Loading...
HomeMy WebLinkAboutMINUTES - 09121995 - C2 ' THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA'C°7 TO: BOARD OF SUPERVISORS FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR DATE: September 12, 1995 SUBJECT: Consulting Services Agreement with Dowling and Associates Project No. 4660-6X4144 Specific Request(s) or Recommendation(s) & Background & Justification I. RECOMMENDED ACTION: APPROVE a Consulting Services Agreement between the Contra Costa County Public Work Department and Dowling and Associates. II. FINANCIAL IMPACT: Payment limit is $60,000. All costs will be provided through the Regional Traffic Signalization Operations Program grant. The grant is administered by the Metropolitan Transportation Commission. Therefore, no cost will result to the County. III. Reasons for Recommendation and Background: The Public Works Department applied for and received a grant for traffic signal upgrades along the Pleasant Hill Road/Taylor Boulevard corridor. The grant provides for the selection of a consultant to perform various studies and to then recommend timing changes and synchronization of the signal system. The approval of the Consulting Services Agreement would allow the consultant to begin such work. IV. CONSEQUENCES OF NEGATIVE ACTION: Failure to approve the agreement would result in forfeiture of the $124,500 grant received by the Public Works Department. Continued on Attachment: SIGNATURE: _RECOMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON . IA. 19y.5"APPROVED AS RECOMMENDED_OTHER VOTE OF SUPERVISORS ✓ UNANIMOUS (ABSENT ) AYES: NOES: ABSENT: _r ABSTAIN: SK:rs I hereby certify that this is a true and correct copy of g:\TransEng\BO.TR\8012.t8 an action taken and entered on the minutes of the Board of Supervisors on the date shown. Orig. Div.: PVV(Traffic) � f— � 9 c: Contact: Steve Kersevan, 313-2254 ATTESTED: �� �,� � 9� unty Admin: E. Kuevor PHIL BAT HELOR,Clerk of the Board Co CoAccounting of Supervisors and County Administrator PW J. Bueren,Transportation Engineering by ,Deputy GONSi�LTING SERVICES AGREEMENT 1. Special Conditions. These Special Conditions are incorporated below by reference. (a) Public Agency: Contra Costa County (b) Consultant's Name & Address: Dowling Associates 180 Grand Avenue Suite 995 Oakland, CA 94612 (c) Project Name, Number & Location: Pleasant Hitt Road/Taylor Blvd. - Signal Coordination, 4660-6M144 (d) Effective (e) Payment Limit(s): $60,000 (f) Completion Date(s):�Der_-*6 04 (g) Federal Taxpayer's I.D. or Social security Number: `7'y— 3 / 3 Z 2 / 2. Signatures. These signatures attest the parties' agreement hereto: PUBLIC AGENCY CONSULTANT By: J. Michael Watford Public Works Director By: (Designate official�c.paci�tyin the business Type of Business (sole proprietorship, government agency, rtnership corporation, etc.) If Corporation, State of Incorporation: BY R " c 4 a_d (Designate official capacity in the business) Note to Consultant: For corporations, a contract must be signed by two officers. The first signature must be that of the chairman of the board, president or vice-president; the second signature must be that of the secretary, assistant secretary, chief financial officer or assistant treasurer. (Civ. Code, Sec. 1190 and Corps. Code. Sec. 313.) The acknowledgment below must be signed by a Notary Public. CERTIFICATE OF ACKNOWLEDGMENT o9-ti k��t K.5���� 41 aUP State of California ) Comm.#1005291 C � ) s s. 3 , tlNOTARY PUBLIC-CALIFORNIA�LfAlameda of MyComm.Ta{ sSept23,199 7 �Foa On the date written below, before me, the undersigned Notary Public, personally appeared the person(s) signing above for Consultant, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seat. Dated: , O�� of y Public (Notary's Seal) 3. Parties. Effective on the above date, the above-named Public Agency and Consultant mutually agree and promise as follows: 4. Employment. Public Agency hereby employs Consultant, and Consultant accepts such employment, to perform the professional services described herein, upon the terms and in consideration of the payments stated herein. 5. Scone of Service. Scope of service shall be as described in Appendix A, attached hereto and made a part hereof by this reference. 6. Report Disclosure Section. Any document or written report prepared hereunder by Consultant, or a subcontractor, for Public Agency shall contain, in a separate section, the numbers and dollar amounts of this contract and all subcontracts relating to the preparation of such document or written report, provided that the payment limit specified in Sec. 1(e) exceeds $5,000. When multiple documents or written reports are the subject or products of this agreement, the disclosure section may also contain a statement indicating that the total contract amount represents compensation for multiple documents or written reports. 