HomeMy WebLinkAboutReso 122-1984RESOLUTION NO. 122-84
CITY COUNCIL, CITY OF SOUTH SAN FRANCISCO, STATE OF CALIFORNIA
A RESOLUTION AUTHORIZING EXECUTION AND APPROVAL
OF AN AGREEMENT FOR PROFESSIONAL ENGINEERING
SERVICES IN CONNECTION WITH A COMPREHENSIVE
TRAFFIC STUDY
BE IT RESOLVED by the City Council of the City of South San Francisco that:
1. Approval of Agreement.
An Agreement entitled "Agreement for Professional Engineering Services
in connection with a Comprehensive Traffic Signal Study" between the City of South
San Francisco and DKS Associates is hereby approved, and a copy of said Agreement
is attached hereto as Exhibit "1."
2. Execution of Agreement.
The City Manager is hereby authorized to execute said Agreement on behalf
of the City, and the City Clerk attest his signature thereto.
I hereby certify that the foregoing Resolution was regularly introduced and
adopted by the City Council of the City of South San Francisco at a regular
meeting held on the 22nd day of August , 1984, by the following
vote'
AYES.
NOES.
ABSENT:
Councilmembers Mark N. Addiego, Emanuele N. Damonte, Richard A. Haffey,
Gus Nicolopulos; and Roberta Cerri Teglia
None
None
ATTEST:
Exhibit 1 to Resolution ilo. 122-G4
AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
IN CONNECTION WITH A
COMPREHENSIVE TRAFFIC SIGNAL SAFETY STUDY
THIS AGREEMENT made and entered into this 22nd day of August ,
19 84, at City of South San Francisco, County of San Mateo, State of California'
byrd between the· City of South San Francisco, a municipal corporation and
political subdivision of the State of California, hereinafter called "CITY",.
through its duly appointed, qualified and acting City Manager, hereinafter
called ADMINISTRATOR, and DKS Associates, hereinafter called "CONTRACTOR".
W I T N E S S E TH:
That the Contractor for and in consideration of the convenants, conditions,
agreements, and stipulations of the Administrator herein expressed, does hereby
agree to furnish to the Administrator services, as follows:
ARTICLE I - Statement of Work
Contractor shall perform a Comprehensive Traffic Signal Safety Study in con-
formance with the Request for Proposal dated April 5, 1984, which is attached as
Exhibit "A" and incorporated herein. In general, the project is divided into
five (5) phases:
Responsibility
Phase i Start~up and Consultant Selection Administrator
Phase 2 Data Collection Contractor
Phase 3 Accident and Capacity Analysis Contractor
Phase 4 Develop Recommended Improvements Contractor
Phase 5 Documents and Evaluation Contractor
Phase 1: .Start-up and Consultant Selection
This phase has been completed by the City.
Phase 2: Data Collection
The Contractor will collect the available traffic accident data from the
CARES program and the SWITRS reports, will review available traffic counts
at the project intersections, will collect delay information, and will make
a field inventory of existing signal installations during this phase of
study. This will be accomplished as part of the following four-task work
effort. The Contractor will devote approximately 15 percent of its
effort to this portion of the work. ($4,385.00)
Task 2A: Collect Accident Data
The City has accident data records. The CARES program provides.access
to as many as ten years of accident data in a usable form. The SWITRS
-1-
reports also provide a source of accident information. The Contractor
would rely on the CARES information as the primary source of traffic
accident data. T'he effort will be to establish exactly what pieces of
accident data will be used and limiting the data collection to these
items.
Task 2B: Collect Traffic Count Data
The City.has some turning movement and mechanical traffic counts.
These will be reviewed to determine data collection needs. Contractor
will provide the City with a list of locations ¥~here mechanical traffic
counts are needed for the study. It is understood that the City will
provide these new counts. The Contractor will be responsible for the
collection of any new turning movement counts, estimated to be approxi-
mately 30 counts.
Task' 2C: Collect Delay Data
Only three of the South San Francisco's traffic signals are intercon-
nected at the present time. While it is not anticipated that addi-
tional signal locations will be interconnected during the study period,
it will be of value to develop baseline data on traffic delay along
segments where signal interconnection is anticipated. This will
include the ten signal locations in the downtown area and the eight
additional locations along arterials. The floating car method will be
used to collect existing delay information along the selected street
segments.
The effects of traffic signal ti~,~ing improvements at isolated locations
will al so be determined. The Contractor will use queue length as a
surrogate measure of traffic delay a signal locations. In addition
actual field observations by qualified professional engineers will be
used to gain a true feeling for the current operation at signalized
intersections in South San Francisco.
Task 2D: Conduct Field Inventory
The Contractor will visit each traffic signal location. All equipment
will be inventoried. This will include all poles, heads, detectors,
and lighting. In addition, all control equipment will be recorded.
The Contractor has developed a form suited for this inventory process.
The Administrator will provide access to the controller cabinets and
will make available to the Contractor all existing signal, signing and
striping plans which are in the City's possession.
While in the field, the maintenance card will be reviewed and important
data recorded. This data will be used to develop a comparison among
all traffic controllers in the City and to compare with typical main-
tenance records elsewhere in the country. Project team members have
previously conducted a survey of traffic signal control maintenance
requirements throughout the United States. This information will be
provided to the Administrator and will be included in the analysis. In
additional maintenance records for various traffic signal controller
-2-
types will be used to determine which controllers fail most often and
therefore are the best candidates for replacement.
, Pha,se 3' Accident and Capacity Analysis
The traffic accic~ent data collected as part of Phase 2 will be analyzed
during this phase. In addition, the traffic volume information collected
will also be analyzed. The purpose of these analyses will be to determine
which intersections have accident patterns that are amenable to correction
throu§h traffic signal improvements. The available capacity at the signa-
lized intersections will also be determined and compared 'to the existing
traffic demand. Impacts of traffic signal timing changes on intersection
capacity will be estimated. These analyses will be conducted as part of the
following two-task work effort. The Contractor will devote approximately
7 percent of its effort to this portion of the work ($2,050.00).
Task 3A: Accident Analysis
Collision diagrams will be prepared for each of the. signalized inter-
sections. Accident patterns will be developed. The type of accidents~
the direction of travel of the vehicles involved, and other factors
will be depicted which will help to identify potential contributing
factors that can be corrected. While the RFP referred only to those
factors that can be mitigated through timing improvements, Contractor
will also consider those physical features of tile signal system that
can contribute to accidents. This w.ill include the size and visibility
of traffic signal heads, conformance to the Caltrans Traffic Manual and
MUTCD.
Task 3B: Capacity Analysis
The Contractor will use the Critical Movement Analysis technique to
evaluate level of service at the signalized intersections in South San
Francisco. The traffic volume information collected in the previous
phase of the project will be used in the analys~s. Of primary interest
to this study will be the analysis of reserve capacity. Where demand
equals or exceeds capacity, the impacts of possible traffic signal
coordination or other timing changes will be estimated. This could
include possible traffic diversion to Parallel streets or increased
congestion on the cross streets.
Phase 4: Develop Recommended Improvements
In this task the data and analysis conducted in previous phases will be
used. In this phase, new traffic signal timing ~ill be developed. This
will include timing for those signals that can be interconnected as well as
those that will operate as isolated signals. Recommendations will be made
for possible fUture interconnection and for future master control of tile
signals in the City. The benefits of the implemented traffic signal timing
improvements will be evaluated and the expected benefits of the recommended
improvements will be estimated. This work will be performed as part of the
-3-
following six-taSk work effort. The Contractor will devote approximately
60 percent of its effort to this portion of the work 1517,535.00).
