Loading...
HomeMy WebLinkAboutMINUTES - 05112004 - C1 r TO: BOARD OF SUPERVISORS FROM: MAURICE M. SHIU, PUBLIC WORDS DIRECTOR DATE: May 11, 2004 SUBJECT: Approve Consulting Services Agreement with Whitlock&Weinberger Transportation, Inc. (W-Trans)for traffic engineering consultant services in the Alamo area. Project No.: 0662-6U4204 SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION I. Recommended Action: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract with Whitlock&Weinberger Transportation, Inc. (W-Trans)in the amount of$150,000 to provide traffic engineering consultant services for the Danville Boulevard Traffic Improvement Project, for the period April 1, 2004 through December 31, 2005, Alamo area. (Alamo Area of Benefit Funds) (District III) Project No. 0662-6U4204. -- ------------ Continued on Attachment: X SIGNATURE: .,-RECOMMENDATION OF COUNTY ADM[NIST 40OR _RECOMMENDATION OF BOARD COMMITTEE 0PROVE OTHER SIGNATURES ACT11ON OF B0#1R ON MAY 11, 2004 APPROVED AS RECOMMENDED xx OTHER F gJ VOTE OF SUPERVISORS I hereby certify that this is a true and correct xx UNANIMOUS (ABSENT NONE AYES: NOES: � copy of an action taken and entered on the ABSENT: ABSTAIN: minutes of the Board of Supervisors on the date Shown. ATTESTED: MAyjI, 2004 \:\Grine onsaltantSPro}esWinalSeeBion0ananaVal#ey Medians JOHN SWEETEN, Clerk of the Board of \i7anvlge Consultant Serv#ces\Flea#SelectlanlDanvA#a Traffic Improvement BO.dac Orig.Div: Public Works(TE) Supervisors and County Administrator Contact: Steve Kewalewski(3132225),TE cc: B.Fernandez,TE By ,gyp �-� , Deputy SUBJECT: Approve Consulting Services Agreement with Whitlock&Weinberger Transportation, Inc. (W-Trans)for traffic engineering consultant services in the Alamo area. Project No.: 0662-6U4204 DATE: May 11, 2004 PAGE: 2 11. Financiallmpact: The estimated contract cost is $150,000 funded by the Alamo Area of Benefit. Ill. Reasons for Recommendations and Back rg ound: The County has successfully negotiated with Whitlock & Weinberger Transportation, Inc. (W- Trans) to provide the necessary traffic engineering consulting services to study the downtown Alamo corridor. The purpose of this study is to evaluate various alternatives that would improve traffic circulation along Danville Boulevard from Stone Valley Road to Jackson Way. A review of the accident history along Danville Boulevard indicates the potential for vehicle collisions at various driveway locations and the center two-way left turn lane. Alamo residents and community groups have also expressed concerns regarding traffic safety issues along the Danville Boulevard within the downtown Alamo area. This study will identify alternatives that will reduce the potential for vehicle collisions and increase traffic circulation efficiency. IV. Consequences of Negative Action: If the Consulting Services Agreement with Whitlock&Weinberger Transportation, Inc. (W-Trans) is not approved, the project study cannot be completed in a timely manner. i CONSULTING SERVICES AGREEMENT 1.Soecial Conditions.These Special Conditions are incorporated below by reference. (a) Public Agency: Contra Costa County Public Works Department (b) Consultant's Name&Address: Whitlock&Weinberger Transportation Inc. 509 Seventh Street Suite 101 Santa Rosa CA 95401 (c) Project Name, Number, & Location: Danville Boulevard Traffic Improvement Project (d) Effective Date: April 1, 2004 (e) Payment Limit(s): $150,000 (f) Completion Date(s): December 31, 2005 (g) Federal Taxpayer's I.D. or Social Security Number: 77-0390893 2. Signatures. These signatures attest the parties'agreement hereto: PUBLIC AGENCY CONSULTANT By: Maurice M. Shiu Public Works Director/ By: Chief Engineer, or Designee (Designate official capacity in'the business Itype of Business: (sole proprietorship,government agency, partnership, corporation,etc.) `� If Co ion, S to f ncorp ration: / By: 1 —7() 0 De ignate off al capacity in the business) Note to Consultant: For corporations, the 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. 1130 and Corps.Code.Sec.313.)The acknowledgment below must be signed by a Notary Public. CERTIFICATE OF ACKNOWLEDGMENT State of California } County of 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 seal. Dated: —Notiry-PublIb l (Notary's Seal) KARIN LEEANN CRAIG _lI Commission#1353364 Notary public-Calimmia y Sonoma County W Comm-Ex;*m May21,2006 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 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 terra hereof: (a)Workers' Compensation Insurance pursuant to state law; (b) Professional Liability Insurance with minimum coverage of $1,000,000 and a maximum deductible of $60.030; 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$600,000 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, 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 shall 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 B 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 shall be submitted at convenient intervals approved by Public Agency and shall list, for each item of services,the employee categories, hours and rates. Public Agency will pay consultant in accordance with the requirements of Civil Code Section 3320 as applicable. 9. Status. The Consultant is an independent contractor, and shall not be considered an employee of Public Agency. 