Loading...
HomeMy WebLinkAboutCC Resolution 9276 (Bellam I-580 Alternatives)RESOLUTION NO. 9276 A RESOLUTION ACCEPTING THE "SUPPLEMENTAL PROJECT STUDY REPORT" AND AUTHORIZING THE SIGNING OF AN AGREEMENT FOR PROFESSIONAL SERVICES WITH TAMS CONSULTANTS, INC FOR ADDITIONAL WORK ON THE BELLAM/I 580 ALTERNATIVES STUDY IN THE AMOUNT OF $30,000. THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES AS FOLLOWS: To accept the "Supplemental Project Study Report for the Bellam Boulevard/I 580 Interchange Alternatives Study," prepared by TAMS Consultants, Inc., dated October 1994. Additionally, the Director of Public Works and the City Clerk are hereby authorized to execute, on behalf of the City of San Rafael, an agreement with TAMS Consultants, Inc. to provide additional work on the Bellam/I 580 Alternatives Study at a cost of $30,000. A copy of said agreement is hereby attached and by this reference made a part of this resolution. 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 City Council held on Monday, the 19th day of December, 1994, by the following vote, to wit: AYES - COUNCILMEMBERS: Cohen, Heller, Thayer, Zappetini & Mayor Boro NOES - COUNCILMEMBERS: None ABSENT - COUNCILMEMBERS: None �A . J aite M. Leoncirii; City Clerk OR191INfil u,,e City of San Rafael 0 Department of Public Works AGREEMENT FOR PROFESSIONAL SERVICES WITH TAMS CONSULTANTS, INC FOR ADDITIONAL WORK ON THE BELLAM/I 580 ALTERNATIVES STUDY This Agreement is made and entered into this 19th day of December 1994 by and between the City of San Rafael (hereinafter called City) and TAMS Consultants, Inc. (hereinafter called Consultant) . A. SCOPE OF WORK In accordance with this Agreement, the Consultant agrees to provide professional services as an Engineering Consultant to perform the work tasks outlined in the Proposal from Consultant entitled "Bellam/I 580 Alternatives Study -Proposal for Additional Work", dated December 13, 1994, marked Exhibit A", attached hereto, and incorporated herein by this reference. The Consultant agrees to be available and perform the work specified in this agreement in the time frame as specified and as shown in Exhibit "A". B. INDEPENDENT CONTRACTOR It is understood and agreed that the Consultant is, and at all times shall be, an independent contractor and nothing contained herein shall be construed as making the Consultant, or any individual whose compensation for services is paid by the Consultant, an agent or em- ployee of the City, or authorizing the Consultant to create or assume an obligation for or on behalf of the City. C. PAYMENT For the payments specified herein, which the City agrees to make, the Consultant will undertake the above noted work. Payment for Professional Engineering services will be made as follows: L The Consultant shall receive payment on a time and material basis for services rendered in accordance with the rates shown on his current fee schedule, set out in Exhibit W. 2 The total payment made for any individual work task will not exceed the amounts shown on the Proposal Budget, set out in Exhibit "A", without prior authorization by the City. a Consultant's professional service fees shall be invoiced on a monthly basis. 4 Payments made by the City shall be made within 15 days of receipt of invoice. D. TERMS The terms of this Agreement shall be from the date of execution to December 31, 1995. Either party may terminate this Agreement by giving other party thirty (30) days written notice. In the event of termination, City shall pay Consultant all sums then due and unpaid as of the date of receipt of notice. Payment by City of such compensation shall be considered full and final settlement for all work performed by the Consultant under this Agreement. All completed reports and other documents and materials described in Exhibit "A" shall become the property of the City. E. ARBITRATION All claims or disputes between the City and the Consultant relating to this Agreement shall be decided by arbitration pursuant to the current provisions of the California Code of Civil Procedure and any successor statutes. The decision of the arbitrator