Task 4A: Develop Traffic Signal Timing Plans
Traffic signal timing plans will be developed for those signals that
have existing interconnection capabilities. These include locations
along Chestnut and Westborough near E1 Camino Real. These timing plans
will be developed using the TIMDIS program developed by Contractor for
· analysis of arterial traffic signal systems. To get this system to
work it will be necessary to coordinate with Caltrans to modify the
controller at E1 Camino Real.
Task 4B: Develop and Implement Timing Improvements at Isolated Traffic
5~gnai s ·
The Contractor will develop and implement timing improvements at the
isolated traffic signal locations in the City. Since the existing
timing parameters are functioning in a reasonably efficient manner, the
effort as part of this study will be to provide those fine-tuning
adjustments .that will make the individual signals more responsive to
existing traffic conditions. This type of adjustment can only be made
foil.owing extensive field observation and the on-site evaluation of the
results of timing changes during various times of day.
Task 4C: Evaluate Signal Coordination Needs
Most of the signal locations in South San Francisco are not currently
coordinated. The Administrator has identified three groups of signals
that are candidates for' future interconnection. This task will deter-
mine which groups of signals will benefit most from coordination, how
many timing plans will be required, the method of timing plan selection
and potential system subsets.
Turning movement counts, 24-hour machine counts, available speed sur-
veys, existing street geometrics and existing congestion will be used
to determine the feasibility of signal coordination for those traffic
signal groups considered candidated for interconnection. The turning
movement counts will be used to determine the variation in traffic
demand throughout the day and'the resulting need for-multiple timing
plans. Existing speeds, geometrics, and congestion will be combined to
establish how much dispersion will be expected with platoons travelling
between signalized intersections.
Actual timing plans will be developed for selected periods within the
normal day. On arterial segments, the TIMDIS program will be used.
For the downtown grid system, TRANSYT will be used.
Task 4D- Investigate Signal System Control Features
State-of-the-Art traffic signal control equipment can include a variety
of valuable features. Central monitoring of traffic signal controllers
and detectors can provide an early indication of traffic signal
malfunctions that allows quick response maintenance. This feature
-4-
generally includes logging of all system events. This log can often be
of value during litigation. Special function control can be used to
operate special "blank-out" signing or emergency preemption capability.
System detectors can be used to measure volume and occupancy as
measures of effectiveness of the existing control strategies. The cen-
tral control system computer can also be used to produce management-
oriented reports. These reports could include a summary of traffic
growth as measured by the system detectors, summaries of measures of
effectiveness being collected by the system along with other reports.
In other cases the computer can be used to run engineering programs.
This is sometimes important to agencies that do not have access to com-
puter facilities. Each of these features involves a tradeoff. One
feature may require additional communication capability while another
may utilize a significant share of the available stora§e on the com-
puter. These features will be evaluated in view of the existing and
anticipated future size of the South San Francisco signal system,
available staff, and likely budget constraints.
Task 4E: Develop Signal System Recommendations
-
Based on the results of the analysis in Tasks 3C and 3D, recommen-
dations will be developed for future signal system improvements in
South San Francisco. A detailed plan for improvement of the existing
signal locations and the recommended type of master control ¥~ill be
developed. Consideration will be given to arterial control as well as
central control of the traffic signals in the City. Attention will
also be given to the type of communication medium that is most
appropriate in the City of South San Francisco. In general, these
recommendations will incorporated local control equipment, co~-
munication network and master control. As a result, the City will be
left with a master plan for improved signal reliability and operation.
Task 4F: Estimate Benefits
Potential benefits of recommended improvements will be analyzed as part
of this task. The analysis will use a modified cost utility analysis.
This analysis is extremely usefull in this type of comparison since the
various features to be evaluated, have rather subjective benefits. The
purpose will be to solicit agency input along with the established
effects of proposed improvements on traffic flow to form a relative
ranking of the recommended signal system improvements when compared to
other available options.
Actual changes in the travel speed and delay will be measured at the
coordinated signal locations and changes in queue lengths will be
recorded at the isolated signal locations.
Task 4G' Estimate Costs
-
The relative costs of available traffic signal system improvement
alternatives will be estimated. These cost estimates will utilize
recent bid information as well as manufacturer quotations.
When combined ~viti~ the benefit analysis these cost estimates will pro-
-vide a complete comparison of the relative merits and drawbacks of
available traffic signal system improvement alternatives.
-5-
Phase 5: Documentation and Evaluation
The results of the study and the methodology used will be thoroughly docu-
mented in a final report. This report will also document possible bench-
marks that should trigger the implementation of recommended improvements.
'The methods for evaluating the. benefits of the proposed improvements will
also be provided. This report will serve as a summary of what was done as
well as a framework on how improvements can be developed and evaluated by
the City of South San Francisco after, the study is complete.. The Contractor
will devote approximately 18 percent of~ its effort to this portion of'
the work ($5,260.00).
ARTICLE I'I - Costs
Pursuant~ to satisfactory completion of this agreement, a lump sum payment of
$29,230.00 (which includes all expenses incurred by the Contractor) will be made
to the Contractor.
The above lump sum payment for satisfactory performance, includes salary,
fringe benefits, overhead, profit and all other expenses incurred by the
Contractor in accordance with the attached Cost Price Proposal (Exhibit "B").
ARTICLE III - Cost Limitation
Total expenditures made under this contract shall not exceed the sum of
$29,230.00 .
ARTICLE IV - Method of Payment
The Contractor will be reimbursed for costs incurred in the performance
hereof as are allowable under the provisions of Part 1-15 of the Federal
Procurement Regulations.
Consultant .shall be reimbursed monthly in arrears based upon the estimated
percentage of work completed. Consultant shall submit invoices in triplicate
and addressed to the Administrator. Invoices shall become due and payable within
forty-five (45) days of receipt by the Administrator.
The Administrator shall retain ten percent of the billings, which retention
shall be paid to Contractor together with final payment, upon acceptance by the
Administrator and the California Office of Traffic Safety of the satisfactory
fi nal report.
ARTICLE V - Subcontracting
Contractor shall not be permitted to subcontract any portion of this
contract without the express written consent of the Administrator.
-6-
ARTICLE VI - Completion Date
The Contractor shall complete the 'items of work according to the following
schedule'
To Be Completed By
Phase 1
Phase 2
Phase 3
Phase 4
Phase 5
Completed by the City of South San Francisco
October 30, 1984 (Supercedes date given in RFP)
December 31, 1984
June 30, 1985
July 31, 1985
This contract shall terminate on September 30,, 1985.
ARTICLE VII Reports
Contractor shall furnish interim report quarterly as to the progress of the
study or upon demand by the Administrator or the Office of Traffic Safety. A
final report in draft form shall be provided the Administrator and the Office of
Traffic Safety thirty days prior to contract termination for review, recommen-
dations and approval by both parties prior to the Contractor furnishing fifty
printed copies of the approval final report. Final report is due thirty days
after project completion. Costs incidental to the report's preparation or deli-
very that are incurred subsequent to the termination date of the project are not
al 1 owab 1 e.
ARTICLE VIII - Publication
A. Contractor shall not be authorized to copyright the final report
without written approval from the Administrator and the Office of Traffic
Safety. Contractor shall also be prohibited during the term of the contract
from copyrighting any papers, interim reports, forms, or other material
which is a part of the work under the contract.
B. Publication rights to any documents produced are to be reserved to the
Administrator and the Office of Traffic Safety.
C. All reports published by the Contractor shall contain the following
statement on the credit sheet- "The opinions, findings, and conclusions
expressed in this publication are those of the authors and not necessarily
those of the Office of Traffic Safety, the National Uighway Traffic Safety
Administration or the Federal Highway Administration."
D. Both written and oral releases are considered to be within the context
of publication. However, these is no intention to limit discussion of the
study with small technical groups or lectures to employees or students.
Lectures to other groups which describe the project but disclose neither
data nor results are permissible without advance approval.