7. Insurance. Consultant shall, at no cost to Public Agency, obtain and maintain during the term hereof: (a) Workers' Compensation Insurance pursuant to state law; (b) Professional Liability Insurance with minimum coverage of $500,000 and a maximum deductible of $25,000; and (c) Comprehensive General Liability Insurance, including blanket contractual (or contractual liability) coverage, broad form property damage coverage, and coverage for owned and non-owned vehicles, with a minimum combined single limit coverage of $1,000,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence, and naming Public Agency, Contra Costa County Public Works Department, its/their governing bodies, officers and employees as additional insureds. Consultant shall promptly furnish to Public Agency certificates of insurance evidencing such coverage and requiring 30 days' written notice to Public Agency of policy lapse, cancellation or material change in coverage. 8. Payment. Public Agency shalt pay Consultant for professional services performed at the rates shown in Appendix B attached hereto, which include all overhead and incidental expenses, for which no additional compensation shall be allowed. Notwithstanding the foregoing, those incidental expenses specifically itemized in Appendix a shall be reimbursable by Public Agency to Consultant, provided that Consultant submits copies of receipts and, if applicable, a detailed mileage log to Public Agency. In no event shall the total amount paid to Consultant exceed the payment limit(s) specified in Sec. 1(e) without prior written approval of the Public Agency. Consultant's billing statements shalt be submitted at convenient intervalc approved by Public Agency and shall list, for each item of 'services, the employee categories, hours and rates. Payment will be made within thirty (30) days after receipt of each statement. 9. Status. The Consultant is an independent contractor, and shalt not be considered an employee of Public Agency. 10. Time for Completion. Unless the time is extended in writing by Public Agency, Consultant shall complete all services covered by this Agreement no later than the Completion Date(s) listed above. 11. Record Retention and Auditing. Except for materials and records delivered to Public Agency, Consultant shall retain all materials and records prepared or obtained in the performance of this Agreement, including financial records, for a period of at least five years after Consultant's receipt of the final payment under this Agreement. Upon request by Public Agency, at no additional charge, Consultant shall promptly make such records available to Public Agency, or to authorized representatives of the state and federal governments, at a convenient location within Contra Costa County designated by Public Agency, and without restriction or limitation on their use. 12. Documentation. Consultant shalt prepare and deliver to Public Agency at no additional charge, the items described in Appendix A to document the performance of this Agreement and shall furnish to Public Agency such information as is necessary to enable Public Agency to monitor the performance of this Agreement. 13. Ownership of Documents. ALL materials and records of a finished nature, such as final plans, specifications, reports, and maps, prepared or obtained in the performance of this Agreement, shall be delivered to and become the property of Public Agency. Alt materials of a preliminary nature, such as survey notes, sketches, preliminary plans, computations and other data, prepared or obtained in the performance of this Agreement, shall be made available, upon request, to Public Agency at no additional charge and without restriction or limitation on their use. 14. Extra Work. Any work or services in addition to the work or services described in Appendix A shall be performed by Consultant according to the rates or charges listed in Appendix B. In the event that no rate or charge is listed for a particular type of extra work, Consultant shall be paid for the extra work at a rate to be mutually agreed on prior to commencement of the extra work. In no event shall Consultant be entitled to compensation for extra work unless a written authorization or change order describing the work and payment terms has been executed by Public Agency prior to the commencement of the work. 15. Payment Retention. Public Agency shall retain ten percent (10%) of the monies due the Consultant as security for the fulfillment of this Agreement. After the Consultant has completed all work under this Agreement, submitted final billing, and the Public Agency has found the work to be accurate, the Public Agency will pay all withheld funds. Payment of withheld funds will be made within thirty (30) days of completing this work and submittal of a final billing. A retention wilt not be withheld for any "on-catt" work. 16. Termination by Public Agency. At its option, Public Agency shall have the right to terminate this Agreement at any time by written notice to Consultant, whether or not Consultant is then in default. Upon such termination, Consultant shall, without delay, deliver to Public Agency all materials and records prepared or obtained in the performance of this Agreement, and shall be paid, without duplication, all amounts due for the services rendered up to the date of termination. 17. Abandonment by Consultant. In the event the Consultant ceases performing services under this Agreement or otherwise abandons the project prior to completing all of the services described in this Agreement, Consultant shall, without delay, deliver to Public Agency all materials and records prepared or obtained in the performance of this Agreement, and shall be paid for the reasonable value of the services performed up to the time of cessation or abandonment, less a deduction for any damages or additional expenses which Public Agency incurs as a result of such cessation or abandonment. 