shall be final and binding on the parties. In interpreting the provisions of this Agreement, the arbitrator may make an award of costs and fees, including attorney's fees necessitated by arbitration. F. ALTERATIONS This Agreement may be modified, as necessary, for the successful and timely completion of the services to be provided. Any alteration shall be expressed in writing, as an amendment to this Agreement, and shall be executed by both parties. Amendments to Exhibit "A", may be made by mutual agreement, in writing, signed by Consultant and the Director of Public Works, or the Director's appointed representative. G. ASSIGNMENT No assignment of this Agreement, either in whole or in part, shall be made by Consultant without the prior written consent of City. N ENGINEERING AGREEMEN Page 2 H. NOTICES Any notice required to be given by the terms of this Agreement shall be deemed to have been given when the same is sent by certified mail, postage prepaid, addressed to the respective parties as follows: City of San Rafael TAMS Consultants, Inc. Dept. of Public Works 4401 First Interstate Center P. O. Box 151560 999 Third Avenue San Rafael, Ca. 94915-1560 Seattle, WA 98104 206/296-0700 Fax 206/296-0744 1. INSURANCE During the term of this Agreement, Consultant shall maintain: comprehensive general liability insurance with a combined single limit of not less than $1,000,000 for bodily or personal injury or property damage as the result of any single occurrence: Consultant shall also maintain professional liability insurance with a limit of liability of not less than $500,000 per claim, and in the aggregate. City shall be added as a named insured on the general and comprehensive general liability insurance. Prior to beginning work under this Agreement, Consultant shall provide the City with evidence that the insurance described above is in place. J. INDEMNITY Consultant shall indemnify, defend and hold the City harmless from and against liability arising from Consultant's negligent acts, errors, or omissions in performance of the work, or for willful or intentional misconduct relating to activities carried out pursuant to or in connection with this Agreement. IN WITNESS WHEREOF, City and Consultant have caused their authorized representatives to execute this Agreement the day and year first written above. ATTEST: JgAWE M L.EONCPVI City Clerk APP E r GARY T. RAG City Attorney Attachments ( 2 ) 1. Exhibit "A"- 2. Resolution. CIT OF SAN RAFAEL: 61-'IAVID . B AR Director ublic Works RM: CONSULTANT: TAMS CONSULTANTS I C. Proposal from Consultant. TAM S December 13, 1994 Mr. Lloyd Strom Assistant Director of Public Works City of San Rafael 1400 Fifth Avenue San Rafael, CA 94915 Subject: Bellam Boulevard/I-580 Interchange Alternatives Study Proposal for Additional Work Dear Lloyd: In response to your request, we are pleased to submit this proposal for additional work on the subject project. Our understanding of the work required is described as follows: Task 1 "Supplemental Project Report". Prepare 11"x 17" color print of each of your alternatives, and update cost estimates, cover, etc. Provide 40 copies of the updated report and 100 copies of the "Executive Summary" from the report. Task 2 Vertical Alignment Review. Review the vertical alignment of the preferred alternative (Alternative C) with Caltrans, to ensure that adequate design speed and sight distances can be provided across the overpass and at the ramp -heads. Revise the preliminary vertical profiles as necessary. Task 3 Compare Single -Point Urban I.C. with Tight -Diamond I.C. 3A Operational Analysis. Prepare an operational analysis comparing the proposed single - point urban interchange configuration with an alternative tight -diamond interchange. 3B Tight -Diamond I.C. Layout Plan. Develop conceptual layout for a tight -diamond interchange alternative (plan view only), and evaluate potential differences in right-of- way impacts. TAMS Consultants, Inc. ��� I � � LT "A"/ 4401 First Interstate Center 999 Third Avenue Seattle, W Page I of 3 (206) 296-0700 Fax (206) 296-0744 TAMS City of San Rafael December 13, 1994 Page 2 3C Feasibility of Single -Point Urban I.C. Demonstrate the feasibility of using a single - point urban interchange configuration, that has the signalized intersection elevated above the freeway, citing appropriate examples. 