E. All reports shall contain the follo~.~ing credit line' "In coorporation
with State of California, Business, Transportation and Housing Agency,
-7-
Office of Traffic Safety, the. U. S. Department of Transportation, National
Uighway Traffic Safety Administration and Federal ~i~hway Administration."
ARTICLE IX- Project Inspection .
The Office of Traffic Safety, the National Highway Traffic Safety
Adn~inistration, the Federal Highway Administration, and the Administrator may
review and inspect the Contractor's activities during the progress o~ the
program.
ARTICLE X - .Accounti.ng Records
Contractor must maintain accoUnting records and other 'evidence pertaining to
costs incurred which records and' documents shall be kept available at the
Contractor's office durin§ the contract period and thereafter for three years
from the date of final payment of Federal funds hereunder.
ARTICLE XI - Ownership of Data
All data, maps, photographs, and other material collected or prepared under
the contract shall becotne the ~oint property of the Administrator and the Office
of Traffic Safety.
ARTICLE XII - Contract Termination
This contract may be terminated at any time for breach and Administrator may
terminate unilaterally and without cause upon ten (10) days written notice to
the Contractor. All N,~ork performed pursuant to the contract and prior to the'
date of termination may be claimed for reimbursement.
If this Agreement is 'terminated for any reason during any phase, Contractor
shall be paid for the reasonable value of services performed by him up to the
time of such termination. Said reasonable value to be determined in the
follo~i ng manner'
A. For completed phases, the reasonable value will be considered to be the
dollar amounts for each phase as stated herein.
B. For incomplete phases, the reasonable value will be con~puted as the
percentage of the ~ork completed, times the dollar amount for the inco~plete
phases as stated herein.
See Article XXV of this agreement for an explanation of termination by
default.
Except as indicated above, Contractor services for the ~.~ork shall terminate
90 days after -Final acceptance of the Project or by mutual agreement of the
Administrator and Contractor. This contract may be extended beyond that date by
mutual agreement of the Administrator and Contractor.
-8-
ARTICLE XIII - ~.laiver
In the event that either Administrator or Contractor shall at any time or
times waive any breach of this Agreement by the other', such waiver shall not
constitute a waiver of any other or succeeding breach of this Agreement, whether
of the same or any other convenant, condition or obligation.
ARTICLE XIV - Assignability
Contractor shall not assign or transfer interest in this contract without
the prior written consent of the Administrator and the Office of Traffic Safety.
ARTICLE XV - Additional Work
.
For any work directed by the Administrator which is not delineated herein,
the Scope of %~ork will have changed and the fixed fee 'w~ll be subject to renego-
tiation. A supplemental agreement or amendment to this Agreement shall then be
entered into delineating the additional work, associated provisions, and compen-
sation for same. The supplemental agreement or amendment to this Agreement
shall be preferably executed prior to Contractor performing said additional
work; however, should this not be possible in the interest of time,
Administrator shall give Contractor written authorization for performance of
'services while tile necessary documents are prepared.
ARTICLE XVI - Amendment
It is mutually understood and agreed that no alteration or variation of the
terms of this contract, or any subconthact requiring the approval of the
Administrator and/or the Office of Traffic Safety, shall' be valid unless made in
writing, signed by the parties hereto, and approved by all necessary parties.
ARTICLE XVII - Non-Solicitation Clause
- ~
"The Contractor warrants that he has 'not employed or retained any co~npany or
persons, other than a bona fine employee %,~orking solely for the consultant,
any fee, commission, percentage, brokerage fee, gifts, or any other con-
sideration, contingent upon or resulting from the award or making of this
contract. For breach or v~olation of this warranty, the State shall have
the right to annul this contract without liability, or, in its discretion to
deduct from the contract price or consideration, or other%~ise recover, the
full amount of such fee, commission, percentage, brokerage fee, gift~ or
contingent fee."
ARTICLE XVIII - Equal Opportunity Assurance
During the performance of this contract, tile Contractor agrees as follows'
A. The Contractor will not discriminate against any employee or applicant
for employment because of race, sex, creed, color or national origin. The
-9-
Contractor will take affirmative action to ensure that applicants 'are
employed, and the employees are treated during employment without regard to
their race, sex, creed, color or national or~§in. Such action shall'
include, but not be limited to the follo~ing' employment, upgrading, demo-
tion or transfer; recruitment or recruitment advertising; layoffs or
termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. The Contractor agrees to post in
conspicuous places, available to employees and applicants for employment,
notices setting forth the provisions of this nondiscrimination clause.
B. The Contractor will, in all solicitations or advertisements for
employees placed by or on behalf of the Contractor, state that all qualified
applicants will receive consideration for employment without regard to race,
sex, creed, color or national origin.
C. The Contractor will send to each labor union or representative of
workers with which he has a collective bargaining agreement or contract or
understanding, a notice advising the labor union or worker's representative
of the Contractor's commitments under this nondiscrimination .clause and
shall post copies of the notice in conspicuous places available to employees
and applicants for employment.
D. The Contractor will permit access to his books, records and accounts by
the applicant agency, the State, the Federal Highway Administration for pur-
poses of investi§ation to ascertain compliance with this non~iscriminatio~
clause.
E. 'In the event of the Contractor's noncompliance wi th the non-
discrimination clauses of this contract, this contract may be canceled~ ter-
minated or suspended in ¥~hole or in part.
ARTICLE XIX - Insurance
The Contractor shall take out and maintain during tSe life of this Agreement
· the following policies of insurance'
(a) ' Workers' Co. mp.e_nsation and Employers' Liability Insurance pro-
viding full ~statutory coverag6. In ~ign~ng this Agreement, the
Contractor makes the following certification, required by Section 1861
of the California Labor Code:
"I am aware of the provisions of Section 3700 of the
California Labor Code which require every employer to be
insured against liability for ~orkers' Compensation. or to
undertake self-insurance in accordance with the provisions of
the Code, and I will comply with such provisions before com-
mencing the performance of the work of this Agreement."
In case any work is sublet, Contractor shall require subcontractor simi-
larly to provide worker's compensation insurance for all of the latter's
employees, unless such employees are covered by the protection afforde~ by
Contractor. Contractor indemnifies City for any damages resulting to City
from failure of either Contractor of any subcontractor to take out or main-
tain such insurance.
-10-
(bi Public Liability Insurance. In an amount not less than FIVE
HUNDRED THOU-S~---D-O~-[-A-~S~--~'5OO,O~]O:O-(T) for injuries including, but not
limited to death to any one person and subject to the same limit for
each person, in an amount not less than ONE MILLION DOLLARS
($1,000,000.00) on account of any one occurrence,
(c) Property Damage Insurance. In an amount of not less than
FIVE HUNDRED THOUSAND DOLLARS ($500~-0-00.00) for~ damage to the property
of each person on account of any one occurrence.
(d) Contractural Liability Insurance. Contractor shall take out
-
and maintain durin§ the-life of .this Agreement an insurance policy in
the amount · of not less ,than ONE MILLION DOLLARS ($1,000,000.00);
insuring City, its elective and appointive boards, commissions, offi-
cers, agents .and employees, and Contractor against damages sustained by
reason of any action or actions at law or in provisions thereof, o.r by
reason of any contractual liability, or alleged contractual liability
on any contract, entered into by Contractor and/or any of its agents or
employees.
(e) It is agreed that the insurance required by Subsection b, c,
and d shall be extended to include as additional insureds the City 'of
South San Francisco, its elective and appointive boards, officers,
agents and employees, with respect to operations performed by the
Contractor, as described herein. Evidence of this insurance described
above shall be provided to the City upon execution of tt~is agreement
and shall be subject to approval by the City Attorney as to form,
amount and carrier. The policy of insurance shall also contain a pro-
vision indicating that such insurance shall not be reduced or cancelled
except upon thirty {30) days written notice to City. In addition, the
follo¥~ing endorsement shall be made on said policy of insurance'
"The following are named as additional insured on tile above policies'
The City of South San Francisco, its elective and appointive boards-,
commissions, officers, agents and employees."