18. Breach. In the event that Consultant fails to perform any of the services described in this Agreement or otherwise breaches this Agreement, Public Agency shall have the right to pursue all remedies provided by law or equity. Any disputes relating to the performance of this Agreement shall not be subject to non-judicial arbitration. Any litigation involving this Agreement or relating to the work shall be brought in Contra Costa County, and Consultant hereby waives the removal provisions of Code of Civil Procedure Section 394. 19. Compliance with Laws. In performing this Agreement, Consultant shall comply with professional standards regarding all applicable laws, statutes, ordinances, rules and regulations, whether federal, state or local in origin. 20. Assignment. This Agreement shall not be assignable or transferable in whole or in part by Consultant, whether voluntarily, by operation of law or otherwise; provided, however, that Consultant shall have the right to sub-contract that portion of the services for which Consultant does not have the facilities to perform so long as Consultant notifies Public Agency of such subcontracting prior to execution of this Agreement. Any other purported assignment, transfer or sub-contracting shall be void. 21. Endorsement on Plans. Consultant shall endorse all plans, specifications, estimates, reports and other items described in Appendix A prior to delivering them to Public Agency. 22. Patents and Copyrights. The issuance of a patent or copyright to Consultant or any other person shall not affect Public Agency's rights to the materials and records prepared or obtained in the performance of this Agreement. Public Agency reserves a license to use such materials and records without restriction or limitation, and Public Agency shall not be required to pay any additional fee or royalty for such materials or records. The license reserved by Public Agency shall continue for a period of fifty years from the date of execution of this Agreement, unless extended by operation of law or otherwise. 23. Indemnification. Consultant shall defend, indemnify, save and hold harmless Public Agency, Contra Costa County Public Works Department, its/their governing bodies, officers and employees from any and all claims, costs and liability for any damages, injury or death arising directly or indirectly from, or connected with, the services provided hereunder and due to, or claimed or alleged to be due to, negligence or willful misconduct of Consultant, its officers, employees, agents, subconsultants, or any person under its direction or control, save and except claims or litigation arising through the sole negligence or sole willful misconduct of Public Agency, and wilt make good to and reimburse the indemnitees for any expenditures, including reasonable attorney's fees, the indemnitees may make by reason of such matters and, if requested by any of the indemnitees, will defend any such suits at the sole cost and expense of Consultant. Consultant's obligations under this section shall exist regardless of concurrent negligence or willful misconduct on the part of the Public Agency or any other person; exist regardless, of concurrent negligence or willful misconduct on the part of the Public Agency or any other person; provided, however, that Consultant's obligation to indemnify shalt be limited to the proportion of negligence or willful misconduct attributable to Consultant, its subconsultants, or any person under Consultant's direction or control. 24. Heirs. Successors and Assigns. Except as provided otherwise in Section 20 above, this Agreement shall inure to the benefit of and bind the heirs, successors, executors, personal representatives and assigns of the parties. 25. Public Endorsements. Contractor shall not in its capacity as a contractor with Public Agency publicly endorse or oppose the use of any particular brand name or commercial product without the prior approval of the Public Agency's governing board. In its Public Agency Contractor capacity, Contractor shall not publicly attribute qualities or lack of qualities to a particular brand name or commercial product in the absence of a well-established and widely-accepted scientific basis for such claims or without the prior approval of the Public Agency's governing board. In its Public Agency contractor capacity, Contractor shall not participate or appear in any comnerciatty-produced advertisements designed to promote a particular brand name or commercial product, even if Contractor is not publicly endorsing a product, as long as the Contractor's presence in the advertisement can reasonably be interpreted as an endorsement of the product by or on behalf of Public Agency. Notwithstanding the foregoing, Contractor may express its views on products to other contractors, the Public Agency's governing board, its officers, or others who may be authorized by the Public Agency's governing board or by law to receive such views. 