Loading...
HomeMy WebLinkAbout1997-06-02 City Council (24)City of Palo Alto C ty Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PLANNING AGENDA DATE: SUBJECT: June 2, 1997 CMR:253:97 Approval of Consultant Agreement with Kimley-Horn and Associates, Inc. for the Traffic Signal Timing Project ¯ This is a request for approval of a consultant agreement with Kimley-Hom and Associates, Inc. (Kimley-Hom) in the amount of $164,000, for the Traffic Signal Timing Project. RECOMMENDATIONS Staff recommends that Council: Approve the attached agreement with Kimley-Horn and Associates, Inc., in the amount of $164,000, to develop traffic signal timing plans for 83 traffic signals in Palo Alto; and Authorize .the City Manager, or her designee, to issue change orders, the total amount of which shall not exceed $15,000. POLICY IMPLICATIONS The recommendation of this report is consistent with existing Comprehensive Plan Transportation Program 17: Make operational and intersectionimprovements to ease traffic flow on major streets. EXECUTIVE SUMMARY The objective of the Traffic Signal Timing Project is to develop new traffic signal timing plans for 83 traffic signals under Palo Alto’s jurisdiction. The scope of work includes data collection and analysis, model calibration and application, development of alternative timing plans at different speeds (posted speed, posted speed plus 5 mph, prevailing (85th percentile), speed, o ptimurn speed for best progression), general literature review on the use of signal coordination as a speed control measure, public CMR:253:97 Page 1 of 3 meetings to disseminate information and gather input regarding preferred plan(s), implementation and refinement of preferred plan(s), before and after studies, and report documentation. The Policy and Services Committee identified this project as one for which it would like to review the draft scope of work, prior to the start of the consultant selection process. The Committee reviewed and approved the scope of work on December 10, 1996. Following the Policy and Services Committee approval, a request for Letters of Qualification was mailed to 45 consultants (Attachmentl). These firms were identified from files maintained by the Transportation Division. In addition, an advertisement was placed in the San Jose Mercury on January 3, 1997 seeking letters of qualification from interested fh’ms (Attachment 2). Of those 45 finns and some additional inquiries, 16 consulting firms formed 8 consultant teams and responded with Letters of Qualification. On January 17, 1997 a Request for Proposals (RFP) was mailed to all eight teams. The proposals were due on February 25, 1997. Five proposals were received. Two teams chose not to submit proposals, and one team joined with another team in submitting a proposal. Based on a review of written proposals.by a Project Study Committe (PSC), all five consultants were selected for oral interviews which were held March 28, 1997. The PSC was formed to assist with the consultant selection process, and is comprised of staff from the Utilities Department and the Transportation Division. The PSC selected Kimley-Horn as its first choice based upon the firm’s understanding of the project, experience, the makeup team and innovativeness of its proposal, as well as its public presentation capabilities. Consultant Agreement Staff has negotiated an Agreement(Attachment 3) with Kimley-Horn for the Traffic Signal Timing Project. To allow Kirnley-Horn to begin work soon after the execution of the agreement, and not delay work until September, an interim agreement, for a cost of $24,800, was executed with Kimley-Horn to collect 24-hour traffic volumes and turning volume counts prior to the closing of schools in June. Traffic volume data are a major factor in timing traffic signals, and to obtain an accurate representation of traffic volumes it is important to collect the data when schools are in session, since volumes, are generally lower when schools are closed. The total negotiated price of the agreement is $188,800 ($24,800 for the interim agreement and $164,000 for this agreement), plus $15,000 for contingencies. The table below shows the cost of the work to be done by Kimiey-Hom under both agreements, as well as the contingencies. CMR:253:97 Page 2 of 3 Interim Agreement This Agreement Total Portion of Task 2 $24,800 0 $24,800 Basic Services Plus 0 remainder Task 2 $151,200 Additional Services 0 $12,800 Contingencies TOTAL $151,200 $12,800 $15,00o $203,800 FISCAL IMPACT Funds for this project are available in the Electric Utility FY 1996-97 Capital Improvement Program. Up to 88.1 percent of the actual project cost, or a maximum of $146,279, in federal and State TSM match will be reimbursed to the City’s Electric Fund for this work. The residual 11~9 percent, or $57,521, will come from budgeted Electric Utility funds.. ENVIRONMENTAL ASSESSMENT This project consists of data gathering for the purpose of studying the effects of traffic signal timing, and is exempt from the provisi’ons of the California Environmental Quality Act (CEQA) pursuant to Section 15306 of.the CEQA guidelines. A A ME T 1.Request for Letters of Qualifieati0n 2.Advertisement requesting Letters of Qualification 3.Agreement with Kimley-Horn and Associates, Inc. Prepared By: Ashok Aggarwal Department Head Review: City Manager Approval: KENNETH R. SCHREIBER Director of Planning and Community Environment EMILY HARRISON Assistant City Manager ec: Hin Kung, Caltrans Anush Nejad, Kimley-Horn and Associates, Inc. CMR:253:97 Page 3 of 3 December 18, 1996 Subject: Traffic Signal Timing Project Dear Sir or Madam: City of Palo Alto D_ .epa~. t ofPlanning and Community Environment ATTACHMENT 1 Transportation Division We are currently seeking professional services for developing new traffic signal timing plans for 83 traffic signals, most of which are under the City ofPalo Alto’s jurisdiction. Your finn is invited to submit a letter of qualifications, if it is interested in providing services for this project. Theproject is funded through federal and state funds. The City has adopted a DBE Program establishing a goal of 25 percent DBE-partieipation, as required by Caltrans for federally funded projects. If your firm is interested in providing professional services for this project, please respond to me in writing by 5:00 p.m. on Monday, January 13, 1997. Mail your letter to Ashok Aggarwal, City Traffic Engineer, City of Palo Alto, P.O. Box 10250, Palo Alto, CA 94303, or deliver in person to Transportation Division, 250 Hamilton Avenue; sixth floor, Palo Alto, CA. As a minimum, your letter should include: 1.Relevent experience. 2.Brief description of firm’s capabilities. 3.Familiarity with VMS operation. 4.Firms success with implementation of coordinated traffic timing plans. 5.Information about DBE use. From the list of respondents, up to ten consultants will be requested to submit proposals. Based on the proposals, a maximum of seven Consultants will then be invited for an interview. The consultant will then be selected based upon the proposal and interview. If you have any questions in the meantime, please call me at (415) 329-2575. Sincerely, ASHOK AGGARWAL, P.E. City Traffic Engineer ce: Hin Kung, Caltans Project Study Committee members 250HamiltonAvenue P.O.Box 10250 PaloAlto, CA 94303 415.329.2520 415. 329.2299 Fax E~ARTON-ASCHMAN ASSOCIATES, INC. I O0 PARK CENTER PLAZA 450 SAN JOSE, CA 95 I I 3 CCS PLANNING AND ENGINEERING CHWEN SIRIPOCANONT P.O. BOX 350 I FREMONT, CA 94538-350 I DKS ASSOCIATES 1956 WEBSTER ST 300 OAKLAND, CA 946 I 2 FEHR ~ PEERS ASSOCIATES 3685 MT. DIABLO BLVD 200 lAFAYETTE, CA 94549 FEHR ~ PEERS ASSOCIATES ATTN: JANE BIERSTEDT 150 ALMADEN BLVD 1300 SAN JOSE, CA 95 I I 3 GOODRICH TRAFFIC GROUP 300 TARAVAL 8T SAN FRANCISCO CA 94 I I 6 JHK & ASSOCIATES ". BAY BRIDOE OFFICE PLAZA. BOX 3727 SAN FRANCISCO CA 9z~ I I 9 RKH 978 DESOTO LANE FOSTER CIT~, CA 94404 KORVE ENGINEERING 180 GRAND AVENUE 955 OAKLAND, CA 946 I 2 TJKM 4637 CHABOT DR 2 I 4 PLEASANTON, CA 94566 MEYER MOHADDES ASSOC ATTN: LARRY PATrERSON ONE WATERS PARK DR 2 I 0 SAN IVtATEO, CA 94403-. WILSON ENGINEERING COMPANY 7Q ZOE STREET 200 SAN FRANCISCO, CA 9z~ 107 BERRYMAN ~ HENIGAR 2420 CAMINO RAMON ~. 