"Notwithstanding any other provisions in this policy; the insurance
afforded hereunder to the City of South San Francisco shall be primary
as to any other insurance or reinsurance covering or available to the
City of South San Francisco, and such other insurance or reinsurance
shall' not be req,,~ired to contribute to any liability or loss until and
unless the approximate limit of liability afforded hereunder is
exhausted."
ARTICLE XX -.R_esponsibility of the Parties
A. Contractor shall indemnify, hold harmless and, at Administrator's
request defend the City of South San Francisco, its elective and appointive
boards, cot~missions, officers, agents and employees from and against all
claims, demands, damages, liabilities, costs, expenses, including reasonable
attorneys fees or obligations, for or in connection with any personal injury
(including death) and/or property damage resulting from the negligent acts,
errors or o~issions of the Contractor or any of subcontractor's, employees,
-11-
agents or representatives in connection with Contractor's performance under
this Agreement.
B. City of South San Francisco shall indemnify, hold harmless and, at
Contractor's request defend Contractor, its employees, agents and officers
'from and against all claims, demands, damages, liabilities, costs, expenses,
including reasonable attorneys fees or obligations, for or in connection
with any personal, injury (including death) and/or property damage resulting
from the negligent acts, errors or omissions of City, its employees, offi-
cers, or agents in connection with City's obligations under this Agreement.
C. In tile event of concurrent negligence of 'the City of South San
Francisco, its officers, agents and/or employees and Contractor, its offi-
cers, agents, employees, contractors or subcontractors, then the liability
for any and all claims for personal injury (including death) and property
damage, and the cost of defending same, including attorneys fees, arising
out of performance of this agreement shall be apportioned under the
California theory of comparative negligence as established presently, .or as
may hereafter be modified.
ARTICLE XXI - Notices
All notices Shall be in writing and delivered in person or transmitted by
certified mail, postage prepaid.
follows"
Notices required to be given to City shall be addressed as
Barbara A. Battaya, City Clerk
City Hall, 400 Grand Avenue
South San Francisco, California 94080
Notices required to be given to Contractor shall be addressed as
follows:
RIC~RD T. SAUVE
Dlq$ ASSOCIATES
1419 BRO~Z)~CA.. 700
OA~C[~a2.iO, CA 9a612
ARTICLE XXII - Responsibilities o~ Contractor
A. Except as Administrator may specify in writing, Contractor shall have
no authority, express or implied, to act on behalf of City in any capacity
whatsoever as an agent. Contractor shall have no authority, express or
implied, pursuant to this Agreement to bind City to any obligation what-
soever.
B. At all times during the term of this Agreement, Contractor shall be an
independent Contractor and shall not be an employee of. City.
C. All products of Contractor shall become the property of the City and
shall be delivered to the City no later than thirty (30) days after the ter-
-12-
ruination date of this Agreement unless an earlier time is specified for a
particul ar product.
D. The Contractor shall provide necessary coordination between his sub-
contractors and Government Agencies.
ARTICLE XXIII - Costs and Attorney's Fees
The prevailing party in any action brought to enforce or construe the terms
of this Agreement may recover from the other party its reasonable costs and
attorney's fees expended in connection with such an action.
,!
ARTICLE XXIV - Violation or Breach of Contract by Contractor
A violation or breach of contract by Contractor shall be grounds for the
Administrator to terminate the contract for reason of default of the contract
I see Article XXVI below).
ARTICLE XXV - Termination by Default
-
A. If the termination is due to the failure of the Contractor to fulfill
his contract obligations, the City may take over the work and prosecute the
same to completion by contract or otherwise.
B. If, after notice of termination for failure to fulfill contract obliga-
tions, it is determined that the Contractor had not so failed, the ter-
mination shall be deemed to have been effected for the convenience of the
City. In such event, adjustment in the cOntract price shall be made as pro-
vided in Article XII above.
C. The rights and remedies of the City provided in this clause are in
addition to any other rights and remedies provided by law or under this
contract.
ARTICLE XXVI - Records
The City~ Office of Traffic Safety, or any of their duly authorized repre-
sentatives shall, have access to any books, documents, papers, and records of
Contractor which are directly Pertinent to the project, for the purpose of
making audits, .examinations, excerpts, and transcriptions. Contractor is to
maintain all required records for three years after the City makes final payment
and all other pending matters are closed.
ARTICLE XXVII - Agreement Contains All Understanding
This document, together w~th the attached Exhibits "A,' and "B", represents
the entire and integrated Agreement between City and Contractor and supercedes
all prior negotiations, representations, or agreements, either written or oral.
This document may be amended only by written instrument, signed by both City and
-13-
Contractor. All provisions of this Agreement are expressly made conditions.
This A§reement shall be governed by. the laws of the State of California.
IN WITNESS WHEREOF, the City of South San Francisco, State of California as
autWorized by the City Council at its meeting held on August 22, 1984
has caused its corporate name to be affixed hereto by-the City Manager and City Clerk
of said City, and the Contractor have hereto set their hands and'corporate name
the 29th day of August , 19 84, at South Sam Francisco,
California.
ATTEST:
CITY: CITY OF SOUTH SAN FRANCISCO,
a m~ic, ip. al corporation
ATTEST:
-14-
EXHIBIT "A"
· .April 5~ 1986
CITY OF SOUTH SAN .F~ANCISCO
REQUEST FOR PROPOSAL .
COP, PREHENSIVE TRAFFIC SIGNAL SAFET~ STUDY
Gentlemen
The City of South San Francisco has received a grant from the Office of Traffic'
Safety (OTS) to retain a consultant to review and improve the operation of the
City's traffic s. ignals and traffic signal systems. The project is designed so
that it will be completed by the consultant under the .direction of City staff~
o
_Backgr.o. und., pu~pos.e .agd s.c. ope _of St.u~d.y_'
.
A description of the ~tudy and pertir~ent informati'on is contained ')n the
'attached exhibit {Traffic Safety Project Agreement). In addition, the ~uccess..
ful consultant will be responsible for the initial preparation of all statu~
reports, quarterly reports,'etc,, required by DTS duri-ng the course of. this pro.-
ject.' . '
Contract Price:
.-
Proposals received will be price-competitive. 'All prices submftted will be one '
considerati, on in selecting the successful consultant.. Exhibit ~-t shall be sub-
mitted by all consultants responding to this Request for Proposal.
Presentation of Proposals and Award of Contract:
--
All proposals shall include a thorough description of the consultant's qualifi-
.cations and experience in addition to a comprehensive explanation of the pro-
posed method of completing this project. Proposals should also include
identification and qualifications of the individuals who will be assigned to
this project. All respondents should also describe their ability to have
responsible personnel physically in the project area dur(ng key traffic periods
for the purpose of performing this project.
April 5, 1984
REQUEST FOR PROPOSAL
COblPREHENS!VE TRAFFIC SIGNAL SAFETY STUDY
·
'Page,-2-
_P.rop_o. sal Schedule and Procedur'e:
Three 'copies of' all 'proposals shall ..Be submitted' to this oi=fice.no later than
close of business 5:00 PM on Friday, May 4, 1984. After re¥~ew of the propo-
sals, the staff may further interview selected Consuli~ants if no one proposal Ss
clearly superior. Following the r~eview process', the staff will fo~tard to the
City Council a recommendation for pro~eci~ consultant. '.The consultant select, on
will need .to'be affirmed and approved by the Office. o.f Traf~i c" safety pc~or %o
the award of contract° '. .. '
Inquiries:. . .....