26. Proiect Personnel. In performing the services under this Agreement, Consultant shall use the personnel listed in Appendix C, attached hereto and made a part hereof by this reference. Changes in project personnel may only be made with Public Agency's written consent, and Consultant shall notify Public Agency in writing at least thirty (30) days in advance of any proposed change. Any person proposed as a replacement shall possess training, experience and credentials_comparable to those of the person being replaced. Attachments: Appendix A, Appendix 8, Appendix C Form approved by County Counsel (8/93) 9:\clerical\CSA-DA.t6 APPENDIX A Dowling Associates Transportation Engineering - Planning - Research - Education 2. DETAILED WORK SCOPE INTRODUCTION For each work task, we have developed a detailed description of the work to be performed, methods to be used and a description of task products. The materials for each task have been organized in the following manner: Purpose: A succinct description of the task purpose. Task Description: A discussion of the methodology to be used to meed the task objectives., the tools needed, analysis techniques, and task activities as appropriate. The initials of the firm responsible for leading the effort on each task is identified. Support may be provided by other firms. Products: A description of the products to be produced in each task. Womscom AND DELIVERABLES Task I - Review the Existing Roadway System Purpose: • Collect signal system data required for the study. • Identify any special needs of project review team members. Task Description: 1.1 Field Review The Dowling Team will conduct a field review to identify field conditions relevant to development of traffic signal coordination plans. Plans or "as-built" drawings will be used as a reference for the field review. Where plans are available, the field reviewer will confirm significant design features; features which have been changed will be noted. At intersections where plans are not available, sketches of the intersections (constraint diagrams) will be drawn showing geometric conditions such as channelized turn lanes, lane width and 3 Dowling Associates Transportation Engineering - Planning - Research Education length dimensions, where relevant, and unusual geometric features. Photographs will also be taken to document field conditions and provide in-office reference for all intersections. 1.2 Information Gathering From Review Team A meeting will be initiated at the beginning of the project to collect data required for development of signal coordination plans. Essential information includes identification of signal control equipment and signal phasing plans. Additional information that would be useful includes "as-built" plans and contract specifications for installation of existing equipment, signal timing cards, and any existing timing plans that may be in effect. It will also be important to obtain information from the review team members regarding their preferences on signal phasing (e.g. use of lagging left turns) and analysis methodologies to be used for traffic operations analysis described under Task 4. A letter will be sent to all project review team members in advance of the meeting to provide a meeting agenda and project schedule, and to request participants bring information needed for the project. Products: a. Sketch drawings and photo log of each intersection. b. Summary of signal system data. C. Summary of special needs of project review team members. Task 2 - Collect Traffic Counts Purpose: • Provide basis for development of signal coordination plans. 4 Dowling Associates Transportation Engineering - Planning • Research - Education Task Description: The Dowling team will collect hourly directional counts at two locations for the "time period from Thursday through Sunday, inclusive. The preferred locations for these directional counts is near the north and south ends of the project corridor. These counts will provide data for identification of peak periods during the weekend and for determining when each plan should be in effect. Turning movement counts at each of the fourteen project intersections for the weekday morning, midday and evening peak periods will be conducted during typical weekdays: Tuesday through Thursday. The weekend peak period turning movement counts will be conducted during the peak period identified by the hourly directional counts. Products: a. Turning movement counts for weekday morning, midday, evening and weekend peak periods. b. Hourly directional counts at two locations from Thursday through Sunday. Task 3 - Conduct Travel Time Studies Purpose: To document the effectiveness of the signal coordination plans. Task Description: Travel time runs will be conducted for the morning and evening peak hours using the floating-car technique. Six runs will be made in each direction for each peak period for the before and after project conditions. Travel times will be recorded separately for each jurisdiction's signals (three segments) for each run. Summary data will be provided showing the travel time for each segment and the travel time for the entire corridor. 