202 SAN RAMON, CA 94583-4207 CH2M HILL ATTENTION: DAVE .VONRUDEN 2107 N ISTST 210 SAN JOSE, CA 9513 I WILBUR SMITH ASSOCIATES z~ N 2ND ST 560 SAN JOSE CA 95 I I 3 . RGM ASSOCIATES 140 MAIN STREET P.O. Box 177 Los ALTOS, CA 94022 CRAIN AND ASSOCIATES 120 SANTA MARGARITA AVENUE MENLO PARK, CA 94025 MR. JERRY GOLDBERG 32 FORD STREET SAN FRANCISCO, CA MR. MARK BOWMAN CENTENNIAL CIVIL ENGINEERS 5000 HOPYARD ROAD, SUITE I00 PLEASANTON, CA 94588 RAJAPPAN Ew MEYER . CONSULTING ENGINEERS 60 S MARKET ST 320 SAN JOSE, CA 95 I I 3 MR. JOHN TORREY CERTIFIED EARTH M ETRICS 7000 MARINA BOULEVARD BRISBANE, CA 94005 MR. RICK HITCHELL 86 I LITWlN DRIVE CONCORD, CA 945 I 8-3426 WAHLER ASSOCIATES ATTN: LOYCI 8TOCKEY P.O. Box 100;>3 PALO ALTO, CA 94303 DON TODD ASSOCIATES,, INc. ATTN: KIM PIPKIN 303 SECOND STREET, SUITE 355 SAN FRANCISCO, CA 94 107 BARRETT CONSULTING GROUP ATTN: TOM ZIGTERM~N 3000 ALPINE ROAD MENLO PARK, CA 940;>8 ALPHA ENGINEERING GROUP ATTN: JODI DURRENT. 394 I N. FREEWAY BLVD ;>80 SACRAMENTO, CA 95834- I 9;>9 KLH-CREM INC., ENGINEERI~ GROUP ATTN: KENNETH C JOSEPH I 8;>0 GATEWAY DR I O0 SAN MATEO CA 94404 WILSEY AND HAM ATTN: FRANK TEDESCO 355 LAKESIDE DRIVE, SUITE 200 FOSTER CITY, CA 94404 DAMES AND MOORE 2 I 01 WEBSTER ST 300 OAKLAND, CA 946 I 2 GAY LAWRENCE PANG ¯PANG ENGINEERS, INC. P.O. Box ,4;>55 MOUNTAIN VIEW, CA 94040 RALPH J. ALEXANDER ALEXANDER AND ASSOCIATES 59 I REDWOOD HIGHWAY IVhLL VALLEY, CA 9494 I BRIAN KANGAS FOULK ATTN: DAVE RICHWOOD 98 I RIDDER PARK DR SAN JOSE, CA gS I 3 I 100 BISSELL AND KARN ATTN: ARMINTA JENSEN I O0 N MILPITAS BLVD 160 MILPITAS, CA 95035 NOLTE AND ASSOCIATES 60 S MARKET ST 600 SAN dOSE, CA 95 I I 3 CATHY MERRILL MERRILL AND ASSOCIATES 249 FRONT STREET SAN FRANCISCO, CA 94 I I I HARRIS AND ASSOCIATES I O0 S. ELLSWORTH ST 9TH FL SAN MATEO, CA 94407 STEPHEN A. BIGGS BIGGS CARDOSA ASSOCIATES, INC. 187 I THE ALAMEDA, SUITE 200 SAN JOSE, CA 95 126 HMH INCORPORATED ATTN: WILLIAM d. WAGNER P.O. Box611510 SAN JOSE, CA 95 I 6 I - I 5 I 0 KIMLEY-HORN AND ASSOCIATES, INC. 5776 STONERIDGE MALL ROAD "- PLEASANTON, CA 94588 GEO/RESOURCE CONSULTING; INC. ATTN: LOUISE VIERRA 505 BEACH STREET SAN FRANCISCO, CA 94 133 .REIMER ASSOCIATES ATTN: DAVID C. FREYER 60 I GATEWAY BLD 600 SOUTH SAN FRANCISCO, CA g40B( DOWLING ASSOCIATES I~0 GRAND AVENUE, SUITE 995 OAKLAND, CA 94(5 I 2 M u LTITRAN S ATTN: DAVID H. YAZHARI 1885 THE ALAMEDA, SUITE ;~00 SAN dOSE, CA 95 126 INTEGRATED MARKETING SYSTEMS 444 CAMINO DEL RIO SOUTH SUITE II0 SAN DIEGO, CA 92108 CHEC CONSULTANTS, INC. ATTN: ED SPEER P.O. Box 8397 PITTSBURG CA 94565 PROOF OF PUBLICATION 750 RIDDER PARK DRIVE SAN JOSE, CALIFORNIA 95190 ATTACHMENT 2 RECEIVED IN THE CITY OF SAN JOSE STATE OF CALIFORNIA COUNTY OF SANTA CLARA JAN o 9 1996 DIVISION Or TRANSPORTA ................... .E.~J~ D....&,L~Q ...CA.,.9.4,3.0 3 .............................................................. , ........................................................ N o.,, .8...5...4..2..:;, .L. ........................................... STATE OF CALIFORNIA, COUNTY OF SANTA CLARA~ as. : .~ TRAFFIC SI(~NAL.’r]M]NG PROJEC’T~EOUF,.ST FOR LETTERS OF OUALIF]CAT[ON ’’~- ,:-~,;. ClTYOFPALO.:ALTO :;.,,: ’ ..,. ,, :~:~1’he ;City.of’Pal0 Alto.is ~eektng:professional services to develop new traffic signal timing plan~.~for ~83 traffic:signals. If yourfinn is interested0:send a-letter of qualifica;tions. to Ashok ~Aggarw&l,.-City. ..Traffic-Engineer, .City of Palo ~Mto0 .p.O. Box 40250,Paio Alto, C/(.94303, bye5:00 p.m., Moni:la’];~ : ~ S ,The p_rojee~ is funded through fedenilstate funds. City h~s adopted a DBE Program establishing a goal Of 25% DBE participation,as required by Cahrans for~fed-erally [unded,projects. AS a minimum; your responseshould include: . ! - ’ : 1. Relevant experience : ... 2. Brief descnpuon of firm ~. ~- t:3. Familiarity.with V.MS operatign,: :: ~: 4. Firm’s Si]~’impl.ementine .-i . ’ ~::! ~-~ :.c~o~ rdinated traffic f!.mi,’:n.~.p.... If ,you hax;~ ,quesfiofi~,:" ~.~11 ;4sh0k "Agga~w:al at’~41 ~)’ 329-2575;!~.": (,.~ ,January 3,.1997 ~:::, .-"~ ~, -. ~’~; .,~. ;~~ ~8542rL CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND KIMLEY-HORN AND ASSOCIATES, INC. FOR TRAFFIC CONSULTING SERVICES ATTACHMENT 3"~ This Contract No.is entered into , by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California i"CITY"), and KIMLEY-HORN AND ASSOCIATES, INC~, (Taxpayer Identification Number 56-08-85615) a North Carolina corporation, located at 5776 Stoneridge Mall Road,Suite #180,Pleasanton,CA 94588 ("CONTRACTOR"). RECITALS: WHEREAS, CITY desires certain traffic consulting services ("Services"), as~ more fully described in Exhibit "A"; and WHEREAS, CITY desires to engage CONTRACTOR, including its employees, if any, in providing the Services by reason of. its qualifications and experience in performing such Services, and CONTRACTOR has offered.to provide the Services on the terms and in the manner set forth herein; NOW, THEREFORE,. in consideration of the covenants, terms, conditions, and provisions of this Contract, the parties agree: SECTION I. TERM I.i This Contract will commence on the date of its execution by CITY. The obligation of CONTRACTOR to perform the Services will commence in accordance with the time schedule set forth in Exhibit "A". In the event that the Services are not completed within the specified time schedule on account of CONTRACTOR’s default, CITY’s City Manager will have the option of ¯ extending the time schedule for any period of time. SECTION 2. CONTRACTOR 0UALIFICATIONS,STATUS,AND DUTIES. OF 2.1 CONTRACTOR represents and warrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services. CONTRACTOR further represents and warrants that the project director and every individual charged with the performance of the Services under this Contract are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services. 2.2 In reliance on the representation and warranty set forth in Section 2.1, CITY hires CONTRACTOR to perform, and CONTRACTOR covenants and agrees that it will furnish or cause to be furnished, the Services. 970528 la~ 0031557 2.3 CONTRACTOR will assign An~sh Nejad, P.E. as the project director to have supervisory ~responsibility for the performance, progress, and execution of the Services. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director for any reason, the appointment of a substitute project director.will be subject to the prior written ~approval of the Project Manager. 2.4 CONTRACTOR represents and warrants that it will: 2:4.1 Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawful prosecution of the Services; 2.4.2 Keep itself fully informed of all existing and future Federal, State of California, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract, any materials’hsed’ in CONTRACTOR’s performance under this Contract, or the performance of the Services; 2.4.3 At all times observe and comply With, and cause its employees and contractors (and consultants), if any, who are assigned to the performance of this Contract to observe and comply with, the laws, ordinances, regulations, orders and decrees mentioned above; and 2.4,.4 Report immediately to the Project Manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to any plans, drawings, specifications or provisions of this Contract. 2.5 Any reports, information, data or other material given to, or prepared or assembled by, CONTRACTOR or its contractors, if any, under this Contract will become the property of CITY and will .not be made available to any individual or organization by CONTRACTOR or its contractors, if any, without~ the prior written approval of the CityManager. 