·
Any questions 're§ardin~ this project or the proposals should be a~rected te me
by callqn§ {415) 877-8538-0 Pleage do not call the Office of Traffic Safety.
Ro ee
Director of Public Services
City En~i neet
·
·
· State of California ~,~{03ECT' NL~4BE~ -- - '-
~~~..,....., .~-:~.~ ~~. Business, ~ans~r~tion &. Housing Agent, '- PSP NO. . "
.'~ ~. ~'~- OFFICE OF '~F~C ~E~
PAGE 1 -(Zo ~ Copl~t~d' ~ ~u~!i~nt .Agen~)"' ' ' .- . e ' '
.Traffic Sigh!al Phasing ~nd ,Timing Optimization Project ,-... .......
. -' -. .. . .,~ . - /, - ...........
2. ~.~' o~ _~~C~- ]~b~-"..".'7]' ,. '77 '.- ....... . ...... '. -' '. -
-. . , -,
37-~~~'~'-~"~Z~BSk ~~~ ..... ' .......' ' "' '*' ~ao2~
-Depa~nt of Public-Services' ... . :' From: 4-.' t gf~
.
-'- . . l[..
5. PR~~ ~~fZ~N (~~~-'~'~'-'~-~S~-'~r~6~-'~ia~" ~vering the
. of pr~~re,, e~luation and end pr~ot in approxi~ly 1OO
The intent Ss to reduce accidents, congestion and delay, and increase cap'acit, y c,f
signalized'intersections.- A consultant will be'engaged to analyze.~he
~ion and accident experience at'35+ locati0ns. The major aspects .o,
inclUde: l). Consultant selection; 2) Data acqui fi ti on ; 3) Assessment of ~he exfst-
,-- ing signals and identification of critical safety and capacity problems; ~) Reco~en-q
dations for design, operation (including implementation of suggested
and-enforcement-~ and 5) Documentation and evaluation of ~'esults obtained,
7, ACCE~~'~"~DZTI~N~' 2 ~e 'sr0~S~65~ '6n-"~ '~ve~ ~ hereof co~~t6'%
of t~is agreg~nt '
Na~: Robert ~. 'Yee ' ,' Phon~: ~ Nmos: C. Waltep'Birkelo ' ~hor, e:
a~ss: (415) j ~aaress: . " ' 877-850[~
'City of South.San-'Francisco · 877-8538',.' City of South San Francisco
P.O. Bdx-711" · -...'.: ...~-r.- ' P.0, Box 71l
South San F~anciscb~A 94083 · : · South San ~a~a~fc°~ .CA' 9~
Si~ature .... ~ ~~. ~. '_._. ...... Signatur~l ' ~~u~~.~~ ~ /I i~ l~' t~-
Title D~rector of Fublic' Services' Tit_e~ ~ity lqana~ez
cZ FI~'OR.~6~ih~_ .... OFFICIAL ' --. , ;'¥%'-~ ' -~?'" ,. D~,,... ,'.,OFFICE-. AUTHORIZED. .... ~~CEI~
Na~: Barry R. Lipton , Nm~: ~gm'y R. LiptOn, D~rector of Finance
%, ' .
T~tle: Director of Finance .'/ Adaress:'.~Gity. of South San Francisco
'P~0. Box 711
~one: (415) 877-8507 ........... ___ ' ............ South S~ ~rancisco~_CA
A~c~~s '.'. .
.
~ojec~ ~sCriPtioh ........ khe&f~ ~ ....... lnit'ial E%;aluati'~n ~ata F0~ .... Schedule
Aa~. ~p~rt ~ Contribution Schedul'e.a-1 Certification, ~lifomia
~ta[].ed Budget Zsti~te Schedule-B'. .. ~ ~'~affic Safety Pr~ram
Budget Na~ative Sche~le B-1
o~s-3s (~,ev lo/83)
o.
It is understood and agree~ by ~he ProjeCt: Director
and Authorizing Official that any grant received as
a result of this"agreement .is subject-to '911 Federal
and .State regulations governino~ grants and ~o those-.°
controls .expressed in the Califorl%i~ Traf_fic Safety
.Grant Program Manuals which include, but ~re not
limited' to:- ' ...~.~.
a. Only verified participating costs resulting fi:om
activities described in this Agreement: %?ill b~
eligible .for reimbursemsnt;
.
progress Reports must be Submitted by the Projec~
Director to the Office of Traffic Safety on
·
January 15, April 15, July 15, and October
during each year of pr6ject operation;
c. All'Project aCCOUnting records and supporting
documents must be retained for audit purposes
at least'three years after, receipt of final
· payment; audits will be in accordance with A-lO2
·
3 ,{) A~t.achment Po '
·
·
.
·
do A final projec~ 'report must be submitted to. the
Office of Traffic Safety within 60 days after
the termination date of the-project~ .
.
·
·
No. alteration or v&riation of. the term's of .this
contract shall be valid unless made in writing and.
.signed by 'the 'parties.hereto, and no oral understand-
ing or agreement not 'i~corporated herein shall be
binding on any of the parties hereto.
· .
The 6bligation of'grant funds for successive fis6al
years of m61ti-year .projects is .subject to the avail-
ability of Federal .f.u.n~dt~..
·
..
· ·
·
PROJECT DESCR~.PTION
· .
. . ~ - --. ---: _- -. , _ .... , - ".:,-272-.:,'3 - - ' ' .... '- '- ,--~ '-- - ': --- .- .... "'~ · . .
, The City'of South San Francisco requests funding-assistance for a highway
satiety pro~ect to improve the safety and adequacy of its traffic controls..
This-..proposal is-submitted in conformance with the California Traffic.
' Safety Pro§ram Grant Pro§ram 'Manual o ' " '.
·
: · ,'v' ,:..:':~'~:.:: i. '-..; · ...,..-~ .~.:~ ...... ..: ,. ,'-:. · ':'" ' ......... ' .... · "'. ' . .... ; '
. ~ . . .~.,.;:,,~,~,~.(.~:~..'~.,:- :.~:...., ~..-:,,:.~:..~ .'::.::Z,.'L..~,.!~-;~:...'-:~.~.:.'...,:.-~:...:. ..... .'- ..,: ...... · . - . , . . - ... · ..... . . . ,- ;.. .
~.-:.!. -; '.'t. ,~,o.?,~".~':~"--'-':--~':''.:'.'.~'.'.~..'~...~-_'.~. ;~'~,~-'~,-..,'~.:,~-..~,~.~,~ :=-: .- . '° . ' · .. ~.~,':".-' · ' - · "'.' - -' - .. --..-'..'-, . . -'., . .
I ' ~'~"T~'" ..... ' .... <'.'~"~' '" ........ ""? .....' ........ "--"~-~'~'?'~-';.~:::~':.~',.~:'L".'; .... '.:':.'". ~'~ .-',~'~-,','~;::~: .... .°~:-': .... ''"~.".". : .... '~.-'' :.'~":.'~'~'~,'' '~'~' ~'~",?? '?':~:~:,::' ....
~' ' ~ ° . ~ ' -.,..;.:... :?.:~...::,....:.-'-,....~- :,.,- . ,.' .;-::.. ,$: :.',' ~ .' . . ..... , ' -?.-- .:-.. '.:. ~'- .... ..,-..,. ~:,,;:--.,~,. : :.-: ,.-~-, .~,.-?..-~-~
GENE~.A,'-':CH~RACIERIS~_CS,-:..,~...~,,..:-'=.- .... :.' .-, ..... .:..::,~:..~' - -.. '. · .... ' .... ::~..~. . ' :.~,-.-....:..'-
~ - .' , .' " · :: :.:, ',~::.~::'.,':,~,5'*:.:. :.'. - '. ,':"':" :.";'.:' · ·" .... ,.'. ..... ~:'"'', . '... - '-- ':-.'-
.'~".::.';.-.:~.:-:,.'.:.V :-. - .~ -'. <~:~-::".'-'~,g-;.,~-.'."..,'-,~i~:,.:.:~.~.'..',.::-,?.: ?: ...... · ;- : ' . . ' ." . '." ."., '- -.. . . ~'.".
