Loading...
HomeMy WebLinkAbout1990-03-13; City Council; 10527; INTERSTATE 5 INTERCHANGE OPTIMIZATION AND OPERATIONS STUDY0 PC 15 ‘ !! .. z 0 6 s a z 3 0 0 CITWF CARLSBAD - AGENDWILL 2 *’ [“J AB# /cp 52 7 TITLE DEPT. @IN P MTG. 3-13-90 INTERSTATE 5 INTERCHANGE OPTIMIZATION AND OPERATIONS STUDY DEPT. ENG CITY n RECOMMENDED ACTION: Adopt Resolution No. “jc -5.7 approving an agreement with JHK and Assock complete a traffic engineering interchange optimization and operation study for the C: Village Drive, Tamarack Avenue, Cannon Road, Palomar Airport Road, Poinsettia La1 La Costa Avenue interchanges with Interstate 5. ITEM EXPLANATION: The most critical roadway links and the most difficult operational problems in tt circulation network occur at freeway interchanges. Typically major peak hour movements are flowing to and from the freeway to complete intercity links to emplc centers. Major arterial traffic volumes and numerous turning movements occur togett focus at the freeway interchanges. In Carlsbad and in other San Diego jurisdictions, 1 interchanges abut frontage roads in close proximity to interchange ramps. This s further complicates traffic movements in and around the interchanges. Tamarack Avenue and Carlsbad Village Drive are examples that illustrate this situatil well. With respect to the Interstate 5 on and off ramps, the close proximity of Pi0 Pic( a parallel frontage road, and the Tamarack Avenue/Jefferson Street intersection lesi large number of traffic controls in close proximity to each other. Inefficient coordination or just over demand can saturate these systems and cause traffic b through the intersection with the resulting congestion approaching gridlock. The current situation found along Carlsbad Village Drive and Tamarack Avenue \n be duplicated at Cannon Road, Palomar Airport Road, Poinsettia Lane and to a lessei at La Costa Avenue, but with much higher volumes. Staff believes it important from both an operational standpoint and as a growth mani mandate to study these interchange systems to develop the optimum system and ak measure of transportation system Level of Service. The proposed study involves six tasks in two major phases. Phase 1 will dr methodology for studying interchange systems and establish a measure for levels o of the interchange system. Such a measurement tool does not currently exist in thl traffic engineering and will break new ground in this area. Level of Service as trac utilized deals with isolated intersections or free flowing roadway links. MetF developed by this study will establish a system measure of effectiveness that can bc on a uniform and consistent basis. This measure would be utilized to stul interchange location and would serve as the criteria for capacity analysis utilize annual traffic monitoring program. The second part of Phase I will be the detailed analysis of Cannon Road and Palom Road. This element will be completed first to provide guidance in reviewir development proposals at these intersections. In addition to operational characteri study will evaluate the potential relocation of Paseo Del Norte to enhance intc operation. At both of these locations opportunities exist to guide access developmt could dramatically improve traffic operations, 0 0 PAGE TWO OF AB# /c ,is4 '7 Phase II of the project will analyze and make recommendations to optimize the othc interchanges. These studies will utilize the methodology developed in Phase 1 to esi optimum signal timing and operations. This effort will give the City of Carlsbad c approach CALTRANS with regarding traffic signal operation improvements, FISCAL IMPACTS: The Contract amount is $49,362. This study would be funded from both South and Carlsbad Traffic Impact Fee Funds as a part of the fund budgeted for annual management monitoring. Project Appropriation $209,764.00 Previous Expenditures $ 60,036.00 Monitoring Report Available Funding $1 49,728.00 Proposed Contract $ 49,362.00 Remaining Funds Available $1 00,365.00 EXHIBITS: 9 t *<s- ';7 1. Resolution No. 2. Agreement for Consultant Traffic Engineering Services. 1 2 3 4 5 6 7 a 9 10 11 12 13 14 l5 16 17 18 19 20 21 22 23 24 25 26 27 26 e 0 RESOLUTION NO. 90-57 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD CALIFORNIA, APPROVING AN AGREEMENT FOR CONSULTANT TRAFFIC ENGINEERING SERVICES WITH JHK AND ASSOCIATES. WHEREAS, the City Council of the City of Carlsbad has determined it to I public interest to complete a traffic engineering interchange optimization and operat for Carlsbad Village Drive, Tamarack Avenue, Cannon Road, Palomar Airport Road, I Lane and La Costa Avenue interchanges with Interstate 5; and WHEREAS, an acceptable agreement has been negotiated with JHK and Ass! perform said interchange study; NOW, THEREFORE, BE IT RESOLVED by the City Council of the city of California, as follows: 1. 