2.6 CONTRACTOR will provide CITY with the number.of copies, as specified in Exhibit "A", of the final report or other documents, if any, which may be required under this Contract, upon completion and acceptance of each document by CITY. 2.7 If CITY requests additional copies of reports, drawings, specifications or any other material which CONTRACTOR is required to furnish in limited quantities in the performance of the Services, CONTRACTOR will provide such additional copies and CITY will compensate CONTRACTOR for its duplication costs. 2.8 CONTRACTOR will be responsible for employing or engaging all persons necessary to perform the Services. All contractors of CONTRACTOR will be deemed to be directly controlled 970528 lac: 0031557 2 and supervised by CONTRACTOR, which will ~e responsible for their performance. If any employee or contractor of CONTRACTOR fails or refuses to carry out the provisions of this Contract or appears to be incompetent or to act in a disorderly or improper manner, the employee or contractor will be discharged immediately from further performance under this Contract on demand of the Project Manager. SECTION 3. DUTIES OF CITY 3.1 CITY will furnish or cause to be furnished the specified services set forth in Exhibit "~’ and such other information regarding’ its requirements as may be reasonably requested by CONTRACTOR. 3.2 The City~ Manager will represent CITY for all purposes under this Contract. Marvin 0verway is designated as the Project Manager for the City Manager. The Project Manager will supervise the performance, progress, and execution’of the Services, and will be assisted by Ashok Aggarwal, the Project Engineer. 3.3 If CITY observes or otherwise becomes aware of any default in the performance of CONTRACTOR, CITY will use reasonable efforts to give written notice thereof to CONTRACTOR in a timely manner. SECTION 4 COMPENSATION 4.1 In consideration of the full performance of the Services by CONTRACTOR, CITY will pay CONTRACTOR a total sum not to exceed One Hundred Sixty-Four Thousand Dollars ($164,000), including any authorized reimbursable expenses, payable within thirty (30) days of submission by CONTRACTOR of its itemized billings, in triplicate, in accordance with the fee schedule set forth in Exhibit "A". 4.2 CITY may order substantial changes in the scope or character of the Services described in Exhibit "A", either decreasing or increasing the amount of work required of CONTRACTOR. In the event that such changes are ordered, subject to the approval of CITY’s City Council, as may be required, CONTRACTOR will be entitled to full compensation for all work performed prior to CONTRACTOR’s receipt of the notice of change and further will be entitled to an extension of the time schedule. Any increase in compensation for substantial changes will be determined in accordance with the provisions’of this Contract. CITY will not be’ liable for the cost or payment of.any change in work, unless the amount of additional compensation attributable to the change in work is agreed to, in writing, by CITY before CONTRACTOR commences the performance of any such change in work. 970528 la~ 0031557 3 4.3 Cost Principles. Notwithstahding anything herein to the contrary, Federal Acquisition Regulations in 48 CFR Part 31 shall be used to determine the allowable cost for individual items. SECTION 5.AUDITS 5.1 CONTRACTOR will permit CITY to audit, at any reasonable time during the term of this Contract and for three (3) years thereafter, CONTRACTOR’s records pertaining to matters covered by ~this Contract. CONTRACTOR further agrees to maintain and retain ’such records for at least three (3) years after the expiration or earlier termination of this Contract. SECTION 6.INDEMNITY 6.1 CONTRACTOR agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents from any and all demands, claims, br Viability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CONTRACTOR’s, its officers’, agents’, subcontractors’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONTRACTOR in the performance of or’ failure to perform its obligations under this Contract. SECTION 7.WAIVERS 7.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Contract, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant,~ condition, provisions, .ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder will not be deemed to be a waiver of any preceding breach or violation by the other party of any term, covenant, condition or provision of this Contract or of any applicable law or ordinance. 7.2 No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights.under this Contract. SECTION 8 INSURANCE 8.1 CONTRACTOR, at its sole cost and expense, will obtain and maintain, in full force and effect during theterm of this Contract, the insurance coverage described in Exhibit "B" insuring not only CONTRACTOR and its contractors, if any, butalso, with the exception of workers’ compensation, employer’s liability, and professional liability insurance, naming CITY as an additional insured concerning CONTRACTOR’s performance under this Contract. 970528 1~ 0031557 4 8.2 All insurance coverage .required hereunder will be provided through carriers with Best’s KeyRating Guide ratings of A:X or higher which are admitted to transact insurance business in the State of California. Any and all contractors of CONTRACTOR retained to perform Services under this Contract will obtain and maintain, in full force and effect during the term of this Contract, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 8.3 Certificates of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approval of CITY’s Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with CITY’s City Clerk thirty (30) days’ prior written notice of such cancellation.or alteration, and that the Cityof Palo Alto is named as ah additional insured ~except in policies of workers’ compensation, employer’s liability, and professional liability insurance. Current certificates of such insurance will be kept on file at all times during the term of this Contract with the City Clerk. 8.4 The procuring of such required policy or policies of insurance will not be construed to limit CONTRACTOR’s liability hereunder nor to fulfill the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONTRACTOR will.be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or loss arising after the Contract is terminated or the term has expired. SECTION 9.WORKERS; COMPENSATION ¯ 9.1 CONTRACTOR, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of the Services. SECTION I0. SERVICES TERMINATION OR SUSPENSION OF CONTRACT OR i0.i The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Contract, with or without cause, by giving thirty (30) days’ prior written notice thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR will immediately discontinue its performance of the Services. 10.2 CONTRACTOR may terminate this Contract or ~suspend its performance of the Services by giving thirty (30) days’ prior 970528 I~ 0031557 5 written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY or in the event CITY indefinitely withholds or withdrawsits request for the initiation or continuation of the Services to be performed.. 10.3 Upon such suspension or termination by CITY, CONTRACTOR will be paid foz the Services actually rendered to CITY on or before the effective date of suspension or termination; provided, however, if this Contract is suspended or terminated on account of a default by CONTRACTOR, CITY will be obligated to compensate CONTRACTOR only for~that portion of the Services which are of direct and immediate benefit to CITY, as such determination may be made by the City Manager acting in the reasonable exercise of her discretion. 