20`x, the following is the estimated submittal dates: ➢ Conceptual Plans (35%): Dec 21, 1999 ➢ 65% PS&E: Feb 18, 2000 ➢ 95 % PS&E: March 29, 2000 ➢ 100% PS&E: June 14, 2000 Attached is a detailed project schedule and time -line envisioned for the project. The Schedule is dependent on City, utility companies and Caltrans review periods. ��❑ Kimley-Horn and Associates, Inc. FEE PROPOSAL Mr. Nader Mansourian October 1, 1999 Page 8 Kimley-Horn will provide the services outlined in the scope of services on a time and materials basis. Table 1 is the estimate level of effort for the project, based on the scope of services outlined herein. The services will be invoiced and payable monthly in accordance with our standard billing rates. Table 1 East San Rafael Improvements - Phase III Level of Effort Task I Nejad Freeman I Walsh Sowers Clerical Total Task 1 - Field Review 4 4 8 Task 2 - Project Design Report 16 24 40 16 4 100 Task 3 - Topographic Survey 2 2 4 Task 4 - Geotechnical Engineering 8 2 10 Task 5 - Environmental Analysis 8 2 10 Task 6 - Prepare Concept Plans 8 24 40 2 74 Task 7 - Meet with City 4 4 2 10 Task B - Meet with Caltrans 8 8 2 18 Task 9 - 65% PS&E B 40 40 8 96 Task 10 - Meet with City 4 4 2 10 Task 11 - 95% PS&E 4 24 16 8 52 Task 12 - Encroachment Permit 4 4 2 4 14 Task 13 - 100% PS&E 4 8 8 4 24 Task 14 - Bidding & Construction Assistance 8 24 2 34 Task 15 - Signal Timing Report 10 30 4 44 Task 16 - Implementation and Fine -Tuning 16 40 56 Task 17 - Before & After Study/Documentation 8 16 16 16 56 Total Hours 124 I 168 162 102 64 Rate 155 115 95 100 60 Labor Fee 19220 19320 15390 10200 3840 $67,970 In -House Expenses (Telephone, Fax, Mileage, Copies, Computer, etc) $5,730 Direct Expenses (Blueprints, etc) $1,000 CSW- Surveying and Civil Design $21,300 CSW- Construction Support (20 hours) $2,000 Geotechncial - Hardin Lawson $7,500 Environmental - Baseline $4,500 Total $110,000 ❑�❑ Kimley-Horn and Associates, Inc. CLOSURE Mr. Nader Mansourian October 1, 1999 Page 9 Kimley-Horn and Associates, Inc. appreciates the opportunity to submit this proposal to the City of San Rafael. We look forward to working with you and David on this project. If you have any questions, please do not hesitate to call me at (925) 463-5640. Sincerely yours, KIMLEY-Hr7 AND ASSOCIATES, INC. Anush A. Nejad, P.E. Area Manager Attachment: Project Schedule V m A Q V c N C 7 C CL as C7 L N T N lU .0 d C w U N IL > cn n m m E 'o r a�a i3z m = c m C/) U N 0 f0 w m mm m m O O O O O O m p� pf m O O O O O O O O O L N tO m mO O O OO1 a1 f� v C v N N li. a w m m m •c 'c 'c U- m d d d m m �, 3 3 3 3 3 U- lm m m m m m o o O 0 0 � 0 0 0 m m m m m m o o O o0 0 0 0 o O O 0 � o � c. 0 � t N N N N ` N QN m m N l�1 l�I N m O O OF _ a N a N PI17 O7 N f0 N a a a a a a u.. LL 0 0 H F F 07 0 a w ao a LO C14N 0 O a ao cli m ma d m � a 'e U � a. m c to $ = Z aci w c d CD 'm L o U U w U u CL m U r r m t owe 3 aa- O m 3 3 a 3 a ° d a a o °a aoi 3 d 0 0 3 m e c ; m o c E w o m m u, m w ,nw m C o a o m y U Z V N C o 'c C m m C v E ~ y � N N N N rn T T T T T T T T N N N O1 O CL CL m 0 O c 0 NN QI l9 CL > 0 m E in z � IL CL rn d rn N T N O L U LL N y (L o EXHIBIT "A" DUTIES OF THE CONTRACTOR Kimley-Horn and Associates, Inc. will provide professional engineering services for the Phase III of the East San Rafael Improvement Project. The following are the proposed geometric and traffic modifications associated with this phase of the project: 1. Widening of SB Francisco Boulevard at Bellam to provide double right turn lanes, widening WB I- 580 on-ramp and installation of a pedestrian island. 2. Modification of EB Bellam Boulevard between WB 1-580 ramp and Francisco Boulevard East to accommodate a free right turn from WB I-580 to Francisco Boulevard East (SB only). 3. Modification of the WB I-580 ramp configuration to prevent freeway by pass traffic. 4. Modification of WB and EB I-580 signals to provide two separate controllers, or an advanced controller with capability to control both signals with dynamic signal timing capabilities. 5. Development and implementation a traffic responsive or traffic adaptive operation at I-580 and Bellam interchange. Kimley-Horn will prepare Contract Documents (plans, specifications and estimates of probable cost) for the identified projects. One bid package is expected. The bid package will be prepared in Metric units in Caltrans format. In addition, Kimley-Horn will prepare signal timing report and assist the City/Caltrans with the fine-tuning process. Kimley-Horn will coordinate with the City, CSW, Caltrans, and utility companies through the duration of the project. CSW will provide major civil design elements of the project. The following are the proposed tasks envisioned for the project: Task 1 - Field Review Kimley-Horn will conduct a field review of the project area to collect necessary information for project design. Kimley-Horn will prepare a photo -log of the project area; collect as -built drawings, right-of- way maps, and utility information; and