2. That the above recitations are true and correct. That the Agreement for Consultant Traffic Engineering Services witt Associates is approved. 3. That the Mayor is authorized and directed to execute said agreement behalf of the City of Carlsbad. PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad C held on the 13th day of March AYES: NOES: None ABSENT: Count , 1990 by the following vote, to wit: Council Members Lewis, Pettine, Mamaux and Larson ATTEST: @HA @U&NK&NZ, City Clerk (SEAL) KAREN R. KuNDTZ, 5eputy City Clerk L e e . AGREEMENT FOR CONSULTANT TRAFFIC ENGINEERING SERVICES THIS AGEEME", made and entered into as of the day of -9 1990, by and between the CITY OF CARLSBAD, a municipal corporatic hereinafter referred to as "City" and JHK and Associates, hereinafter referred to "Consul tan t ." RECITALS City requires the senices of JHK Associates to provide traffic engineering consult; services for the Interstate 5 Interchange Study; and Consultant possesses the necessary skills and qualifications to provide the seM required by City; NOW, THEmFORE, in consideration of these recitals and the mutual covena contained herein, City and Consultant agrees as follows: 1. CONSULTANT'S OBLIGATIONS Consultant shall complete the Interstate 5 Interchange Study in conformance P the provisions of its proposal to the City of Carlsbad dated January 31, 1990 and attacl hereto as Exhibit A. 2. CITY OBLIGATIONS City shall provide all relevant data at its disposal relative to the proposed study i assist in obtaining additional data from other agencies to allow the expeditious comple of the scope of services as outlined in Exhibit A. 3. PROGRESS AND COMPLETION The work under this Contract will begin within ten (10) days after receip notification to proceed by the City and be completed within the scheduled provide1 Exhibit A. Extensions of time may be granted if requested by the Consultant and agi to in writing by the City Engineer. In consideration of such requests, the City Engii 1 e 0 * will give allowance for documented and substantiated unforeseeable and unavoidable delaj not caused by a lack of foresight on the part of the Consultant, or delays caused by Cit inaction or other agencies' lack of timely action. 4. FEES TO BE PAID TO CONSULTANT The lump sum fee payable according to Paragraph 5, "Payment of Fees", shall t forty-nine thousand three hundred s'xty two dollars ($49,362). No other compensation fi services will be allowed except those items covered by supplemental agreements p Paragraph 7, "Changes in Work." 5. PAYMENT OF FEES Payment of fees shall be within thirty (30) days after approval of the progre estimates by the City Engineer. Progress payment shall be based on the estimat percentage of completion of each Phase or Task as presented in the proposed CI estimate. 6. PROJECT STAFFING Mr. William Reilly shall be the officer in responsible charge of the study and n Michael Holling shall serve as Project Director. No substitution of the project managem shall be allowed without written approval of the City Engineer. 7. CHANGES IN WORK If, in the course of this Agreement and design, changes seem merited by Consultant or the City, and informal consultations with the other party indicate tha change in the conditions of the Contract is warranted, the Consultant or the City 1 request a change in Agreement. Such changes shall be processed by the City in the foll ing manner: A letter outlining the required changes shall be forwarded to the CitJ Consultant to inform them of the proposed changes along with a statement of estirni changes in charges or time schedule. After reaching mutual agreement on the propc a supplemental agreement shall be prepared by the City and approved by the City Cou Such supplemental agreement shall not render ineffective or invalidate unaffected port 2 0 0 L of the agreement. Changes requiring immediate action by the Consultant or City sha ordered by the City Engineer who will inform a principal of the Consultant’s firm of necessity of such action and follow up with a supplemental agreement covering such u 8. DESIGN STANDARDS The Consultant shall prepare the plans and specifications in accordance wit€- design standards of the City of Carlsbad and recognized current design practices. plicable City of Carlsbad Standards and Regional Standards shall be used w appropriate. Copies of such standards shall be obtained from the City of Carlsbad. 