5 Dowling Associates Transportation Engineering - Planning - Research . Education Products: a. Average travel times for the morning and evening peak hours for before and after project conditions. Task 4 - Develop and Present a List of Possible Alternatives Purpose: • Identify operational or geometric changes expected to improve traffic flow. • Provide early review and feedback on possible system modifications. Task Description: To identify potential operational and/or geometric changes that may improve traffic flow, the Dowling team will analyze the level of service of all intersections using the TRAFFIX software package. TRAFFIX is a program, developed by Dowling Associates, which incorporates the latest (1994) Highway Capacity Manual techniques along with other methodologies for analyzing traffic operational efficiency in a single easy to use package. Modifications to system intersections will be tested using the methodology preferred by each member of the project review team for their jurisdiction. Service improvements may include restriping to add a left turn lane, changes in signal phasing, or other modifications. Service improvement alternatives identified in the traffic operations analysis will be tested against the physical constraints at the intersections to determine which alternatives may be the most practical given funding and schedule constraints. (It is possible that some possible improvements may not be recommended for implementation under this project but may deserve future consideration). The Dowling team will present applicable improvement options to the review team along with an approximate cost estimate and cost-effectiveness assessment. Products: a. Summaries of traffic operations analysis for existing conditions and potential alternatives. b. Cost estimates and cost-effectiveness assessment for potential alternatives. 6 Dowling Associates Transportation Engineering • Planning • Research - Education Task 5 - Develop Traffic Signal Coordination Plans Purpose: • Develop traffic signal coordination plans specially tailored to the Pleasant Hill Road / Taylor Boulevard project corridor. Task Description: 5.1 General The Dowling team will develop signal coordination plans for the following time periods: - Weekday AM peak period - Weekday PM peak period - Weekday noon period - Weekend peak period Timing plans will be developed using the TRANSYT-717 optimization model, using the QUICK-71' program for coding and editing of model data. Timing plan development will be performed in two steps. First, the TRANSYT-7F model will be calibrated to represent actual field conditions on Pleasant Hill Road and Taylor Boulevard. The second step will involve optimizing traffic signal timing. The Dowling team recommends consideration of zones within the arterial system which would allow application of half cycle signal timings, or some other partial cycle where traffic demand is low and delay might otherwise be excessive. Use of shorter cycle times in some instances may minimize delay without serious sacrifices in signal progression. This might be particularly true where signals are separated by significant distance. The Dowling team will present all recommendations to the review team and solicit feedback at strategic decision points. 5.2 Calibration To calibrate the TRANSYT-717 model, traffic data will be collected at the major intersections along the corridor and compared against the TRANSYT-717 default values. Saturation flow rates, volume/capacity ratios, percent stopping and queue lengths will be compared to field observations at congested intersections for the weekday PM peak period. If discrepancies are 7 Dowling Associates Transportation Engineering - Planning - Research • Education discovered, the model inputs will be checked for accuracy and adjusted to replicate actual field conditions. 5.3 Optimization A combination approach will be directed toward optimizing traffic signal coordination plans. The first element of our approach is to maximize the bandwidth. Second we will minimize stops, delay, fuel consumption, and queue spillover. The Progression Opportunities model (PROS) contained in the latest version of TRANSYT- 7F provides for bandwidth optimization. PROS has an inherent advantage over traditional maximum bandwidth programs such as PASSER II and MAXBAND. PROS considers both through bands and short term progression opportunities. Because PROS looks for opportunities to provide travel through two or more adjacent intersections at the desired progression speed, it is much more flexible than the traditional through bandwidth programs. Using PROS alone, however, has been shown to sacrifice minimizing stops, delays, and fuel consumption. Using the disutility index in TRANSYT-7F results in significant reductions in stops, delay, and fuel consumption. However, reliance on the disutility index does not result in a maximum bandwidth. Using PROS as a function of the TRANSYT-7F disutility index will result in the most optimum timing plans. The combination approach has been proven by the results from studies around the country and has been confirmed by our experience with the cities participating in the 1993 FETSIM program in California. The Dowling team has had extensive experience in using the PROS model since its release in 1993. As part of our FETSIM services, we recommended the use of PROS to many cities. The results from using the PROS versus the traditional approach based on minimizing the disutility index were significant. A preliminary set of signal coordination plans will be submitted for review and comment. Based on comments received from the project review team, Dowling Associates will revise the preliminary signal coordination plans, if necessary. 