~ ~C~j: s, ~'~'~6:~: On the West 'shore of San' Francisco Ba.,$~ tn
, sout :. S ;' ranci"
; .,. Horther5,:' San. Mateo' C'ountyJ.,.....:i'..The'. C~'ty is.built upon the' and 'tha . ~ ..--..
northern':..,.]foothill's ~ '' '~ . .. ~ay plain'
-,-.... .. ' o~.:;..tne~Coos~al .. P. ange.-:.: The,.. City '~s sur~ ounded by: .the Sarr · -.~'".,.' -. ~";..-:-
: :~.': Franci£ci~'. Bay tO~::;,.the::..6as, t';!!iS~' Bruno Mountain, the City of ~aly .City~ thc,-'" ':'
..~?:",. City....of..'.:(Colma. and, lthe City.'?f..-Brisba~e to. the north; the Citgo of'Pacif'i, ca~.. ..~:- ,-'.
:' t to th'e'~;est;"'and"~'i::he"C~i~":6f:"~'S~.":'<'Bruno to "the. south° Major tr'~nsportat~on
: -' links.-, to.-..the .. City ~.include., 'the Southern Pacific Railroad, 'U.S,.
..i ! .... Interstate".280,"'!n.terstate"380.'and. San Francisco Airport. The San Andreas'
~ Fault 'rift~ zone 'is. a major: geologic feature passing through, the-
the Ci .y.: ... : ::- :.'.-.. -..' .-
The City of South San Francisco .is one of the ribbon of co~un~t~es
extending from San 'Francisco-to San Jose along. ~he west .shore of San
Francisco Bay, 1Fhe land area ~,~ithin the present city limits measure.~
approximately-8.2 square ~iles. Elevations rise from sea level to. about
500' feet al ong the x~estern city 1 imits.' -
Betwee~ .'.its incorporation in 1gOB and 1940, 'the popdlation-of the City-
increased from about 2,000 to approximately 6~000. By 1940 the City had a.
land .are~ 'of approximately 5 square miles. During World' i.]ar II, the
munitb~' became a ma~or ship.building center. Following the:war, many new
single-family subdivisions were-cm,s~ructe~ at a rapid pace. ~uring. the
1940's'and 1950:'-s. additional . land was annexed and ne~ ne~gh1~orl'sc)od.~
createe;.:.-:~]e 1950 U.S. Census revealed a-'three-fold increase in poputat',on
..
from 6'~290..in 1940 to 19,35!' in 1950~ ~v I960,.%he population ha~ more
than doubled to 39,~,!8, 'and. . by '1980 had reached approximately 50,ODO,
"::"..'.':' -' ...' - -- ' ' .
During.th~ t970's and early 1980's ma~or development tYends were charac-.
terized .by'the. loll o,;~dng:. ... . .... . -. '- .. ~. . .....
.-.. . .
. .' , -.::.. '... :: .: ::,'. :].':- , . -
2'"~<~"'A decrease in the construction O~'singie-.family dwelling un~ts,
-" ='"'An' increase" ' ' of.' '~' ' pl'anned resi denti al developments incl udSng
townhouses an~ condominiums.
.
.
2'.'~ ':"A drecrease in heavy industrial uses.
An increase in distribution centers~ office-warehouses, research
and development and high technolo§y uses.
The revitalization of the downtown including new street.imprOve-
·ments and remodelin§ of various buildings.
OTS-38b (Rev 5/82)
PROJECT DESCRXPTION
The maintenance division, under the Superintendent of Public l.!orks, has an
electrical 'supervisor and four electrical tethnicians devoted to si§hals
and l~ghtin~, four maintenance workers for signs and striping, and four
sweeper., operators. The Police Department has 52 officers in the Patrol
Division° Five of these, in the motorcy, cle patrol, are.a.ss~§ned exclu.~i-
· rely to traffic enforcemeni~ and one is a parkin~ enforcement off$cer-
rest perform traffic dut'ies as' time perm'its° .
.
EXISTING-SYSTEMS ' - - .... '-
)he C~ty"has participated ~n a' Computerized Accident Record SYstem ~CARES) .
sin6e 1971 and subscr~b6s to SW!TERS as well. Traffic ·counts, )~h~ch are
performed· as needed, are sent to CARES for pr. ocessin§'. CARES'prints' quar-
terly and annual statistical reports and special reports as requested. ~he
re§ular CARES National 'Safety Council Reports (NSC) contain a st)~mary of
all accidents' in the South San-Francisco jurisdict$on. It consists of.'
tables contain~n§ accident totals in the follow~§ catagor~es: ..
'.
Type O'f 'accident
Type of accident ~y previous year totals
Street classification
A§e of casualty
· Hour and day of -acci dent
Directional analysis
Pedestrian actions by a§e group
Age of driver
Sex of driver.
Residence of driver
Contribut.i n§ circumstances
Type of-motor, vehicle
Road surface .conditi on
Kind Of location
Li§ht condition
Pedestrian action by vehicle action
Accident reported' by
Road character
For specific lo'cations, Traffic Accident/LoCation Analysis Reports can be
obtained for hi.stories of up to 10 years. These contain information on
both intersection and non-intersection accidents, indicating date~ day,
time of day, severity, vehicle type~ accident type,-vehicle/pedestrian
actions, point of'impact, direction, contributin§ circumstances, cause,
li§htin§ conditions, and a§e.
Other data can .be retrieved listin§ locations in order of cate~ory'acci-
dents, by number of intersection accidents~ intersection accidents by
street names, non-intersection accidents by street names, and intersection
accidents by accident rate~
· _
OTS-SSb {ney 5/82)
., .
PROJECT DESCRIPTION
,.
.,. ....... -- ; ._-_- .......
During the 1980's, South San Francisco is expected to attract severe'! new
office centers. These will-include the Gateway Center, Oyster Point
Business Center, Sierra Point and CentUry Office Park. It is'. pro~ecte~
that more than 3.5 million Square feet of commercial and office
space, nearly 2.0.'million .square feet 'of.building area· f. or rbsearch.and
development, distribution and .high technblo§y uses and.'-appr'o×~ma.tely. 1500..
additional dwelling' un,rs will be constructed within the. City. Ma~or ne%.;
residential developm.ents e×pected to be. constructed dqri'ng thene×
years 'include 745' dwelling units/on the South 'Slope of San Bruno Mountain~
155 dwel.ling units in the Stonegate P. idge. Planned Community, and 109. addi-
tional dwelling units' in the. St; Francis Terrace Condominium project'{west
of 1-28'9). ':', ?'~"-
.
The City .populati°n'"is 'expec.ted to stabilize at about 55,000..f.esident~,
Most remaining vacant properties are expected to be developed during the-
1-980's. .It is expected that many blighted properties in the downtowr~ and
older industrial areas will be rehabilitated pr privately and/or publically
redevel oped,
Traffic will increase substantially durin§'the 1980's and.beyond. Traffic
safety and congestion, noise and air pollution will continue to be major
issues in the 1980's as new residential and 6ffice developments are corn~
pl eted.
.
Public transportation will be improved with the expansion .of Southern
Pacific Commuter service, .increase numbers of SamTrans routes, and the
possible extension of BART to the San Francisco Airport, Traffic cir-
culation, ParticUlarly east of the Bayshore Freeway will be improved wl~en
the East Grand Avenue and Oyster Point Blvd. interchan§es are completed.,
· ,
.
.STREETS AND HIGHW'AYS. ' ' '
The to'~al paved roadway mileage in the City of South San Francisco is
approximately 126. Of this amount City' streets are 'the major portion of.