9. COVENANTS AGAINST CONTINGENT FEES The Consultant warrants that their firm has not employed or retained any com] or person, other than a bona fide employee working for the Consultant, to solicit or se this agreement, and that Consultant has not paid or agreed to pay any company or pel other than a bona fide employee, any fee, commission, percentage, brokerage fee, gif any other consideration contingent upon, or resulting from, the award or making this ag ment. For breach or violation of this warranty, the City shall have the right to annul agreement without liability, or, in its discretion, to deduct from the agreement prici consideration, or otherwise recover the full amount of such fee, commission, percent brokerage fee, gift or contingent fee. 10. NONDISCRIMINATION CLAUSE The Consultant shall comply with the State and Federal Ordinances regarc nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Consultant’s failure to prosecute, deliver, or perform the v, as provided for in this Agreement, the City may terminate this Agreement for nonper mance by notifying the Consultant by certified mail of the termination of the Agreemi The Consultant, thereupon, has five (5) working clays to deliver said documents ownec the City and all work in progress to the City Engineer. The City Engineer shall mak 3 L e 0 determination of fact based upon the documents delivered to City of the percentage o work which the Consultant has performed which is usable and of worth to the City ii having the Agreement completed, Based upon that finding as reported to the City Counci the Council shall determine the final payment of the Agreement. Final payment shall 't: in compliance with the Code of Federal Regulations. 12. DISPUTES If a dispute should arise regarding the performance of work under this agreemer the following procedure shall be used to resolve any question of fact or interpretation n otherwise settled by agreement between parties. Such questions, if they become identifit as a part of a dispute among persons operating under the provisions of this Agreemer shall be reduced to writing by the principal of the Consultant or the City Engineer. A co of such documented dispute shall be forwarded to both parties involved along w recommended methods of resolution which would be of benefit to both parties. The C Engineer or principal receiving the letter shall reply to the letter along with a reca mended method of resolution within ten (10) days, If the resolution thus obtained unsatisfactory to the aggrieved party, a letter outlining the dispute shall be forwarded the City Council for their resolution through the Office of the City Manager. The C Council may then opt to consider the directed solution to the problem. In such cases, action of the City Council shall be binding upon the parties involved, although nothinl this procedure shall prohibit the parties seeking remedies available to them at law. 13. RESPONSIBILITY OF THE CONSULTANT The Consultant is hired to render professional traffic engineering services and payments made to Consultant are compensation solely for such services. Consultant s certify as to the correctness of all traffic engineering studies stamped and sealed k Registered Civil or Traffic Engineer. 14. SUSPENSION OR TERMINATION OF SERVICES This Agreement may be terminated by either party upon tendering thirty (30) 4 0 0 written notice to the other party. In the event of such suspension or termination, up request of the City, Consultant shall assemble the work product and put same in order i proper filing and closing and deliver said product to City. In the event of termination, t consultant shall be paid for work performed to the termination date; however, the to shall not exceed the guaranteed total maximum. The City shall make the final determii tion as to the portions of tasks completed and the compensation to be made. Compen tion to be made in compliance with the Code of Federal Regulations. 15. STATUS OF THE CONSULTANT The Consultant shall perform the services provided for herein in Consultant’s o way as an independent contractor and in pursuit of Consultant’s independent calling, E not as an employee of the City. Consultant shall be under control of the City only as the result to be accomplished and the personnel assigned to the project, but shall coni with the City as provided for in the request for proposal. The Consultant is an independent contractor of the City. The payment made to Consultant pursuant to this Agreement shall be the full and complete compensation which the Consultant is entitled pursuant to this Agreement. The City shall not make i federal or state tax withholdings on behalf of the Consultant. The City shall not required to pay any workers compensation insurance on behalf of the Consultant. 1 Consultant agrees to indemnify the City for any tax, retirement contribution, social secui overtime payment, workers compensation payment which the City may be required to mi on behalf of Consultant or any employee of Consultant for work done under this AgI ment. The Consultant shall be aware of the requirements of the Immigration Reform : Control Act of 1986 and shall comply with those requirements, including but not limi to verifying the eligibility for employment of all agents, employees, sub-contractors l consultants that are included in this agreement. 