10.4 Upon such suspension or termination, CONTRACTOR will deliver to the City Manager immediately any and all copies of studies, sketches,.drawings, computations, and other data, whether ¯ or not completed, prepared by CONTRACTOR or its contractors, if any, or given to CONTRACTOR or its contractors, if any, in connection with this Contract. Such materials will become the property of CITY. 10.5 The failure .of CITY to agree with CONTRACTOR’s independent findings, conclusions,or recommendations, if the same are~called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the.part of CONTRACTOR to fulfill its obligations under this Contract. SECTION ii.ASSIGNMENT ii.I This Contract is. for the personal services of CONTRACTOR, therefore, CONTRACTOR will not assign, transfer, convey, or otherwise dispose of this Contractor any right, title or interest in or to the.same or any part thereof without the prior written consent of CITY. A consent to one assignment will not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of the City Manager will be void and, at’the option of the City Manager, this Contract may be terminated. This Contract will not be assignable by operation of law. SECTION 12.NOTICES 12.1 All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONTRACTOR: Attention of the Project Directo~ at the address of CONTRACTOR recited above 9705281~ 0031557 6 SECTION 13.CONFLICT OF INTERES~ 13.1 In accepting this Contract, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 13.2 CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any contractor or person having~such an interest. CONTRACTOR certifies that no person who has or will have any financial interest under this Contract is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. 13.3 CONTRACTOR warrants that it ’has ~ot employed or retained any company or person, other than a bona fide employee working for CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or formation of this Agreement. For breach or violation of this warranty, CITY shall have the right to annul this Agreement without liability, or at its discretion to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. CONTRACTOR has executed the federal "Certification of Consultant" form, which isattached as Exhibit "D". SECTION 14.NONDISCRIMINATION 14.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of any person under this Contract~ because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of that person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONTRACTOR agrees to meet all requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "C". 14.2 CONTRACTOR agrees that each contract for services with an independent provider will contain a provision substantially as follows: "[Name of Provider] will provide CONTRACTOR with a certificate stating that [Name of Provider] is currently in compliance with all Federal and State of California laws covering nondiscrimination in employment; that [Name of Provider] will pursue an affirmative course of 970528 lao 0031557 7 action as required by the Affirmative Action Guidelines of the City of Palo Alto; and that. CName of Provider] will not discriminate in t~e employment of any person under this contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person." 14.3 If CONTRACTOR is found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of Federal law or executive order in the performance of this Contract, it will be in default of this Contract. Thereupon, CITY will have the.power to cancel or.suspend this Contract, in whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which such person was subjected to acts of discrimination, as damages for breach of contract% or both. Only a finding of the State of California Fair Employment Practices Commission or the equivalent federal agency or officer will constitute evidence of a breach of this Contract. 14.4 If CONTRACTOR is in default of the nondiscrimination provisions of this Contract or the Affirmative Action Guidelines pertaining to this~Contract, CONTRACTOR will be found in material breach of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct from the amount payable to CONTRACTOR the sum of two hundred fifty dollars ($250) for each calendar day during which CONTRACTOR is not in compliance with this provision as damages for breach of contract, or both. SECTION 15.MISCELLANEOUS PROVISIONS 15.1 CONTRACTOR represents and warrants that it has knowledge of the requirements of the Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONTRACTOR will comply with or ensure by its advice that compliance with such provisions will be effected in the performance of this Contract. 15.1.1 In order to meet City’s goals for DBE participation on City projects, Consultant shall provide the following information: (i) names of DBE subcontractors and suppliers; (ii) a description of the work each DBE participant is to perform.or material to be furnished and the dollar value of each DBE subactivity; and (iii) a report itemizing participation by ethnicity and sex; and will be required to meet the minimum goal of 25%.DBE participatign by certified DBE firms. 15.2 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 970528 iac: 0031557 8 15.3 In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 15.4 The prevailing party in any action brought to enforce the provisions of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. 15.5 This document represents the entire and integrated agreement .between the parties and supersedes all prior negotia- tions, representations, and contracts, either written or oral. This document.may be amended only by a written instrument, which is signed by the parties. 15.6 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants" and conditions. 15.7 The covenants, terms, conditions and provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and contractors, as the case may be, of the parties. 15.8 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisionsof this Contract and any amendments thereto will remain in full force and effect. 15.9 All exhibits referred to in this Contract and any addenda, appendices, attachments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and will be deemed to be a part of this Contract. 15.10 This Contract may be executed in any number of counterparts, each of which will be an original, but all of which together will constitute one and the same instrument. 15.11 This Contract is. subject to the fiscal provisions of the Charter~of the City of Palo Alto and the Palo Alto Municipal Code. This Contract will terminate wfthout any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 15.11 shall~take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. 970528 la~ 0031557 9 IN WITNESS WHEREOF, the parties hireto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk Mayor APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED KIMLEY-HORN ~ ASSOCIAte, S, INC. Taxpayer’s I.D: No. 56-08-85615 City Manager Director of Planning and Community Environment Acting Director of Administrative Services Risk Manager Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "D": SCOPE OF SERVICES, TIME SCHEDULE AND FEE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM FEDERAL"CERTIFICATION OF CONSULTANT" FORM 970528 iac 0031557 10 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code S 1189) STATE OF ~/;’~; ~) ) SS. COUNTY OF ~ ~/e~W ) On ~/ Z9 ,1997, before me, ~LviV t~. /~’[;,~ , a Notary Publi~ in and for said County and S~ate, personally appeared ~ A. A/~)~ , personally known to me or proved to me on th~ basis of satisfactory evidence to be the person~s0 whose name~ is/,mme subscribed to the within instrument and acknowledged to me that hei~smT~ executed the same in his/~4~i2r authorized capacity~$), and that by his/!