3D Cost Estimate. Prepare cost estimate for the tight -diamond interchange alternative. 3E Report. Prepare a report to summarize the findings of sub -tasks 3A through 3D. Task 4 Revise Layout for HOV Bypass Lanes. Revise the layout and prepare cost estimate for the preferred alternative, to allow for the provision of ramp metering and HOV bypass lanes on both on -ramps. Task 5 Revise Layout for 6 lanes on I-580. Prepare a revised layout for the preferred alternative that would provide for the future widening of I-580 from 4 lanes to 6lanes. This layout will be confined to determining potential impacts on the overcrossing structure and the adjacent ramp locations; and will not include the connection to Highway 101. Prepare a Design Memorandum to report on the impacts associated with this alternative. Task 6 Meetings and Presentations. Allow for attending two meetings with Caltrans, two meetings with the City, and assisting in presentations to the City's Planning Commission and the City Council. Our cost proposal is provided on the following page. Should you have any questions or comments, please give me a call. Sincerely, TAMS Consultants, Inc. Barry S. Knight, P.E. Senior Vice President Exhibit "A» Page 2of3 BELLAM BOULEVARD/I-580 INTERCHANGE ALTERNATIVES STUDY Cost Proposal for Additional Work ESTIMATED HOURS Task 1: Supplemental Project Report Task 2: Vertical Alignment Review I Task 3: Compare Interchange Configurations 3A: Operational Analysis 11 3B: Tight -Diamond I.C. Layout Plan 3C: Feasibility of Single -Point Urban I.C. 31): Cost Estimate 3E: Report Task 4: Revise Layout for HOV Bypass Lanes Task 5: Revise Layout for 6 Lancs on 1-580 Task 6: Meetings & Presentations ISTAbT TOTALS ESTIMATED COSTS Task 1: Supplemental Project Report Task 2: Vertical Alignment Review Task 3: Compare Interchange Configurations 3A: Operational Analysis 3B: Tight -Diamond I.C. Layout Plan 3C: Feasibility of Single -Point Urban I.C. 31): Cost Estimate 3E: Report Task 4: Revise Layout for IIOV Bypass Lanes Task 5: Revise Layout for 6 Lanes on I-580 Task 6: Meetings & Presentations 12 STAFF TOTALS Project Traffic Highway CADD Clerical Manager Engineer Engineer Technician Staff B. Knieht R. Bernstein K. Kvalheim 8 8 24 7 5 2 12 4 2 20 2 4 2 18 8 4 2 8 2 12 2 4 8 16 8 8 2 2 16 8 2 12 4 16 20 8 46 62 126 39 17 Project Traffic Highway CADD Clerical Manager Engineer Engineer Technician Staff B. Knight R. Bernstein K. Kvalheim $1,166.59 $895.64 $2,224.05 $395.14 $235.20 $291.65 $1,112.03 $225.79 $291.65 $2,239.10 $94.08 $583.30 $223.91 $1,668.04 $451.58 $583.30 $223.91 $741.35 $291.65 $1,112.03 $94.08 $583.30 $895.64 $1,482.70 $451.58 $376.32 $291.65 $223.91 $1,482.70 $451.58 ' $291.65 $1,112.03 $225.79 $2,333.18 $2,239.10 $741.35 $6,707.90 $6,941.22 $11,676.27 $2,201.47 $799.68 Total Personnel Costs: Expenses: Travel: CADD: Communications: Reproduction: Total Estimated Cost: 13 -Dec -94 TOTALS BY TASK 52 18 24 32 14 16 44 28 18 44 290 TOTALS BY TASK $4,916.62 $1,629.47 $2,624.83 $2,926.83 $1,548.56 $1,497.75 $3,789.54 $2,449.84 $1,629.47 $5,313.64 $28,326.55 $28,326.55 $29,976.55 TAMS Consultants, Inc. Exhibit "A" Page 3 d 3 Supplemental Project Study Report Bellam Boulevard/I-580 Interchange Alternatives Analysis Study Prepared for: San Rafael Redevelopment Agency Prepared by: TAMS Consultants, Inc. October 1994 Copies of the full report are available for viewing at the Public Works Department *14 o1 1 N-MMMM Uyi • ' Bellam Boulevard is a heavily -travelled arterial route which provides the primary access to East San Rafael. It crosses beneath Route 101 and I-580 immediately to the south of the junction between these freeways, and on- and off -ramps are provided which connect Bellam Boulevard with freeway traffic in each direction. This results in heavy traffic volumes and turning movements at closely -spaced signalized intersections