5 0 m 4 16, CONFORMITY TO LEGAL REQUIREMENTS The Consultant shall cause all drawings and specifications to conform to I applicable requirements of law: Federal, State and local. consultant shall provide necessary supporting documents, to be filed with any agencies whose approval is necessa The City will provide copies of the approved plans to any other agencies. 17. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports and specifications as herein requii are the property of the City, whether the work for which they are made be executed not. In the event this Agreement is terminated, all documents, plans, specificatic drwings, reports and studies shall be delivered forthwith to the City. Consultant shall hi the right to make one (1) copy of the plans for hisher records. 18. HOLD HARMLESS AGREEMENT The City, its agents, officers and employees shall not be liable for any clai liabilities, penalties, fines, or any damage to goods, properties, or effects of any per whatever, nor for personal injuries or death caused by, or resulting from, or claimec have been caused by, or resulting from, any act or omission of Consultant or Consulta agents, employees or representatives. Consultant agrees to defend, indemnify, and s free and harmless the City and its authorized agents, officers and employees against of the foregoing liabilities or claims of any kind and any cost and expense that is incu. by the City on account of any of the foregoing liabilities, including liabilities or claim reason of alleged defects in any plans and specifications, unless the liability or claim is 1 or arises out of, solely to the City’s negligence. 19. ASSIGNMENT OF AGREEMENT The Consultant shall not assign this Agreement or any part thereof or any mo due thereunder without the prior written consent of the City. 6 0 m 20. SUBCONTRACTING If the Consultant shall subcontract any of the work to be performed under t Agreement by the Consultant, Consultant shall be fully responsible to the City for the a and omissions of Consultant’s subcontractor and of the persons either directly or indirec employed by the subcontractor, as Consultant is for the acts and omissions of persc directly employed by Consultant. Nothing contained in this Agreement shall create i contractual relationship between any subcontractor of Consultant and the City. 7 Consultant shall bind every subcontractor and every subcontractor of a subcontractor the terms of this Agreement applicable to Consultant’s work unless specifically noted the contrary in the subcontract in question approved in writing by the City. 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the Cit] negotiate, make, accept, or approve, or take part in negotiating, making, accepting, approving of any architectural, engineering inspection, construction or material sur contractor, or any subcontractor in connection with the construction of the project, s become directly or indirectly interested personally in this Contract or in any part then No officer, employee, architect, attorney, engineer, or inspector of or for the City whl authorized in such capacity and on behalf of the City to exercise any executive, supenis1 or other similar functions in connection with the performance of this Agreement s become directly or indirectly interested personally in this Agreement or any part therl 22. VERBAL AGREEMENT OR CONVERSATION No verba1 agreement or conversation with any officer, agent, or employee of City, either before, during, or after the execution of this Agreement, shall affect or mc any of the terms or obligations herein contained nor shall verbal agreement or conversa entitle the Consultant to any additional payment whatsoever under the terms of Agreement. 7 e * 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, "Hold Harmless Agreement," all tern conditions, and provisions hereof shall insure to and shall bind each of the parties here1 and each of their respective heirs, executors, administrators, successors, and assigns. 24. EFFECTIVE DATE This Agreement shall be effective on and from the day and year first above writte 25. CONFLICT OF INTEREST The Consultant shall file a Conflict of Interest Statement with the City Clerk of t City of Carlsbad in accordance with the requirements of the City of Carlsbad Conflict Interest Code. 26. INSURANCE The Consultant shall obtain and maintain a policy of liability insurance from insurance company authorized to be in business in the State of California, in an insura amount of not less than one million dollars ($l,OOO,oOO). This insurance shall be in fo during the life of this agreement and shall not be cancelled without ten (10) days PI notice to the City. The City shall be named as additionally insured on this policy. The Consultant SI furnish a certificate