~~ signature~ on the instrument the person~, or’ the entity upon behalf of which the person0~ acted, executed the instrument. WITNESS my hand and official seal. ’ CALIFORNIA Signature ~ N~tar~)Publ~ 970528 I~ 0031557 11 EXHIBIT "A" SCOPE OF SERVICES The City of Palo Alto has received a grant from Metropolitan Transportation Commission (MTC) through the Regional Traffic Signal Operations (RTSOP) program to conduct citywide traffic signal timing study. The objective of the study is to retime 83 traffic signals for four time periods: AM, midday, PM and off-peak hours. There are approximately ten corridors within the project area. The following is the scope of services for the signal retiming project.. Optional tasks, beyond the basic services, will be provided if requested and authorized by the City. Kimley-Horn team will submit two (2) bound and one (1) unbound copies of each submittal to the City of Palo Alto. Additional copies will be submitted, if requested and authorized by the City, on an itemized cost basis. Kimley-Horn sta~ will attend up to eight (8) staff or Project Study Committee meetings, and" six (6) public meetings throughout the course of the project. Task 1 - Kick-Off Meeting Task 1.1 - Initial Meeting Kimley-Horn will attend an initial meeting with City staff. The purpose of this meeting is to review scope of services and f’malize project schedule. With City’s involvement, Kimley-Horn will review the proposed project approach and deliverables, will set time tables for consultant deliverables, City review periods, scheduling of implementation and other administrative details. In addition, this meeting will serve to .discuss specific issues related to data collection process, the number and types of systems to be considered, floating car study trip planning patterns, and other study procedures. At this meeting, Kimely-Horn will request data for the signal timing effort that may be available. The following information will be obtained from the City: ADT and turning movement counts (for historical analysis) Signal timing and phase diagrams VMS TIC fries and data fries Aerial photos, of the project area Task 1.2 - Finalize Schedule Based on input received from the City, Kirnley-Horn will prepare a time-based project schedule, in Microsoft Project, showing the .anticipated date of project deliverables, project approval dates, and regular meetings. As an on-going project management process, Kimley-Horn will submit monthly status reports to show project status, expenditures, critical issues, and action items. Exhibit "A" Page 1 of 12 Deliverables: 1.Project schedule in Microsoft Project Management with deliverable dates. Task 2 - Data Collection Task 2.1 - Traffic Counts Kimley-Horn will collect 24-hour hose counts, with 15 minute drop intervals’, at critical locations along the project corridor. Kimley-Horn will collect thirty five (35) daily 2-directional traffic counts. Traffic counts will be collected for seven (7) continuous days to establish the.daily and weekend traffic patterns. Turning movement counts will be collected for each study intersection (83 intersections) for AM peak, midday peak, PM peak, and. off-peak hours (8 hours total), with 15 minute drop intervals. In addition, pedestrian and bicycle volumes will be counted as a part of the count program. Traffic counts will be collected on a Tuesday, Wednesday or Thursday or as agreed upon by the City. Traffic counts will n6t be collected on holidays, during abnormal weather conditions, on school breaks or during periods of construction. BayMetrics will provide all traffic counts. Traffic counts will be reviewed by a senior staff member to ensure the numbers are reasonable. The data .will be summarized for each peak hour condition and will be displayed graphically on hourly basis. For each study intersection, we will calculate the Design Hourly Volume (DHV) for each study period. The method to develop the design hourly volume will be reviewed with City. In the past, we have computed the DHV by multiplying the highest tA hour volume within the peak hour by two, or we have applied the computed peak hour factor to the peak hour volume. Task 2.2 - Before Travel Time Study Travel time studies will be conducted in each study corridor (approximately ten corridors) during AM, midday, PM, and off peak periods. We will use Global Positioning Satellite System (GPS) to conduct the travel time studies. In addition to the standard travel time results, the.use of.GPS equipment has proven to be more effective to graphically show the travel condition in the corridor. (The use of GPS will depend on radio receptions in the area). A minimum of six separate travel time studies in each direction will be conducted along each corridor for the peak periods described earlier. We will compute the average speed and delay at each intersection in the study corridor and show the results in a graphical format. We will check the statistically validity of the sample size to ensure enough survey data has been collected. The travel time study results will be summarized and will be submitted as a part of Signal Timing Strategy Report. Task 2.3 - Field Review and Data Collection Kimley-Horn will conduct a field review of existing conditions to observe traffic patterns and to develop a good understanding of existing traffic conditions. Field review will be conducted during, weekdays during each Page 2 of 12 of the study periods by the senior staff who will be developing the signal timing models. Additional field information will be collected to assist with the signal timing study. This information includes: Existing lane geometry and physical roadway features Other roadway conditions, such as parking condition, bus stop locations, truck traffic volumes, etc. which affect signal timing considerations Saturation flow rates for typical and atypical movements Early release times for typical and atypical intersections Initial loss times for typical and atypical intersections Green extension times Representative flow profile for critical intersections Travel speeds for corridor and between intersections Queue lengths for selected critical links A special form will:be used to calculated each of these parameters for each intersection in the study corridor. This information will be used for the model calibration and final optimization runs. Task 2.4 - Link/Node Diagram Kimley-Horn will prepare a link-node diagram for each system including schematic of the intersections showing the current geometry, link length, and signal phasing will be prepared. The link-node diagram .will be prepared in AutoCAD and will be provided on ll"x17" formats. Deliverables: Traffic Count Report - A three-ring binder containing raw 24 hour traffic counts, turning movement counts for study intersections, peak hour summary traffic counts, graphical charts showing hourly volume fluctuations, lane configuration diagram, photo-log for each intersection approach. Link-Node diagrams on 11"x17" AutoCAD drawings for each system. Task 3 - Model Calibration Kimley-Horn will perform model calibration for Transyt 7F software. Calibration consists of verifying the input data and adjusting the model parameters so that the Transyt 7F simulation output reasonably matches the observed conditions in the network. We propose to use Synchro as the pre-processor for the Transyt 7F model. The following are the common steps taken will be taken in the calibration process: Degrees of saturation for typical movements will be compared with the existing conditions. Volumes, .saturation flow rates, lost times or signal timing data, as applicable, will be adjusted to achieve a reasonable match. Maximum queue length will be checked against actual field data for typical movements. Saturation flow rates, initial loss times or signal timing data, as applicable, will be adjusted to achieve a reasonable match. Page 3 of 12 Predicted average delay (sec/veh) will. be compared with the fieid data for representative through and left-turn movements. Model predicted average speeds will b~ checked for the entire network versus the field measurementsl Substantial difference between measured and predicated delays and travel times indicates input errors or invalid assumptions. Data input for saturation flow rates, initial loss times and signal timing data will be checked. Platoon Dispersion Factor (PDF) will checked by comparing a representative intersection’s measured flow profile versus the predicted flow profile. The PDF will be increased or decreased based on the peaking characteristics of the flow profiles. Steps taken in model calibration will be summarized into a technical memorandum and will be submitted to the City. Deliverable: 1.Calibration Technical Memorandtlm Task 4 - Signal Timing Strategy Evaluation Task 4.1 - Establish Signal Timing Guidelines Kimley-Horn will attend a meeting with Project Study Committee to discuss the elements associated with signal timing. The meeting will serve to begin the process to seek public input on signal timing approach. Some of the topics that can be discussed include City’s perspective on signal timing, system options, fixed timing versus actuated timing, one-way versus two way operation, phase seqtience options (use of lead/lag), free operation, pedestrian timing considerations, cross street delay tolerances, ~bandwidth vs. delay objectives, and other common signal timing features. Task 4.2 - Prepare Basis of Signal Timing Report Kimley-Horn will summarize the Project Study Committee meeting in a memorandum which will serve as the basis for the signal timing effort. Task 4. 