contact utility companies to obtain utility information in the project area. Deliverable: ➢ Utility Coordination Letters ➢ Photo -Log in electronic format Task 2 - Project Design Report Kimley-Horn will meet with the City to review design standards for the project. The following issues will be discussed: ➢ Geometric design standards Page 1 Photometric design standards ➢ Roadway design and detail requirements ➢ Signal timing concepts (adaptive vs. responsive) Kimley-Horn will prepare a Technical Report summarizing the design requirements that will become the basis for the project design. Kimley-Horn will also analyze the signal timing concepts, including the use of Type 2070 Advanced Traffic Controller (ATC) for the interchange. Kimley-Horn will evaluate hardware and software modifications that may be required to achieve a traffic responsive or traffic adaptive operation. Kimley-Horn will also evaluate the need for additional sampling loops or other reliable hardware for the traffic responsive operations. A report summarizing options will be prepared for review by the City. Other project design issues will be also reviewed and appropriate recommendations will be presented in the report. Deliverable: ➢ Project Design Report ➢ Traffic Operations Report Task 3 — Topographic Surveying Topographic survey and the base mapping for the project will be provided by CSW. Kimley-Horn will subcontract with CSW to obtain the necessary information for project design. The City will acquire all the necessary right of way for the project. Right of way engineering is not included in the scope of services. Task 4 — Geotechnical Engineering Harding Lawson Associates will perform Geotechnical engineering. Geotechnical services will include four shallow boring to characterize the upper soil strata; perform laboratory tests, including classification, strength, and R -value; and analysis of file conditions for pavement design, retaining wall design, etc; and preparation of a design report. Task 5 - Environmental Analysis Environmental analysis will be provided by Baseline Environmental. Environmental analysis will include soil sampling for aerial deposited lead and a Phase I Site Assessment Report which is typically required for the environmental clearance. Other environmental services, such as hazardous waste, contamination analysis, or other service will be provided as optional, if required. Task 6 — Prepare Concept Plans (35% Design) Kimley-Horn will prepare the concept plans (35 %) design level, and estimates of probable cost. The Plans and Estimates will be prepared and will be submitted to the City for review and approval. Page 2 Deliverable: ➢ Three (3) sets of the Concept Plans Task 7 — Meet with the City Kimley-Horn will arrange to meet with the City to receive input on the conceptual plans. This meeting will serve to expedite the review process. City will provide one set of non -conflicting comments to Kimley-Horn. Task 8 - Meet with Caltrans Kimley-Horn will arrange to meet with Caltrans to over the project design issues and to receive input. Since the construction value of this project is below $1,000,000 we expect only an Encroachment Permit will be required for the project. If other forms of project approval documentations, such as Combined Project Study Report/Project Report is required by Caltrans, this document will be prepared as additional, and after authorization from the City. Task 9 — Prepare 65% PS&E Kimley-Horn will prepare plans, specifications and estimates of probable costs for the project. We envision the following deliverables for the project: 1. Title sheet (1 sheet) 2. Standard Plan Sheets (2 sheets) 3. Project Notes (1 sheet) 4. Utility Sheets (3 sheets) 5. Civil Layout Plan (3 sheets) 6. Storm Drainage Plans (2 Sheets) 7. Signal Installation Plans (4 sheets) 8. Striping and Marking Plans (2 sheets) 9. Details (1 sheet) 10. Technical Provisions 11. Estimates of Probable Cost Total Sheets (19 sheets) The City of San Rafael will provide the boilerplate specifications in electronic format. The preliminary PS&E (65 % Design Level) will be submitted to the City and utility companies. If utility relocation, hazardous material evaluation or other services not specified is required as a result of the project development requirements, these services will be provided will be provided as additional, and after authorization from the City. Deliverable: ➢ Ten (10) sets of the PS&E package (including utility companies) Page 3 Task 10 — Meet with the City Kimley-Horn will meet with the City to receive comments and to expedite the review process. City will provide one set of non -conflicting comments to Kimley-Horn. Task 11 — Prepare 95% PS&E Based on the comments received from the City, Kimley-Horn will advance the PS&E to 95 % level. The pre -final PS&E package will be sent to the City for review and approval. Deliverable: ➢ Three (3) sets of the PS&E Task 12 — Encroachment Permit Kimley-Horn will prepare the Encroachment Permit