of said insurance to the City upon request. IN WITNESS WHEREOF, we have hereunto set our hands and seals. JHK & Associates CJTY OF CARLSBAD Z1-W CLAUDE A. LEWIS, Mayor APPROVED AS TO FORM: ATTEST: VINCENT F. BIONDO, JR. City Attorney City Clerk ALETHA L. RAUTENKRANZ 8 1 INTERCHANGE I c JANUAFlY31,1990 1 P 1 13 L. 0 0 ll- 1 j hk & associates January 29, 1990 Mr. Lloyd Hubbs, P.E. City Engineer City of Carlsbad 2075 Las Palmas Drive Carlsbad, California 9 2 0 0 9-4 8 5 9 Re: Dear Mr. Johnson: 1-15 Interchanges Within City of Carlsbad (JHK 9886) JHK & Associates is pleased to submit this proposal to provide engineering services to conduct a study of six freeway interchanges within the City of Carlsbad. The enclosed proposal includes a description of the scope of work being suggested for this project. This work plan is divided into two phases, with the first phase focussing on the development of a tool for use in analysis of interchange areas. The first phase of the project will also include the analysis of the Palomar Airport Road and Cannon Road interchanges with Interstate 5. The second phase of the project will encompass the analysis of the remaining four interchange areas. 1 1 JHK has assigned an excellent team of individuals with significant experience in traffic analysis of arterial and freeway facilities. The JHK Project Team will be led by Mr. Michael Holling. Mr. Holling has recent experience in the analysis of freeway interchange areas, arterial traffic operations, and traffic signal optimization. He will be supported on this project by Mr. Kazuya Kawamura and Mr. Jeff Davis. In addition, I will be contributing to the development of the interchange analysis guideline, and providing input to the Project Team's recommendations. To facilitate a close interaction between the Project Team and the City, all work on this project will be centered at JHK's San Diego office. 1 a 4s JHK looks forward to providing the City of Carlsbad with the services If you have any questions on the proposal, 01 described in the enclosed proposal. would like any additional information, please contact me. Sincerely, JHK & ASSOCIATES ZLL 4&a-p+LG 3) / William R, Reilly, P.E. Senior Vice President W RR/MFH:lr 2831 Camino del Rio South Suite 108 San Diego. California 92108 (619) 295-2248 0 0 J 1 1 3 II 1 J 1. WORK PLAN PHASE 1 Work in Phase I will focus on four major tasks. The first task will be to review existing data and past studies in the project area, The second task will be to develop a guideline for assessment of arterial traffic operations in freeway interchange areas. The third task in Phase I will be to use the analysis tool from Task 2 to assess the existing and future operations of Palomar Airport Road and Cannon Road in the area of the 1-5 interchanges. This assessment will include the development of operational and alignment alternatives for Paseo del Norte in this area. The fourth task will involve documenting Phase I work. 1 ll Task 1 Review Existing Data and Past Studies In this task, JHK will obtain all existing data and past studies which the City currently maintains. This material will be reviewed for appropriateness relative to the needs for this project. Past studies to be reviewed include the Urban Systems, Boyle Engineering, and Bankston/Pine reports already provided to JHK Additionally, JHK will obtain any Caltrans Project Study Reports or Project Report which may have been prepared for the project area. One meeting will be held ii Task 1 to "kick off" the project and discuss project procedures. a Task 2 Develop Arterial Analysis Guideline for Interchange Areas The purpose of Task 2 is to develop a procedure for analysis of arterial traffi operations in the area of freeway interchanges. It is expected that this procedur will address such factors as intersection spacing, types of traffic control (traff' signal, stop sign, etc.), signal phasing and timing, ramp metering, queue storag capacity, safety, weaving, and access. Each of these and other factors will 1 included on a checklist for consideration in the analysis process. Recom mendatio will be given as to how to consider each factor in the analysis process, acceptab uses, appropriate values or ranges of each factor, and the relative importance each factor in the operation of the interchange area. 1 1 1 -1 i -4 1-1 0 e The analysis procedure will incorporate many “off -the-shelf” analysis procedures, such as the PASSER 11-87, PASSER 111-88, and Highway Capacity Software programs. The analysis quideline will be intended to provide a consistent means of analyzing any of the 1-5 interchange areas in the City of Carlsbad, and therefore, should produce results for one interchange which can readily be compared 3 -1 with the operations of any other interchange area. The guideline will be submitted to City staff for review and