8 Dowling Associates Transportation Engineering - Planning - Research - Education Products: a. Computer printout of calibrated simulation runs for existing conditions. b. Coordination plans for weekday morning, noon, evening and weekend peak periods. C. Time Space Diagram showing progression opportunities. Task 6 - Develop a Final Plan Purpose: • Fine tune signal coordination plans • Develop a plan for implementation. Task Description: The Dowling team will develop a plan for implementation that involves preparation of timing sheets in a format required for installation of controller settings. The timing sheets will be prepared in the format required for each jurisdiction. Each jurisdiction will be responsible for actual installation of signal timings. The Dowling team will develop a recommended schedule of operation for each signal coordination plan. The recommended schedule will be based on the directional machine counts described under Task 2. We will evaluate when each timing plan should be in effect and when the signals should be set to operate free or set to flashing operation, if appropriate. The Dowling team will also recommend a schedule for implementation of signal equipment and timing plans. Coordination of timing plan implementation with equipment installation activities will be an important element of a successful implementation plan. Dowling Associates staff will review traffic operation in the field and recommend fine tuning adjustments to the installed timing plans, if necessary. We will perform simulation runs using TRANSYT-7F with the fine tuned timing plans. Products: a. Timing sheets for each intersection. 9 Dowling Associates Transportation Engineering - Planning • Research Education b. A schedule of operation for each plan. C. Recommendations for signal system control during off-peak periods. d. Final signal coordination plans with fine tuned adjustments. Task 7 - Prepare Draft and Final Reports Purpose: • To document project activities Task Description: Interim products identified in the previous tasks will be combined into draft and final reports. The reports will contain a summary of the study and study results including a description and graphic of the network, project assumptions, simulation run results, final optimization plan results, subsystems identified, and implementation plan. The report will clearly identify improvements in corridor travel time, energy savings, and estimates of improvements in vehicle emissions. Five (5) copies of the draft report will be provided for review. Based on review comments, the report will be revised and ten (10) copies of the final report will be submitted. Products: a. Draft Report (five copies) b. Final Report (ten copies) Task 8 - Prepare PS&E Purpose: • Develop bid documents for procurement and installation of equipment necessary to provide WWV coordination. • Define any required physical modifications for contractor installation. 10 Dowling Associates Transportation Engineering Planning Research Education Task Description: The consultant team will inventory all existing traffic signal controllers and hardware to ensure compatibility with WWV receivers. Time base coordination with the use of WWV technology is relatively reliable and is easy to maintain; however, older traffic signal controllers such as the Multisonics 911 cannot be coordinated with WWW receivers. Equipment upgrades and options will be investigated and presented to the project team. Recommendations will be made regarding the most cost-effective upgrade option. Equipment upgrades, costs and availability will be investigated to ensure the project will be completed on schedule and within budget. Plans will be developed showing physical modifications to intersections recommended and approved in Task 4, and providing details for installing WWV receivers and any other hardware that may be required. Plans and specifications will be incorporated into County bid documents and submitted for review. One set of revisions will be incorporated into the final bid package and resubmitted for bidding. Cost estimates will also be provided. The Dowling team will assist in reviewing bid proposals and will assist in assessing which equipment will provide the most reliable performance. Products: a. Alternatives for signal equipment upgrade with an assessment of cost-effectiveness. b. Preliminary and final plans, specifications, and estimates. 