between Andersen Drive and Francisco Boulevard East. A solution is needed in order to relieve the traffic congestion at this location and increase the capacity of Bellam Boulevard for local traffic. A primary objective of the study process was to develop alternatives that responded to community needs and desires. To achieve a clear understanding of the community concerns, the study team worked closely with a Resource Advisory Committee to develop a statement of goals and objectives for the project. The goal of the study was agreed as 'To develop and define the most beneficial and cost effective set of roadway improvement alternatives that will alleviate traffic congestion in the vicinity of the Bellam Boulevard/I-580 Interchange, and be consistent with local community goals and objectives" Specific objectives to be met were defined in the areas of traffic operations, compliance with design standards, environmental considerations, compatibility with public transit, and cost effectiveness. The initial stages of the study consisted of defining and comparing as many ideas for solution of the Bellam Boulevard traffic problem as appeared to be potentially viable. The ideas were compiled through a process of brainstorming and soliciting suggestions from representatives of agencies and the community. At this stage of the study, the ideas were referred to as concepts, to distinguish them from the selected alternatives which were developed in more detail after the screening out of less desirable concepts. In this study, the initial number of concepts totalled eighteen, and a nineteenth was added before selecting the alternatives for further development. It was found that the concepts could be categorized into one of the following four circulation categories, according to where access to and from I-580 (and Route 101) occurs. 1. Separate access points not using Bellam Boulevard 2. Full interchange at Bellam Boulevard 3. Full interchange at or near Irene Street 4. One-half interchange remains at Bellam Boulevard The concepts were rated against each other using a matrix analysis procedure which evaluated how each concept complied with each of the project objectives. By this method, concepts that offered few advantages or cost too much were systematically screened out at an early stage. The results of the screening process were shared with the Resource Advisory 1 Committee (RAC), and after two meetings, a consensus was reached to select four concepts for more detailed development as alternatives, one representing each of the categories identified above. Before evaluation, the alternatives were subjected to a value engineering (VE) study, as a result of which one alternative was dropped from further consideration, and modifications were made to features of the remaining three alternatives. The selected alternatives are briefly described as follows, with an estimate of the project cost, inclusive of right-of-way and other overhead costs: Alternative A: ($23.0 million) Alternative A is a type of split interchange that has access points located on two separate streets. It became one of the four alternatives because it is relatively inexpensive, it is based upon the original 1985 PSR concepts, and it is effective in reducing the congestion on Bellam Boulevard. A new overcrossing of I-580 would be located about 300 feet south of Irene Street, connecting Kerner Boulevard to Andersen Drive. Ramps to and from westbound I-580 would connect with Kerner Boulevard roughly 700 feet south of Bellam Boulevard; eastbound ramps would connect with the new overcrossing south of Irene. Three of the four freeway connections and two signals would be removed from Bellam Boulevard. Alternative B: ($27.0 million) Alternative B attempts to modify the existing interchange at Bellam Boulevard, rather than relocate the problem elsewhere. Since a major problem of the existing conditions is the fact that there are three signals in a distance of 400 feet, a key improvement is elimination of the middle signal. This is accomplished by routing the west/northbound ramps below the I-580 roadways to form a