comment. Any revisions suggested by City staff or JHK staff will be incorporated throughout Phase I activities. It is expected that the analysis of the two interchange areas in Task 3 will provide for a trial application of the analysis guideline, and as such, will help indicate where refinement of the methodology may be appropriate. Key subtasks of Task 2 include: o Identify candidate measures. o o Develop ideal values for measures. Develop interaction indices for measures. o Develop scoring criteria. o Two meetings will be held with City staff during Task 2. The first meeting will focus on the identification of candidate criteria. The second meeting wil concentrate on developing weighting criteria for each measure. These criteria wil formulate the scoring system used to evaluate interchange areas. Package guideline in user context. Task 3 Conduct Analysis of Palomar Airport Road and Cannon Road Work in Task 3 will focus on the analysis of existing conditions and futur alternatives for Palomar Airport Road and Cannon Road in the 1-5 interchange are; These analyses will be conducted according to the guidelines and procedures define in Task 2, It is assumed that all data needed for the analysis will be provided by tt City of Carlsbad. This data will include current and forecast traffic volumes (bo1 peak hour and daily volumes), existing signal timing, and geometric information ’ include lane usage and intersection spacing, and accident history at the: interchanges. 1-2 0 e Alternatives to be considered will include both operational and geometric treatments. Operational alternatives will include changes in signal phasing and timing and revised access concepts for traffic using Paseo del Norte to access the 3 d 4 regional shopping mall and Price Club. Access options to be considered will include median treatments and one-way, paired streets. Geometric alternatives will include alignment options for Paseo del Norte. These alignment options will focus on improving traffic operations by providing a more desirable spacing of intersections. Alignment and access alternatives will be developed at a scale of 1" = 100'. It is assumed that reproducible aerial mapping for this area will be provided by City staff. One meeting will be held at the conclusion of Task 3 to discuss the results of the analyses. Task 4 Document Phase I Activities In this task, JHK will prepare a user's document with summary graphics and tables which describe the analysis guideline developed in Task 2 and refined through usage in Task 3. This document will be intended to serve as a guide for JHK': analysis in Phase 2 of this project and in the City's future work in evaluatint; operation of interchange areas. A draft version of the guideline will initially bc submitted to the City. At this time, JHK will make a presentation on the guidelinc for City staff. It is anticipated that the City may wish to have several consultant review the guideline to aid in its refinement. A two week review period has beel assumed in the Project Schedule. Upon the City's review, a final guideline will bc prepared. A technical report will also be prepared which summarizes all analyses of thl Palomar Airport Road and Cannon Road interchange areas. In addition, nontechnical summary will be prepared which will be intended for the City's use i public presentation of study results. -& -1 1-3 0 e PHASE 11 1 3 J ;B H 3 1 Work in Phase I1 will focus on the analysis of four freeway interchange areas. Task 5 Analyze Interchange Operations JHK will use the arterial analysis procedures developed in Phase I to analyze operations of the 1-5 interchange areas at the following cross streets. o Elm Avenue o Tamarack Avenue o Poinsettia Lane o La Costa Avenue These analyses will be conducted for both existing and future conditions “5 Recommendations for mitigation of any existing or anticipated operational 01 JHK will conduct one meeting with Cit! .’a Ad c. geometric problems will be identified. staff at the conclusion of this task to discuss the results of the analyses. Task 6 Document Phase 11 Activities The analyses conducted in Task 5 will be documented in a technical repor’ This report will include a description of the methodology used in the analys! procedures, provide documentation of all assumptions, and include a summary of th results of the analyses. Recommendations will be offered at interchange areE which are found to be operationally deficient for any of the time periods evaluate< One final presentation will be made for City staff on the final results of the projec The revised analysis guideline and its application to six interchange areas i Carlsbad will be highlighted in this presentation. I J 3 %. “I 1-4 e 0 2. PROJECT TEAM JHK has selected an outstanding team of individuals with recent experience in evaluating traffic operations at