application for the City to submit the PS&E package to Caltrans for approval. Deliverables: ➢ Encroachment Permit Application ➢ Five (5) sets of the PS&E Task 13 — Prepare 100% PS&E Based on the 95 % PS&E package, Kimley-Horn will prepare the 100 % PS&E package. The final PS&E package will be submitted to the City. We envision the following submittals: Deliverables: ➢ Final Plans in Mylar Format ➢ Final Specifications and Technical Provisions in Electronic and Hardcopy Formats ➢ Final Engineer's Estimate in Hardcopy Format The plans will be also submitted in AutoCAD format. The Specification and Technical Provision in Word or WordPerfect formats. Task 14 - Bidding and Construction Phase Assistance Kimley-Horn will assist the City of San Rafael during the bidding and construction phase of the project. Typical services include: ➢ Answering questions during bidding phase ➢ Issuing addenda ➢ Attending the pre -construction meeting ➢ Responding to Request for Information (RFI) ➢ Field review meeting to resolve design issues Page 4 Services for this task will be provided on time and materials basis for the hours presented in the level of effort table for Kimley-Horn and the fee estimate included for CSW services. Services beyond the estimated hours will be provided as additional services, after authorization from the City. Task 15 - Signal Timing Report Kimley-Horn will conduct a signal timing analysis for the five intersections in the project corridor. The following intersections along Bellam will be will be evaluated: ➢ Kerner Boulevard ➢ Francisco Boulevard ➢ I-580 westbound ramps ➢ 1-580 eastbound ramps ➢ Andersen Drive Kimley-Horn will prepare a SYNCHRO model for the project corridor and evaluate various signal timing strategies. Deliverable: Five (5) copies of Signal Timing Report Task 16 - Signal Timing Implementation and line -Tuning Kimley-Horn will assist the City and Caltrans to fine-tune the signal timing operations for the corridor. Since traffic responsive or adaptive operation will require substantial fine-tuning effort, if the anticipated effort exceed our estimates, services beyond identified levels will be provided as additional, and after authorization by the City. Deliverable: ➢ Assistance During Fine Tuning Task 17 - Before and After Study and Project Documentation Kimley-Horn will conduct travel time runs along the project corridor, during AM, Midday and PM peak hours to quantify the results of the project. A final project report will be prepared documenting findings and the results of the study. Deliverable: ➢ Five (5) copies of the Final Report Page 5 SCHEDULE Based on a notice to proceed date of October 20'h, the following is the estimated submittal dates: ➢ Conceptual Plans (35 %): Dec 21, 1999 ➢ 65% PS&E: Feb 18, 2000 ➢ 95% PS&E: March 29, 2000 ➢ 100% PS&E: June 14, 2000 The Schedule is dependent on City, utility companies and Caltrans review periods. Page 6 EXHIBIT "B" DUTIES OF THE CITY The City of San Rafael will provide the following services in association with the project: • As -Built Plans • Environmental Documentation and Approvals • Right of Way Engineering and Acquisition • Design Guidelines • Boilerplate Specifications in Electronic Format • Review and Approval of all Submittals • Encroachment Permit Fees • Other Permit Fees • Contact Bid Processing, Duplication, and Advertising • Contract Administration and Inspection • Implementation of the Signal Timings • Any Other Services Required by Law E3=IT "C" COMPENSATION Kimley-Horn will provide the services outlined in Exhibit "A", Duties of the Contractor, on time and materials basis for a not to exceed amount of $110,000. Table 1 is the estimated level of effort for the project. The services will be invoiced and payable monthly in accordance with Kimley-Horn's standard billing rates. Table 1 East San Rafael Improvements - Phase 111 Level of Effort Task I Nejad I Freeman Task 1 - Field Review 4 4 Task 2 - Project Design Report 16 24 Task 3 - Topographic Survey 2 Task 4 - Geotechnical Engineering 8 Task 5 - Environmental Analysis 8 Task 6 - Prepare Concept Plans 8 24 Task 7 - Meet with City 4 4 Task 8 - Meet with Caltrans 8 8 Task 9 - 65% PS&E 8 40 Task 10 - Meet with City 4 4 Task 11 - 95% PS&E 4 24 Task 12 - Encroachment Permit 4 4 Task 13 - 100% PS&E 4 8 Task 14 - Bidding & Construction Assistance 8 24 Task 15 - Signal Timing Report 10 Task 16 - Implementation and Fine -Tuning 16 Task 17 - Before & After Study/Documentation 8 Total Hours I 124 I 168 Rate 155 115 Labor Fee 19220 19320 In -House Expenses (Telephone, Fax, Mileage, Copies, Computer, etc) Direct Expenses (Blueprints, etc) CSW - Surveying and Civil Design CSW - Construction Support (20 hours) Geotechncial - Hardin Lawson Environmental - Baseline Total Walsh I Sowers Clerical I 40 16 40 40 16 2 8 30 40 16 16 162 I 102 95 100 15390 10200 4 2 2 2 2 2 2 8 2 8 4 4 2 4 16 64 1 60 1 3840 Total 8 100 4 10 10 74 10 18 96 10 52 14 24 34 44 56 56 $67,970 $5,730 $1,000 $21,300 $2,000 $7,500 $4,500 $110,000