119. miles, but there 'are also about 3 miles of conventional hi§hway and 4
mil es of freeway 'under the California Department of Transportation.
o
(CalTrans),
CItY SERVICES
City government provides most of the essential services including police,
fire.and public works, The Department of Public Services (public works},
and under it the Engineering Division, provides administration and 'support
for the street and sewer maintenance, Water Quality Control, and Building
Inspection Divisions. The staff providing these support services includes
the Director of Public Services, three associate engineers and two engi-
neering technicians. The traffic engineering function shares.this, staff's
time with the other services.
OTS-38b (Rev 5,/82)
PROJECT DESCRIPTION
Other resources available include basic city maps,-traffic studies for cer-
tain development pro~ects, and recordin§' traffic counters (4 in 9o. od con-
dition and 5 §tored in various de§rees of servicability). Traffic signal
phase alia§rams and pro§rammin§ are kept inside each controller cabinet w~th
a maintenance, lo§ givin§ time, date, nam.e, and type of service'or ad3u.~t-
· merit made .....
THE PROBLEM
· _
The prob. lem facing the City of South Sa.n Francisco' is' that although' the.
l]epartmen.t of Public Services-and Police Department have· d~rected their
best eff6rts te,~ard..impro~Jing'safety ~n~ reducing congestion and delay~ the.
total number of accidehts per yea-r has. not decreased 'si§n%f~cantly and
traffic volume and congestion has §reatly in.creased" Due to'.the planned.
future §rowth, these trends are expected %o continue and in certain areas~
become much worse2 '-
·
o
There are currently 50 traffic-signals in the City. Thirty seven .(37)-are-
City-owned and operated; the 'rest belon§ to CalTranso In the near future-
about a dozen new signals are expected %o be added to. the City's r. espon-
sibilityo Only three existing signals 'are coord.inated, though a centra-
lized control is' proposed, for many of the future signal.s. The si§hals in
the central business district are mostly fixed-time or semi-actuate.d, but
the. street '§r~d pattern makes synchronizat}on attractive.
Staff limitations 'ha'ye not permitted the allocation of effort necessary to
develop a systematic approach to 'si§nal timing. Pro§ramming i$ currently
done by maintenance personnel who have no training in traffic en§ineerSng
and can only use a "seat of the pants" method to find a timing that works.
·
·
The concentration of h6usin~ on one. sid~ of the C~ty and employment ceste'rs.
on the other results in heavy peak hour traffic Volumes in'one d~rect~on in
the morn.~'ng and the other d~rect~on in. the evening. Much of this traffic
is fro~ out of to,m, as the City's population in effect doubles on weekdays
due to commuter influx°
·
-.
The street syStem'is not well adapted to the demands made Upon it. While
there is a need for east-west arterials connecting-the residential and
employment centers, most of the ma~or hi§hways have a north-south orien-
tation. The east-west streets are discontinuous and funnel traffic into a .
very few roads-which access the industrial parks. Severe peak hour
congestion and delay occur at these §ateways.
ATTEMPTS TO SOLVE THE PROBLEH
· .
Over the years the City and CalTrans have installed various traffic control
devices to facilitate traffic flow and decrease driving hazards. These
include stop signs, striping, channelization, and traffic signals..
·
O'£S-38b (Rev 5/82)
.
o
·
L
PROJECT DESCRIPTION
, Fre~quently the 'City is asked to install traffic controls whi'ch ~re unne--
cessary and only serve to prevent efficient operation.
·
:
Limited studies 'have been made at certain locations in att.empts"t9 resolve
specific problems" How.ever, the extent ' and. compreHen.sivene~, of traffic
studies has always been con~i/~ained 'by shortaDes Of money-and ~rsonnel~
When ma~or developments have been proposed, traffic report~. ~ve been
required as conditions' of approval' But these studies'hay6 been ~m~ted to
the issues p6rt~nent to th~ development~ : '' - '' -,-
.
Much pr69ress has been', an~ wilI be made in the near
improv~n~ access to.the.industrial area w~th new grade ' '-~
toads and ~denin~ of existing stPeets, and. implementation Of ~nspop-
ration system management plans. But even with all of these ~mp~o~ements
it is predicted 'that the increased .traffic ~enerated-by new development
will more than offset the increasedcapacity.'
PROJECT OBJECTIVE
.
The primary goal of the proposed pro~ect is to reduce delay a'nd cengestion
at signalized intersections and reduce the number of traffic accidents.
This will be accomplis, hed through secondary objectives' desi,qned to
accomplish this goal:
a. 1Fo 'assess the adequacy and effectiveness of all exfstinSt traffic
signals and controllers. {To be accomplished by 12-31-84.)
·
bo .To determine t~e feasibility of int'erconnectin§, and coo:~natfng
approxim.ately ten. signals in the downtown area a~ one sys,tem, four
Si§hals on 'Chestnut Avenue - Westborou§h Blvd. at Et Cam~no Real
· as another system~ -and. four signals on Restborou§h' Blvd. at
. .
1-280/Junipero Serra Blvd. as a third system. (To b~ ac¢.~plSshed
by 6-30-85). .. " -' '
·
c. To submit redommendations.to improve the effectiveness of traffic
signal .operation. (To be accomplished by 6-30-85)
d. To develop and implement new traffic signal timing inskructi6ns
for all 35+ existing City-owned signals. {To be accomplished by
6-3D-85)
e. To decrease the average delay at signalized intersections ~y
perc6nt. (Percentage to be determined by consultant by 9-30--1~.
Objective to be accomplished by 7-31-85)
To drecrease the accident rate at signalized intersections by
percent {Percenta'§e to b6 determined by consultant by 9-30--LF4T
Objective to be accomplished by 7-31-85)
_
OTS-3Sb {Rev 5/82)
SCHEDULE A
PROJECT DESCRIPTION
· METHOD OF'PROCEDURE -
Ail tasks ·necessary to meet the stated objectives would be undertaken
within the project phases outlined below-
·
. . .
Phase 1 .'- · Start-up and. Cons'ul'tan~ Selection.
411-6/30/84
Phase 2 -
· .
]Obtain traffic.engineering consultant 'services..
.Collect'Accident, ..Traf.f'ic Vo'lume'an~) l'~avel Speed'Data
·
The consuli~ant shall use the' CAkr. S program-to o'bt~n
accident data for. the street' system. Tur~in9 'm0vement
counts and delay studies that.are [,eedeq for t.he project
shall be obtained by the consultant. ]4echa~cal traffic
counts shall be prov'ided by the
Phase 3 -
-
Assess Adequacy of Existin~ Signal System and-.Identffy
Critical Safei~y and Capacity Problems -"
10/1-12/31/84 Consultant will prepare collision diagrams from the
accident data acquired in Phase 2. Analysi~ of the data
and diagrams will 'be accomplished in .this .' task.
'AcCident rates and frequencies will be calculated to
'- determine the locations susceptible to improvement by'
traffic signal retimin~s or modifications.. Removal of
. . unwarranted or unneeded signals will also be considered :
along with an estimated of the potential accident reduc-
tion to be expected. -.
Phase 4 -
· _ .
111-6130/85
The consultant will analyze current traffic volume data.
obtained in Phase 2,' relate these volumes to capacities
on the existin.§ street' ~ystem~ estimate diversionary
'effects (if any) of changes to the-sitjnal system, and
identify critical locations. "~
Recommend Design, Operational or Enforcement Treatments
Consul rant wil 1 '
(1) Analyze traffic flows at Antoinette- Chestnut-
West.borough - E1 Camino, where interconnection ~s
already possibl'e. Develop signal system timing
plans which will improve travel speed and reduce
delay. Coordinate with CalTrans to obtain
'necessary approvals for modifications to the
ChestnUt- E1 Camino controller.