freeway interchange areas to be assigned to the City of Carlsbad for this project. This section provides a brief description of the relevant experience of each team member. A complete resume of each individual is provided at the end of this proposal. Mr. William Reilly, P.E., will serve as the Responsible Officer for the project, and will also play a key role in the development of the interchange analysiz guideline. Mr. Reilly has significant experience in the analysis of arterial anc freeway segments, and has been a national leader in the development of analysi2 procedures. Mr. Reilly has been responsible for the development of many of tht analysis techniques used in practice today, including the technique for measuremen' of stopped delay at intersections, the analysis procedures for freeway weaving sections (HCM Chapter 4), analysis of signalized intersections (HCM Chapter 9 an( TRB Circular 212), and analysis of multilane highways (Revised HCM Chapter 7). Mr. Michael Holling, a Senior Transportation Engineer will serve as the Projec Director. Mr. Holling has substantial experience in the analysis of freewa interchange areas, including application of methodologies contained in the 198 Highway Capacity Manual, optimization of traffic signal phasing and timing, an analysis of arterial traffic operations. Mr. Holling has evaluated freewa interchange alternatives for two major corridor studies in Arizona, conducte courses throughout California on the application of intersection analysis technique: conducted workshops for Caltrans District 11 on signal timing of ramp intersectior with arterial streets, and recently completed an optimization of over 50 traffi signals in La Mesa, California. 0 Mr Kazuya Kawamura will assist in the Project Team in the analysis of projel Mr. Kawamura is currently conducting an analysis of two freewi alternatives. interchanges in the Rancho Bernard0 area. This work has included collection existing data, review of future traffic forecasts, and analysis of existing and futu operations. 2-1 0 e d l 3 Mr. Jeff Davis will be responsible for the development of geometric alternatives to include changes in alignment of Paseo del Norte. Mr. Davis is currently serving as JHK's Project Director for the final design of improvements to Fletcher Parkway in La Mesa, California. Messrs. Reilly,.Holling, Kawamura, and Davis will be supported on the project by technical staff members in JHK's San Diego office. The responsibilities of these support staff members will be to assist in the assessment of project alternatives through the use of the analysis guideline, development of supporting graphics for project documentation, and production of project documents. 1 a 2-2 * * J 3. SCHEDULE AND COST SCHEDULE It is anticipated that the work described can be completed in a five-month project period. The first phase of the project will be completed in approximately three months. This period should provide for sufficient development and review of the analysis guideline and its refinement through its application at Palomar Airport Road and Cannon Road. It is possible that some overlap of Phase I and Phase IT activities can be accommodated. The extent of the guideline review process will largely dictate how quickly Phase I1 work can begin. COST 3 Exhibit 1 is a summary of the anticipated level of effort by staff member anc task which will be required to complete the scope of work described in this proposal The cost of the first phae of the project which includes Tasks 1 through 4 i estimated at $23,897. The cost of the second phase is estimated at $25,463 for total project cost of $49,360. The cost estimate assumes that up to two JHK staff members will be presen at five meetings and two presentations during the course of the project. Th purpose of each meeting or presentation was described in Chapter 1. The co: estimate includes approximately four person hours of preparatory time and foi person hours of meeting time for each meeting or presentation. B 3-1 e: q a- g; oeoeao*ooo 4-a CB 0eaoLneoeaPIpI de- rr) CJ*CJmweaOOd m Lncoea*dddearn d( m *** * a*aae.*aaa eaea * *** cw* i*i 08 QQOOOO 000000 ...... ea mCJea'fz2 ea Ln * 0 ba t., -4 +E a 3 SE b ...I EW W m$i 0 V 4 d 0 0 0 N d( z emm m m*oo ea cD cooweweadme A*deaearn - * e * * * mm *** 00 cr) oem ea- Q) maa ea 00 v, Noooo~woa m ana mCJeCJ* e 4 A emd 4 * 0 0 d( ** w** *me ea e c1 cooam ea cu ~ 00*coeN*dea- m eamea a- v) 00de eaea * am0 4 to NOw'(DeNeae= c, m * * CJN **e CJ 00 0 @= et*, * a6 ff3 d*NrneJ ~* *** m m 000 mrno mow e*= I4 (3 ea* oo-Pecoo m **N - *- 0 Y)** * wmm co Lncpco Ln rc +e** e*+ CQ ma 00 * me eaea 4 * *** bl Q) 0 E J - 44 a t% n h 0 n 4, *z 08 C gJ2 $;e.", Q, *- rr v) c, m 0 no SgJ qcdo Q1 *s u h-% QBE.Z"o s 2gz.g 3 3 0- bo €2 a,a82w 6 .C. gs.2g:gzagzg M Ez 6, o'a~.;i~-$zggQ 3 CI ~XZ*OaJ& aoo*guae gfr&gEjgdg Q F2