3 - Review Signal Timing Strategies Kimley-Horn will review existing signal operation to recommend initial signal timing strategies, This will be accomplished by considering City objectives and signal timing guidelines. Using the Synchro model, Kimley- Horn will study signal timing strategies for selected corridors. Kimley-Horn will also review which intersections in the corridor should be .coordinated during different time periods. This will be accomplished by conducting a coordinabilty analysis. Kimley-Horn will review if certain intersections in the corridor should be set on "free" operation during certain time periods. Those signal timing strategies that cannot be modeled will be discussed qualitatively. The following are the signal timing strategies that will be evaluated on selected corridors: fixed time operation actuated operation Page 4 of 12 one-way progression two-way progression recall to red on main street protected left-turn phasing protected-permissive operation phase sequence alternation (use of lead/lags) free operation (coordinability) critical intersections (exclusion/inclusion in the coordinated system) Task 4.4 - Speed Related Coordination Research Kimley-Hom will conduct a general research on the use of signal coordination as a speed control measure. The research will include a general literature review and discussions with various senior staff members in other Kimley-Hom offices. Task4.5- Trailblazer/CMS Application Analysis Kimley-Horn will review, at a conceptual level, application of trailblazer or CMS signs for progression and speed related message system. The trailblazer application will be reviewed in relation to the following issues: Static control - Where the coordination speed is provided to the motorist though standard speed related " signs or for more emphasis an illuminated sign. Dynamic control - Where the coordination speed displays may change due to pre-established speed coordination factors during the day or during weekends. Dynamic adaptive control - Where the coordination speed displays may change based on actual fidd conditions to alter speed parameters. This system may utilize loop detectors to sample real-time speeds, and if necessary modify timings to.adapt the motorists to a different speed, to improve coordination or alter driving speed. The control will utilize both a traffic adaptive and traffic responsive elements. Task 4.-6 - WWV Clocks Specifications Kimley-Horn will prepare specifications for WWV clock for implementation at City Hall and at intersection where coordination is required between City’s system and other agency’s signals. Task 4. 7- Prepare Signal Timing Strategy Report Kimley-Horn will summarize findings and will prepare a Signal Timing Strategy Report. The report will discuss initial signal timing strategy evaluations, list of constraints, existing traffic flow characteristics, opportunities for signal timing enchantments, initial recommendations, research on signal timing and speed issues, and trailblazer application issues. Task 4.8- Project Study Committee Meeting Kimley-Horn will meet with the Project Study Committee to review f’mdings and to receive input from the - committee members on final alternative to use for comparative analysis. Page 5 of 12 Deliverables: 1.Signal Timing Strategy Report, including results of the travel time .survey. 2.Specification for WWV clocks. Task 5 - Alternative Analysis Task 5.1. - Transyt 7F modeling Based upon the selected strategies from Task 4, Kimley-Horn will conduct alternative optimization analysis using Transyt-7F model for a combination of four time periods, four speed conditions, and different delay/progression factors - a total of up to 32 alternative analysis for each corridor. The following parameters will be considered :for each alternative analysis: Time period t AM peak period ¯Midday peak period o PM peak period o Off-peak period Speed parameter ¯Speed limit ¯Speed limit plus five miles per hour ¯Prevailing speed ¯Optimum progression speed (to be established) Delay/Progression parameter Progression Opportunity (PROS) Disutility Index (DI) Combination of PROS and DI (PROS/DI or PROS +DI) Task 5.3 - Time-Space Diagram for Optimized Timing ’ Kimley-Horn will prepare time-space diagrams using the Synchro program for submittal to the City. Task 5.4 - Quality Control/Quality Assurance Review Once all of the initial Transyt 7F model runs are complete, Dowling Associates will provide an internal quality control review. The team will ask critical questions from our task leaders and will compare the study process with the Signal Timing Guideline Report to ensure compliance with City’s objectives. If any questionable information, wrong assumptions, or invalid approach is found, model runs will be further reviewed. ~’ Page 6 of 12 Task 5.5 - Draft Signal Timing Report Oncethe Transyt 7F model runs are completed, the results will be summarized into a draft Signal Timing Report. The draft signal timing report will include discussions on each" alternative, summary of critical performance measures, relevant timing information, and narrative discussion on alternatives. Task 5.6- Project Study Committee Meeting Kimley-Horn will meet with the Project Study Committee to discuss draft signal timing report and to receive input regarding the various timing plans. Task 5.7 - Final Signal Timing Report Based on input from the Project Study Committee, Kimley-Horn will finalize optimization runs and time- space diagrams, and prepare the Final Signal Timing Report, including up to 32 timing plans for each corridor. Task 5.8 - TraI’Netsim Outputs In addition to the signal timing.analysis, Kimley-Horn will develop and provide to the City, TrafNetsim model outputs, as a part of standard output of the Synchro Program. Trat’Netsim is a simulation model .that can show the traffic flow along various corridors for each alternative, including flow characteristics, backups, queuing, etc. Optional Task 5.8 ’ Alternative Analysis for Fixed Signal Timing and One-Way Progression Options If required and authorized .by the City, Kimley-Hom will conduct altemative analysis for four speed conditions and two delay/progression factors using fixed signal.timing operation and one-way progression for five (5) selected corridors. Deliverables: 1.Draft Signal Timing Report 2.Final Signal Timing Report Task 6 - Selection of Preferred Alternative The task will involve review and presentation of findings at various public, Policy and Services Committee, Planning Commission and City Council meetings. The purpose of this task is select the f’mal alternative for implementation. Kimley-Horn will attend and support the City at five public meetings during this phase of the project. The following are the anticipated meetings: Page 7 ~f 12 o 8. o Two Public Meetings One Policy and Services Committee Meeting One Planning Commission Meeting One City Council Meeting Deliverable: 1.Attendance at five public meetings Task 7 - Implementation and Fine Tuning Task 7.1 - Prepare Timing Sheets Based on the sel~ted final alternative by the City, Kimley-Horn will prepare the timing plans for four time periods for implementation by City staff. The final timing data will be converted to VMS format by Kimley-i-Iorn for input by City staff. Task 7. 