OTS-38b (Rev 5/82) :..
OTS-3Sb [Rev 5/82)
PROJECT DESCRIPTION
·
(2) Develop and implement -traffic - signal timing
instructions by 6/30/82 for the appro×imately 33
traffic signals not now on a coordinated system.
(3) Analyze traffic movements along those streets that
are 'candidates for signal coordinatior~ to determine ,-..
~he best method, of signal control. ]~his would
include identifying the number of different signal .-
·
timing plans needed per day, the method of. selec-,
tion of the plan. s, and the number of. independent
control areas that would be required throu~ohout the
City. '-The analysis will. take into account' actual ·
drivi6g speeds, number of stops and-len§th..of stops
both dur. ing p. eak and.off-peak traffic conditions,
and through traffic and turr~ing traffic' counts at
the busy intersections. -...
(4) investigate the applicability and desirability of
the full range of additional .features and functions '
which are associated with the current generation of'
traffic signal control systems. Specifically, the ~
items to be considered will include:. '. ,
. central monitoring ..of controllers' and detec-
tors (both intersection and system~ for'
improved maintenance response,
. special function control
. performance evaluation through measures of
effectiveness such as stops and delay~
·
.. lo§§in§, of system events and traffic 'flow
data,
· Generation of management' oriented reports
including those produced automatically as well
as those produced on request only~'.
(5) Inventory existing ·traffic signal equipment at all
intersections and for all signal systems to deter-
mine which should be replaced, upgraded, or used as'
is, ,in conjunction with the more advanced control
systems that the study may recommend.
(6) Develop recommendations which provide the City %dth
a description of the best method .of traffic signal
control both now and in the future. Describe
whether the City should continue installing
arterial coordination systems, a central system, a
combi, nation of both control methods, etc.
SCHEDULE A- (
PROJECT DESCRIPTION
·
Phase 5 -
7/!-7/31/85
Estimate the probable effect upon travel speeff and
delay of the recommendations made in Nos. {1) and
{2) above. Estimate the probable benefits an~
drawbacks of the consultant's find. in§s in Nos. ~3),
(4), (5~ and (6) above. .
..
(8} Actually 0easUre the chan§eS '~n'"~raYel speed/delay
· resultin§ from Nos. (1) and (2) above,
.
.
(9) Estimate th~ probable cost t°.-effect the. recommen-
dations contained in Nos.
.
· ~ .
~ocumen~~n and [valuation -
A final ·report will be P~oduced by the consultant to
document the procedures, findings and rec'ommendations, of
the pro3ect..The report will also reco.~mend procedure~.
for future use by the City in evaluatin~ the benefi'ts
that result from implementation, of 'the recommended
improvements.
·
METHOD OF EVALUATIO~.~
·
This pro~ect will be admi6istratively evaluated by the South San Franc';sco
Director of Public Services. The project evaluation will occur at the
· conclusion of Phases 3~ 4 and 5. The evaluation will be an assessment of
the project's success based on the findin§s derived from th~ following
· processes:
a. Nas the %~m~n9 of alt traffic signals and traffic s~gnal control
systems stud~ed by 12-31-847
b. Was the feasibility of interconnecting and coordinating the'
approximately 10 signals in the downtown area, 4 s~o~nals at
Antoinette - Chestnut- l~estborough - E1 Camino,.and 4 signals on
Westborough'at 1-280/Junipero Serra complete by 6-30-85?
Were recommendations made to improve the timing of all exist, lng
traffic signals and traffic signal control systems by 6-30-85?
d. Was implementation of timing instructions for all 37 existing
City-owned traffic ~ignals completed by 6-30-85?
e. Was the average delay at si9nalized intersections decreased by
percent?
·
f. Nas the accident rate at signalized intersections decreased by
percent?
_ -
OTS-38b (Rev 5/82)
EXHIBIT "B"
o -
,o
- ,-:.:,,-.~,<.: :'. ,. ..- ..?..' ..-:_:,,.:... ..... . .'.-...',- '.. :. .. .,.; .: .'. ,'~ , -
,~--,,~,.'~z~,.:',· , - :: , . ...V~~ %.'4.~.~'-~-: ::-~tF:.'.". i;-~. ~ -
DIRECT.'L~BOR. '.'::"::..i£?.':;':~';'.::'.':".LF".:': "-";';'-"' - - HOURS
- . ..... :°7 ....... ' :.~.~[]?:;::.::. -:~. ': ",. .:-' e:.: 2-: .... : .....
:~;~-~'.~5..'~:_~;--' .--"-, -?--'~' .... -1..-v. -!_~ ;4-.: ;.~.::3: ';:?- '~ -·
' ': ~-'~:~:': ' "" ':' ~ .... 72~'.-'-' '~' :".~ '? ' - .... ' ~ -./" -'
Pro ec~T~to~..__ ~'--":'..~.':'::'::-::?~:":'":':';~'::'"' '~ .... ~' '' .:.-"~'-.':~D
· ~ ..... ~... .... - ,/ .",~G 5Z ','~':,:?'.-, :';..~;,.".~ ~.-. ~:.~ .' . .'
· '~ '*~'?:~'7 '" '" ' "": ......'"'" '" ": : ~ ' ' ..... '
· -,,.,~-.?.~..? .-: - ,.. -.,'.~.?. .... ~.:,-,__.~-. ~-.~ -..--. .. .... . ....
Staff Er~n~.er "
.
',
StaftEngin,er . . .. ....... . 120
Drafting· "i.!. '...
·
o-
. o
· -.. .. . COST PRICE PROPOSAL ' .~,.-,
20
QUANTITY
0
290 ..
o
S00'
LS
LS'
.o
.
DIRECT COSTS "
.
· .
Equipment. dM S~ppt,.':g~.s' (Itemize)
.....: .... ~ -..::..,.,..: .. .......
Other Dir.~.t CostX (Itemize) ,.
~' ;::::~.;;:. .. · ....... ~ ...... '.'j.:~:~....,'. :-...
· --:';<' :". "::;".;-:'-' ':.'C ..'- 5" ' '
: .Tr~fficCounts '- -.,-' ' ' ' i
Local Tmvet.'" '!:;~?.'.:. :"
·
· .
l'eleph6ae and Mis:.. "
-o :
'Rel3r.odu.cfion -:....:. :,.:.,,...:' ' .'
..
. -. '.:;'.: ...- -;... ....:...
· ....:'-.~ -'.:.. ~- '.. . .. .
·
INDIRECT COSTS (Overhead)
·
Approved Overhead Rate
l&.00
13.00
320~0~
24;0.00
COST
PER UNiT
-
.$ o.oo
0.30
20.00
200.00
TOTAL -
$ o oo
· -.: .5:'" ":
-' fL:.:;.;:.. ::.'
. ".L _ .,..°.~.:o "2o.'
?-
.':- .-..-:.:.: ....
$3?.80.007' '?
.
-150 00'
~,., u,.,'mPa ' '
:
200.00'
·
....'. ,~.:
31.3, t~ 12.00
FEE (profit)
$ 2,388.00
TOTAL COST ', ,
.."-...::. ' . . ..'
AFC,'0129/3t~ "-"
.o.
·
'l
EXHIBIT "B"
COST PRICE
(Continued)
SUMMARY
PHASE
i Start-up and Consultant Selection
2 Data Collection
3 Accident and Capacity Analysis
4 Develop Recommended. Improvements
5 Documentation & Evaluation
COMPLETED
BY
-Compl eted-
10-30-84
12-31-84
06-30-85
07-31-85
APPROXIMATE
PERCENT OF EFFORT
By City
15%
7%
60%
18%
100%
APPROXIMATE
COST
$
$
-0-
4,385.00
2,050.00
17,535.00
5;260.00
29;230.00