10. Time far 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 shall 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. All 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.Public Agency will pay withheld funds in accordance with the requirements of Civil Code Section 3320 as applicable.A retention will not be withheld for any"on-call`work. 16. Termination by Public Agency.At its option,Public Agency shall have the right to terminate this Agreement at anytime 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 Agreernent,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 all applicable laws, statutes, ordinances, rules and regulations,whether federal, state, or local in origin.This includes compliance with prevailing wage rates and their payment in accordance with California Labor Code, Section 1775. 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 perforin 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 Subcontracting.All subcontracts exceeding$25,000 in cost shall contain all of the required provisions of this contract. Consultant will pay each subconsultant in accordance with the requirements of Civil Code Section 3321 as applicable. 22. 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,and where appropriate,indicate his/her registration number. 23. Patents and Co ffi hts.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. 24. indemnification. Consultant shall indemnify, defend,save, protect, and hold harmless Public Agency, its goveming body, officers, employees, representatives, and agents ("indemnitees")from any and all demands, losses,claims,casts, suits, liabilities, and expenses for any damage, injury, or death (collectively "Liability") arising directly or indirectly from or connected with the services provided hereunder which is caused,or claimed or alleged to be caused,in whole or in part,by the negligence or willful misconduct of Consultant, its officers, employees, agents, contractors, subconsultants, or any persons under its direction or control and shall make good to and reimburse indemnitees for any expenditures, including reasonable attorneys'fees and costs,the Indemnitees may make by reason of such matters and,if requested by any of the Indemnitees, shall 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; provided, however, that Consultant shall not be required to indemnify Indemnitees for the proportion of liability a court determines is attributable to the negligence or willful misconduct of the Public Agency,its governing body,officers,or employees. This indemnification clause shall survive the termination or expiration of this Agreement. 25. 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. 26. Public Endorsements.Consultant shall not in its capacity as a Consultant 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 Consultant capacity,Consultant 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 widelyaccepted scientific basis for such claims or without the prior approval of the Public Agency's governing board.In its Public Agency Consultant capacity,Consultant shall not participate or appear in any commercially-produced advertisements designed to promote a particular brand name or commercial product,even if Consultant is not publicly endorsing a product,as long as the Consultant'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, Consultant may express its views on products to other Consultants,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. 27. 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. 28. Disadvantaged Business Enterprise(DBE) Rerruirements (Federal aid proiects onlv). Consultant shall comply with all applicable provisions of 49 CFR, Parts 23 and 26,and the County's disadvantaged Business Enterprise (DISE) Program,which are incorporated into this Agreement by reference. In addition, in performing services under this Agreement, Consultant shall utilize all DBEs listed in Consultant's written response to the Public Agency's request for qualifications or request for proposal and shall pay to the listed DBEs the estimated amounts listed in Appendix B attached to this Agreement. The Consultant shall not substitute a listed DBE at any time or decrease the amount to be paid to a listed DBE without the advance, written consent of the Public Agency. If a listed DBE is proposed to be replaced, Consultant shall make a good faith effort to replace the original DBE with another DBE and shall submit to Public Agency written documentation of such effort. 29. Federal Cost Principles and Procedures(Federal aid proiects only).Consultant shall comply with the following provisions, which are incorporated into this Agreement by reference: (a)the cost principles for allowability of individual items of costs set forth in 48 CFR, Chapter 1, Part 31: (b) the administrative procedures set forth in 49 CFR, Part 18; and (c) the administrative procedures for non-profit organizations set forth in OMB Circular A-110, if applicable to Consultant. In the event that payment is made to Consultant for any costs that are determined by subsequent audit to be unallowable under 48 CFR, Chapter 1, Part 31,Consultant shall refund the payment to Public Agency within 30 days of written request from Public Agency. Should Consultant fail to do so, and should the Public Agency file legal action to recover the refund, Consultant shall reimburse the Public Agency for all attorney's fees,costs,and other expenses incurred by Public Agency in connection with such action. Attachments:Appendix A,Appendix B, Appendix C Form approved by County Counsel (11/00) G:\GrpData\TransEng\Projects\Danville Blvd&Stone Valley Rd-Medians\Danville Consultant ServicesTinal Selection\W-Trans Contract.doc APPENDIX anvifle Bou evard'Traffic iTprovem, ent —Work Plan J 1. Kickoff Meeting — Resolve Work Pian W-Trans and RRM Design Group staff will meet with the County to initiate the project and resolve any issues related to the worts plan. The County will provide the following information related to the study: General Info 1) Danville Boulevard Median Island Test Project Report 2) Danville Boulevard traffic counts, ADT's (from 6/25-27/2003) 3) Danville Boulevard turning movement counts (at Orchard Court, Stone Valley Road) (from 6-7/2003) 4) Danville Boulevard Traffic Collision Report (1990 - 2003) 5) Enforcement report on Danville Boulevard. 