2 - Field Review, Evaluation & Fine Tuning Kimley-Horn will participate with City staff to fine tune the timing based on field conditions. Fine tuni~n, g will involve an evaluation of system performance to ensure safety and identify possible changes to improve overall performance. Fine-tuning will involve an evaluation of the signal timing parameters, including: Splits:Splits will be examined to ensure adequate time is provided for all movements, including pedestrian and bicyclists. Typically, split intervals for side street and minor movements should be checked to ensure adequate time is provided to avoid adverse queuing problems. Cycle: Offsets: Cycle length will be evaluated to ensue sufficient time is allowed for all intervals, and that the cycle length is not too-long to create adverse queuing problems. Offsets will be evaluated to ensure the implemented offsets are at the proper time during the cycle countdown. Typically, with fully actuated operation, the beginning of green interval varies based on the early release time. Field evaluation of the offsets will involve recording the actual start of green interval versus the programmed offset times.. Fine-tuning and field evaluation will be conducted by Anush Nejad and Ron Freeman. We have allocated 120 hours for fine-turning and implementation work. The following steps will be taken during the f’me-tuning process: Each corridor will be driven to measure the general performance of the system. For critical intersections in the system, queuing conditions and split times will be checked to ensure adequate and practical timing are used. Over-saturated movements will be identified. Page 8 of 12 Offset times will be reviewed for each intersection. A6tual offset time (relative to the master clock) will be recorded. Typically, with fully actuated signals the offsets vary due to early release time, especially for non-saturated corridors. We will note when the actual offset time occurs during the cycle countdown. We will note any unusual conditions, such as phase skips that may occur as a result of too much pedestrian demand. Once, fine’turning parameters have been identified, Kimley-Horn will review the steps with the City prior to implementing any changes. Any planned change will be done in assbeiation with City staff. Deliverable: Participation during the f’me-tuning process and recommendations regardingtiming changes. ¯ Task 8 - Post Evaluation Task 8.1 - Finalize ~Transyt 7F Simulation Runs Once the final timing plans have been implemented and fine-tuned, Kimley-Horn will re-enter the final timing parameters into Transyt 7F to calculate the f’mal performance measures. This will also update the model to allow City to modify the fries for future considerations. . The measures of effectiveness will include total travel time, total delay, total stops, fuel emissions, and average speed. Task 8. 2 - After travel time study A final "after study" will be conducted to field measure the improvements in system performance. A separate .floating car studies will be’ conducted for each system to measure the system performance. Again, we propose to use the GPS equipment to keep a running measure of the travel time speeds. A minimum of six floating car studies will be conducted in each corridor, We will also conduct a statistical analysis to check the significance of the results. Statistical analysis will include calculating the mean, standard deviation and the median for the travel time study results. Task 8. 3 - Draft Project Report The results of the study will be documented and will be summarized into an executive report. This report will be adequate for compliance with the RTSOP grant requirements. Project Report will summarize all of the steps in the project, including summary of the "before" and "after" measures of effectiveness and floating car study. Task .8. 4 - Project Study Committee Meeting if needed, Kimley-Horn will meet with the Project Study Committee to review the draft report prior to finalizing the report. Page 9 of 12 Task 8.5 - Final Project Report Once the report is reviewed and approved, the final report will be sub.mitted to the City. Deliverables: Draft Project Report - Executive report summarizing for all signal groups documenting study procedures, steps taken in signal timing and implementation, summary of measures of performance for each signal groups, and recommendations. Final Project Report Final Transyt-7F fries .in electronic file format. Page i0 of 12 Z t,t,I o o o o io° o page II of 12 page 12 of 12 EXHIBIT B 32207 KIMLEY-HORN &ASSOC.,ZNC P. O. BOX 33068 RALEIGH, 836G730-7 05/2a/97 ~ED 09:~0 [T~%I I~0 6694| ~!002 ~ I,~ TO CERTIPY ’I"H~1" THE P~LIG~EB OF IN~LIi~E ~ i~F~.GW CER’rlI~IC, ATE IVIAY Bi~ I,SSUF.D OR IVlAY P~R’rAtN, THE I~U~ ~F~ ~X~ ~ ~ON3 OF 8~ ~uc~, ~T8 SHOWN AUTOMOBIL~ Ll~llJ1"f ,~w AUTO HIR~ A~ ~~LA ~ OTH~ ~ U~ ~0~ a~F~:.~T~ 05/28/97 ~ 05:26 [’I’Z/B[ ~0 6833] ~]0Ol, EXHIBIT C AFFIRMATIVE ACTION GUIDELINES SECTION 00820 City of Palo Alto Contract Administration PRE-AWARD PHASE OF CONTRACT Am In addition to the Certificate of Nondiscrimination required to be filed under Section 2.30.160 of the Palo Alto Municipal Code (hereinafter "PAMC"), the Contractor shall complete a questionnaire furnished by the City setting forth the affirmative actions the Contractor has taken or will take to." 1.Recruit minorities in its location for all levels of jobs. Select methods assuring equal employment opportunity for all persons. Establish a training program for new hires where necessary to assure ample opportunity for the less qualified to more fully qualify. = Provide adequate opportunity for upgrading and further training to assure equal opportunity in advancement and promotion. Provide counseling service for all who may need help to advance, especially new employees. 6.Educate supervisors regarding nondiscrimination practices. Be In addition to furnishing the completed questionnaire called for under (A.) above, each Contractor for a construction or service project within the City shall submit the following information for Contractor and each Subcontractor. This information shall constitute the bidding contractor’s Minority Employment Program (hereinafter "MEP"). The estimated total number .by job classification of personnel who shall be used by the Contractor and each Subcontractor in performance of the contract. These numbers shall include the estimated breakdown by one month for the life of the contract. No estimate furnished under this subparagraph shall be construed or enforced as a hiring quota. PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-1 AFFIRMATIVE ACTION GUIDELINES SECTION 00820 In preparing these estimates it is expected the Contractor will take, or agree to take, these additional steps to assure affirmative action in the field of minority employment. Recruiting for needed help in the local areas inhabited by minority members, including open advertising and use of various established public and private agencies. [Lists and advice furnished by the Palo Alto Human Relations Council (hereinafter "PAHRC")]. Training those less qualified, to assure adequate promotional opportunities for all. Providing necessary counseling for upgrading, including use of outside training facilities in this area, (lists available from the PAHRC). eo Assigning an Equal Employment Opportunity (hereinafter "EEO") coordinator full time or as additional duty and assuring that all supervisors are aware of their responsibilities and that union ¯representatives recognize their obligation in the EEO program. Assuring that all Subcontractors are in compliance with the federal and California state laws and regulations relating to nondiscrimination. Where the contract is of sufficient duration, assuring develop- ment of apprenticeship programs with union cooperation. Upon request, furnishing the City a copy of the latest Federal Form EEO-1, or equivalent form. Providing the name and address of all suppliers whose supplies and/or equipment exceed 5% of the total supply cost for each contract and subcontract for the performance of the contract. Any Contractor not submitting an MEP shall not be defined