single point intersection with the eastbound ramps. A new Andersen -Kerner connector/I-580 overcrossing would be provided at or near Irene Street. The VE team recommended that this alternative be dropped, due to its high cost and the limited relief of traffic congestion which it offers. Alternative C: ($24.1 million) This alternative would provide an "urban diamond' interchange located about 300 feet southeast of Irene Street. The intersection of the ramps is centered over I-580 to minime impacts to the properties fronting along Francisco Boulevard and to avoid the space limitations imposed by the PG&E towers east of Francisco Boulevard. It requires relatively little right-of-way acquisition and relocates all freeway connections to a new, single, and identifiable location. This alternative offers the greatest opportunity to separate local from freeway traffic. Traffic congestion on Bellam Boulevard is reduced by removing the freeway connections and two signals. Alternative D: ($20.9 million) Alternative D would convert the existing diamond at Bellam into a one and one-quarter diamond. Movements to and from Route 101 would remain in their familiar location. Movements to and from the east (I-580), and from EB I-580, would be relocated at a new overcrossing of I-580, 300 feet south of Irene Street. Several options were considered for the arrangement of the ramps at Bellam Boulevard, preferably 2 eliminating one of the traffic signals along Bellam Boulevard. These included (1) a five -leg intersection at Francisco Boulevard East, (2) braiding of the NB on-ramp with the SB lane(s) of Francisco, or (3) rerouting SB Francisco Boulevard traffic north of Bellam Boulevard, so as to allow use of Francisco Boulevard by NB traffic to Route 101. Of these options, the five -leg intersection was chosen for incorporation in Alternative D. The alternatives were evaluated using a matrix process, in consultation with the RAC. The results of the evaluation process, which received the concurrence of the RAC, were that Alternative C best met the goal and objectives of the study. Features favoring this conclusion included: ■ Its ability to reduce traffic congestion on Bellam Boulevard ■ Minimal disruption to traffic during construction ■ Improved and simplified access to regional transportation system ■ Conceptually simple nature of the "urban diamond" ■ Separation of freeway traffic from local traffic A potential drawback lies in the fact that Alternative C, as well as Alternative D, does not easily break down into low cost construction stages that yield early results. The conclusion of the study is that the City should proceed with the preparation of a preliminary design and environmental analysis for the preferred alternative, with a view to expeditious completion of construction, and relief of the current traffic conditions experienced along Bellam Boulevard. C 0 uj 1000 lc;i Z . . ...... cz.gg�LLJ CC o ...... . ...... LLI 4 - IL 0 M P W >pi < p Z LLI P —j LAJ < EH C6 >X w...... .......... W ---------- 4 - IL A 0 M P W >pi < Z LLI P —j < EH A LU . ........ pw Z C �w LLA 0 CL cr _ 1.. W~ �' �• .. t'� .. ... ... !y �+ t. r......: `mow r..g::i .......» • 0.t+ �_'^ � :{d ... �:........ ': .• It zq ........... �:::_................. �� � . ��.. �`s . ^,• tel: • .:, r.»,�; . �...• : > ° ., ,f :5\I.) \ �� i \+y _ .•!" e _.. t :t Y,;,; 'w �,• i „• v !,1:,i'. .y i� �,� r" ,.,1h>�, � / s r �' � r n� •'N 'i � moi' ;... n 'w. ,l.i� e-:-,'.� • .. a';�•1�'��r.'rld+..,,A`'^s..� _-"„"�, i:••• .. `rA.4Y•` +•"fS��' _r' •e'+ ivy Rl in � fib,`" yw'r.... •rr": Cr;';,F.�� '�' � : ;q'•-•�:..� •1. �;�. i�rr is ,t.7 "j� j•. 't Y ii a..F_Y-2x „' > C. .9' jk C.Ai C:= i Uf x 81 w . • •�. r' � •r: '�•••,` .:ice r t r� ..•ji �•- rte" .. rt"' t i :-�. ��..�.r� �. x 81 w co BCD LU > bE Ai* M_j N -C z W . ........... CL ................... w............ rb . . ................. . . ...... ......... ......... 1 W I Lai I.- .......... 1. —... '17 .......... a -i . ...... ..... ...... ::.........'y co BCD LU > bE Ai* M_j N -C z W . ........... .......... Irltall - Ai* . ........... .......... Irltall - x Ai* x