6) Danville Boulevard License Plate Study result. 7) Signal Design for Danville Boulevard/Stone Valley Road intersection. 7/16/03 Merchant Meeting 1) Meeting attendance sheet. 2) Summary of public comments 11117/03 Public Meeting 1) Mike Gibson, resident, Roundabout Alternatives & Comments 2) Alternative Summary Sheet 3) Roundabout$ Estimate, Planter Median $ Estimate, and Jackson Way Crosswalk Alternatives. h) November 17th public meeting attendance sheet and public comments. 5) November 17th public meeting presentation materials. a. PowerPoint Presentation Slides b. Mike Gibson Roundabout Alternatives C. Public Comments d. Driveway Turning Movement Count Data e. 11 ft. lane configuration cross section. f. Presentation Board Display Z. Develop Base Map Utilizing City-supplied topographic and aerial photographic information, RRM Design Group will develop a base map depicting building and rights-of-way locations, existing landscaping, curb locations, driveway locations, etc. 3. Inventory of Existing Traffic Conditions Field Review W-Trans will coordinate a field review of the study area and collection of data including, but not limited to: > lane geometrics ➢ drainage inlets ➢ location of curb, gutter and sidewalks ➢ overhead utilities curb ramps ➢ circulation patterns ➢ crosswalks (controlled and uncontrolled) ➢ on-street parking activity streetlight locations ➢ transit stops ➢ bicycle route information ➢ signal coordination ➢ traffic signal equipment Intersection Operations W-Trans will evaluate intersection operations along the corridor including driveway operations between Stone Valley Road and Jackson Way. The analysis will include intersection level of service, delay and queuing issues. Collision Analysis Based on the data provided by the County, W-Trans will evaluate recorded collisions over the last ten-year period in order to determine critical collision locations and any causality factors. Summary Report A summary report of the existing conditions focusing on the street system will be prepared. A scaled base plans showing collected information, in combination with photographs and aerial photos, will be included in the report. 4. Stakeholder Outreach T. Keith Gurnee of RRM Design Croup will lead the effort to coordinate with County Staff/Community Members/Agencies to listen to and evaluate concerns about the corridor. The outreach program will be structured to reach a wide base of community groups, business and property owners, and residents in the area. These candid one-on-one interviews with key stakeholders will be held over a period of one full day. These 30-minute sessions will allow individual stakeholders to identify key issues and concerns confidentially. 5. Land Use Assessment The specific areas where redevelopment may occur should be acknowledged and potential uses which would fall within the zoning and meet goals of the County economic and redevelopment policies. Since the land use development and street frontage improvements are intertwined in their relationship, a general assessment of land use development potential will be completed by RRM. 6. Opportunities and Constraints An Opportunties and Constriants summary report and graphic will be prepared based on the information provided by County Staff, the public outreach effort and the field investigation. 7. Develop Streetscape/Circulation Alternatives Up to three (3) streetscape and circulation alternatives will be developed for the study area. These alternatives will include improvements that can be contained within the existing right of way consistent with County and community goals, County standards, and policies and take any planned future improvements into account. Bather than "packaging„ options into several plan altematives, individual facility options will be developed for specific sections of the street, key intersections and driveways. Streetscape alternatives will address lane geometrics, traffic operation and delay, intersection control, sidewalk width, pedestrian crossing locations, pedestrian crossing features,medians, landscaping,street furniture, lighting, parking alignments (if included), driveway access, bulbouts, etc. Alternatives will be presented in a Draft Plan on scaled maps overlaid on aerials (preferably 1:40) with cross sections shown as applicable. Visual representation of each alternative will be, as much as is practical, true to scale and shape with some color for landscaping and in-street urban design elements such as colored crosswalks. As appropriate, each alternative will identify applicable materials and specifications. The Draft Plan will include a technical comparison of alternative streetscapes and cross sections. The technical comparison will include, but not be limited to,a matrix showing advantages,disadvantages,and estimated costs for issues such as roadway and intersection level of service,pedestrian features, bicycle features, parking supply, transit access and other urban design opportunities such as plazas and/or corner parks. Some of the technical data will be acquired from the Traffic Analysis phase of the study. 