11 Dowling Associates Transportation Engineering • Planning • Research • Education 3. MANAGEMENT PROGRAM This section-identifies the allocation of staff resources for the Dowling Associates team and defines the schedule for conducting the work. The attached organization chart lists the project team members and their key responsibilities. A brief description of the roles and qualifications of each team member is provided below. Full resumes of key persons are included in Appendix B. DOWLING ASSOCIATES Richard Dowling, P.E. Role: Dr. Dowling will be the project manager responsible for day-to-day management, client satisfaction, and technical quality. Qualifications: Dr. Dowling is a licensed Civil and Traffic Engineer with 20 years of experience and training in traffic engineering. He has been responsible for providing technical assistance to grantees of the state's FETSIM program. In this role he has given training classes on the latest developments and application of TRANSYT-7F. He has field inspected city signal systems and trouble-shot signal coordination problems either both on the computer monitor and in the field. Mark Bowman, P.E. Role: Mr. Bowman will be the deputy project manager with a strong technical role in timing and design oversight. Qualifications: Mr. Bowman is a licensed Civil and Traffic Engineer with 18 years of experience in traffic engineering. He has developed signal system designs and timing plans in California and Colorado using both NEMA and Model 170 control technologies. He has had hand-on signal operations and maintenance responsibility for signal systems as City Traffic Engineer for the City of Boulder, Colorado. Willis Cheng Role: Mr. Cheng will be responsible for traffic analysis and signal timing. Qualifications: Mr. Cheng has five years of professional experience working on several NETSIM projects. He is highly skilled in the application of TRANSYT-7F, QUICK-7F, 12 Dowling Associates Transportation Engineering • Planning • Research • Education TRAFFIX, NETSIM and numerous other computer traffic analysis programs. CENTENNIAL ENGINEERING, INC. Allen Albers, P.E. Role: Mr. Albers will have overall responsibility for development of PS&E and WWV receiver installation Qualifications: Mr. Albers is a licensed Civil and Traffic Engineer with 12 years experience in traffic engineering with specialization in signal systems. He has designed and installed over a dozen traffic signal systems in California, Nevada, Utah and Colorado. Mr. Albers has developed plans and specifications for WWW receivers and evaluated the cost- effectiveness of alternative equipment. John Komaru Role: Mr. Komaru will have day-to-day responsibility for preparation of PS&E. Qualifications: Mr. Komaru has eight year of experience and training in traffic engineering, transportation planning and design. He has designed signal systems and performed signal timing for several FETSIM projects. Mr. Komaru is thoroughly familiar with YAW receiver installation requirements. TRAFFIC RESEARCH ASSOCIATES Randy Dinwiddie Role: Ms. Dinwiddie is owner and president of TRA and will be responsible for conducting traffic counts and travel time studies. Qualifications: Ms. Dinwiddie has performed traffic data collection services for numerous FETSIM studies under contract with several of the nation's largest traffic engineering firms and governmental agencies at all levels in central and northern California. Recent experience includes traffic counting and travel time studies on the Cypress Street project and San Jose Signal Management Study program. 13 O 00 7r C) (2) 'r 1-0 CD OC C', < -r r- kn C-� r ' :� -t (D 00 Gr� 0 U :t oc C1 -,t 00 17r o k-r) VI) O 00 00 V Go-, 46q Gx} N " 6�1 6R GIs GII) C) C) CDkn C) 00 CD CD t-- r- cq oA 66 GOIJ rlq 0 0 0 u C) 7� O m \,O (7T kn -T -T N �c 00 1p (14 m w m Co \10 00 00 00 6s GS Goq G31 OJ oo (A GS E01) GS >Q) > vi 0 M to C50 to 00 N m (:;N 00 C.) 00 \10 U kn GS 46S Oq cz C� i= CN3 (oq Ffq b9 CoS 66 oq GS 69 �-o110 C) (n C) < kn 00 00 cc 00 7; 00 06 m C) U C) 00 00 r.r 00 NC/) Cl) on kn NCI-01 06 —I-IT, C14 U Goq U 00 C14 cq rq O �c \,o 00 0C) gz :3 M " C:) — �74 cz C) E 4 gz C) tT oc cq kn C14 ya S7 00 cz LZ C CN cc =3 C3 7) (1) z L-4 > vl ca V) X " V) c" LJ C c—, `1 a > fa� Ca. 0- oj ;z( 0 0 -2 t- �T* u aj o ca cz ca ID. ln� > > > 0 0 0 u (1) o �ca U U (-) — ('A c,) "-r �n �,o r- 00 00 APPENDIX B Dowling Associates Transportation Engineering • Planning • Research • Education Hourly Hourly Billing Rates Billing Rate Principals Schedule Richard Dowling $138.00 John Dowden $138.00 Dowling Associates has Stephen Lowens $125.00 established the following Steven Colman $120.00 standard billing rates for our professional consulting services. Principal Associate II $120.00 Principal Associate I $100.00 Senior Engineer/Planner $ 80.00 Effective April 1995 Associate Engineer/Planner $ 71.00 Assistant Engineer/Planner $ 62.00 Subject to revision January 1996 Office Manager $ 71.00 Secretarial/Technician II $ 57.00 Secretarial/Technician I $ 47.00 Graphics Artist $ 75.00 Expert witness charges available upon request. Direct Expenses The above rates include standard overhead items. Travel costs are billed at twenty-nine cents per mile (0.29). All outside services and expenses are billed at cost, plus fifteen percent for handling. Payment Schedule Invoices are due and payable within thirty days. Invoices paid after thirty days will be subject to separate billing of one and one-half percent per month of unpaid balance. Late charges are not included in any agreement for maximum charges. 180 Grand Avenue • Suite 995 • Oakland, CA 94612 • (510) 839-1742 • FAX (510) 839-0871