8. Traffic Analysis Planning level quantitative and/or qualitative operational and traffic safety analyses will be performed for all proposed alternatives. These will include intersection LOS, queuing analysis and traffic control warrant investigation. Access to shopping center parking and potential land use development areas will be discussed qualitatively. Regional Transit and emergency standards will be addressed and satisfied. Pedestrian crossing enhancements will be discussed. Mitigation measures for significant impacts will be identified. 9. Public Workshop#1. Presenting and Obtaining Feedback on the Alternatives The Circulation and Streetscape Alternatives will be presented at a second workshop. Community reaction and ratings will be obtained at the workshop including potential modifications gleaned from comments. 10. Devise preferred Concept Based on results of the workshop, a "Preferred Concept"will be developed by combining the desirable elements and refining the proposed plan street system and accompanying traffic control system required to maintain desirable traffic conditions. 11. Develop Planning Level Cost Estimates Itemized planning level cost estimates for the improvements proposed in plan will be developed. Cost estimates will include the capital cost, engineering, and construction management. Elements such as landscaping will include maintenance cost estimates. The final Plan will also identify potential funding sources for either design and/or construction. As much as possible,the County prepared cost estimates will be used and/or referred to in this process. 12. Phasing and Prioritization Plan The Consultant Team will prepare a phased implementation strategy for the proposed improvements as prioritized during the development of the plan. 13. Public Workshop#2: To Present and Obtain Feedback on the Preferred Concept The final preferred plan including conceptual renderings/drawings would be presented at a workshop. 14. Final Plan The Final Plan Document and a final presentation quality site plan rendering will be prepared for staff review. The document will combine working papers, results of workshops,alternative streetscape plans and details of the preferred alternative. All traffic engineering analysis will be summarized with details provided as appropriate. Graphic renderings of the streetscape recommendations will be included. The technical and economic feasibility of the Master Plan will be discussed, an opinion on the necessary environmental documentation provided, and information needed to identify and Justify the adoption of improvements that are not within County standards or policies provided. Where significant impacts are anticipated, appropriate mitigation measures will be provided. Special requirements for implementation or funding approvals will be supplied along with a list of next steps. 16. Project Management A schedule will be established at the initiation of the project, with regular updates as required to reflect any changes as the project progresses. Up to four (4) regularly scheduled coordination and status meetings will be held with County staff to review the project status and budget. W;Frans will provide agendas in advance and minutes submitted to document discussion. W-Trans will provide an entail of status between these coordination meetings. 16. Presentation to Planning Commission and Board of Supervisors The Master Plan will be presented to the Planning Commission and County Board of Supervisors by the representatives of both W-Trans and RRM Design Group. 17. Deliverables Following is a list of the products that will be delivered to the County during the course of the project. ➢ Summary memorandum of existing site conditions, opportunities and constraints Five (5) copies of the Base Plan Ten (10) copies and one (1) electronic copy of plans for all reviews ;0. Fifteen (15) bound colored copies, one (1) unbound copy, and one (1) electronic copy of the Draft Plan Y Fifteen (15) bound colored copies, one (1) unbound copy, and one (1) electronic copy of the Final Plan A PowerPoint presentations of the Alternative, Preferred, and Final Streetscape Concepts � EI Profess'anal e�.ces c xent Rates Effective from: A121i1 1. 2004 to December 31, 2005 Jab Title Rate-per hour W Trans: Project Manager $150 E Transportation Planner $105 Project Traffic Engineer $135 Assistant Engineer $75 Office Technician $65 Field Technician $30 Administration $50 RRM Design gaup: Project Manager $150 Landscape Architect $105 Associate Planner $50 -Landscape Architect $$5 Reimbursabies• W-TranslRRM Design Group $ 6,927 AID VE DI ' Project Person, nel W-Trans: Steve Weinberger (Project Manager) Zack Matley (Transportation Planner) Allan Tilton(Project Trak Engineer) Becky Simon (Assistant Engineer) Debbie Dunn (Office Technician) RRM Design Group: T. Keith Gurnee (Project Manager) Scott Graefen (Landscape Architect) Demae Tillotson (Associate Planner) Jennifer Aliviera (Landscape Architect)