as a "responsible bidder" and his/her Bid shall be disregarded in the manner now prescribed by the City. The City Manager, or designate, will analyze the MEP submitted by each ’ Contractor with the objective of determining if the program submitted by the Contractor for himself and his Subcontractors presents a reasonable effort to further minority employment. PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-2 AFFIRMATIVE ACTION GUIDELINES I1. II1. SECTION 00820 If the City Manager has questions about a particular Bidder’s proposal, he or she may address such questions to the Bidder. The City Manager will be available to answer questions relative to the guidelines and to advise those seeking assistance of resources known to him/her. He or she shall not be responsible for the service or lack of service rendered by the resources recommended, nor shall he/she be responsible for developing an MEB for any Contractor, or to serve as a recruiter for any Contractor/Subcontractor. Bidders shall be allowed to revise their MEP after consideration. If Bidders withdraw their MEP for revision, their revised program must be resubmitted by a date which shall be established by the City Manager or designate. Bidders failing to have their revised MEP submitted by the established date shall not be classified as a responsible Bidder. A=Upon award of the contract.by the City, the recipient"s MEP which has been approved and accepted by the City shall be an integral part of the contract and subject to Section 2.30.093 of the PAMC. No Contractor shall be deemed in material breach of Contract .under PAMC Section 2.30.093 when he/she has made a reasonable and substantial effort to comply with the MEP. POST-AWARD PHASE OF CONTRACT The Contractor shall post in conspicuous places, available to employees and applicants for employment, notices to be provided, setting forth the law prohibiting discrimination and advising anyone who feels he or she is being discriminated against to advise the FEPC. The Contractor shall make written progress reports on the performance of his MEP at intervals established by the City Manager or designate, the Contractor, however, is encouraged to submit written reports as often and when he/she deems it relevant to his/her MEP. The City Manager shall monitor the performance of the MEP until completion of the contract and will report to the PAHRC on the progress of the contractor in living up to his MEP. Do The City Manager shall monitor the performance of the MEP until completion of the contract and will report to the PAHRC on the progress of the Contractor in living up to his/her MEP. Eo Any questions of possible breaching of MEP shall be discussed with the Contractor by the City Manager. PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-3 AFFIRMATIVE ACTION GUIDELINES SECTION 00820 IV.BEFERENCES. REPORTS. and OTHER INFORMATION Ao Resolutions No. 4144 and 4148 Palo Alto Municipal Code 2.30.090 Ordinance No. 2420 Do The Contractor will meet, or make good faith efforts to meet, the following Minority Business Enterprises/Women Business Enterprises/Disabled Veterans Business Enterprises goals or Contractor’s applicable goals in the award of every contract for work to be performed under these Provisions: Minority Business Enterprises - ! 5% Women Business Enterprises - 5% Disabled Veterans Business Enterprises- 3% The City of Palo Alto shall have the sole duty and authority under this Agreement to determine whether good faith efforts were sufficient. COMPLIANCE REPORT Non-Discrimination Provisions of Palo Alto IMPORTANT This report must be completed by prime contractor and each subcontractor. Complete all items unless otherwise instructed. Use extra sheets if necessary. SUBMIT ORIGINAL OF THIS REPORT DIRECTLY TO: ’ Project Citywide Timing Project Name of Firm Kimley-Horn and Assoc Manager of Purchasing Civic Center 250 Hamilton Avenue Palo Alto, CA 94301 Telephone 510-463-5640 Name of person preparing form, person to contact. Anush A. Nejad ,Ext.# Circle One: (~e Contracto’tQ~Subcontractor PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-4 AFFIRMATIVE ACTION GUIDELINES SECTION 00820 Part I Complete the Following: Description: 1. Full name and address of firm or other reporting unit covered by this report. 2. Name and address of principal official or manager. 3. Name and address of principal office of company. 4. Name and address of parent company if affiliated corporation. 5. Name and address of prime contractor (complete only if this is a subcontractor’s report. 6. Signature and title of authorized representative. Type or Write in Here: Kimley-Horn and Associates, Inc. 5776 Stoneridge Mall Rd, Suite 180 Pleasanton, CA 94588 Anush A. Nejad Same as above Kimley-Horn and Associates, Inc. 3001Weston Parkway Cary, ~C 275i3 The Kimley-Horn Group, Inc. Same as above TITLE:Area Manager DATE:5/28/97 Part II--Policy 1. Information Attach a statement of your company’s policy on equal employment opportunity to all persons without regard to race, creed, color, national origin, or ancestry, and describe what steps have been taken to put this policy into effect. Part Ill--Circle 1 Y~No the Proper Answer. Have you informed company officials and representatives regarding the non- discrimination provisions of City of Palo Alto Contracts? Have you examined your company’s practices regarding assignments, layoffs or transfers of your employees from one job to another for evidence of a practice or employment pattern that might appear to be discriminatory and based upon sex, race, color, ancestry, religion, national origin or disability? Are they non-discriminatory? PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-5 AFFIRMATIVE ACTION GUIDELINES SECTION 00820 5Y~ No Do you have educational or training programs sponsored or financed for the benefit of employees or prospective employees. a.~ How many people participate in these programs? b "37 ~.~ How many are minorities?o~ Does your employment advertising state you are an equal opportunity employer? Are any apprentices obtained from sources outside the employer’s work force? If yes, have you circulated information about apprenticeship openings or opportunities to the following. Yes Yes Yes @ No State Employment Offices Newspapers or other media High Schools, including those in minority group areas. Local trade or vocational schools, including those with minority group students. Agencies or organizations specializing in minority employment. Federal or State apprenticeship representatives. Who? Others If you are a prime contractor, have all subcontractors covered by these compliance inspection reports been instructed as to their contractual obligations relating to non-discrimination provisions of City of Palo Alto Contracts? Explain_ 1 Have all recruitment sources been advised that all qualified applicants will receive consideration for employment without regard tO sex, race, color, ancestry, religion, national origin, or disability? Identify (names and addresses) the employment agencies, persbnnel recruitment organizations, newspaper advertising or other non-union sources from which the company recruits its personnel. Part IVmUnion/Crafts Information 1. Yes (~ Have you a collective bargaining agreement with a labor union or other PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-6 AFFIRMATIVE ACTION GUIDELINES SECTION 00820 organization? If yes, specify the Union(s) or organization(s) ~J,/~. 2. Yes No Have you advised the labor union and/or worker organization of the company’s responsibility under the non-discrimination provisions of City contracts. Approximately what percentage of your employees covered by union agreements are referred by or hired through the unions? Explain procedure for hiring balance. ~,J~. 4. Yes No ~,~. 5. Yes No Does the company’s collective bargaining agreement or other contract or understanding with a labor union (or unions) or other worker’s organization include a provision for non-discrimination in employment? Is there any labor union or worker’s organization policy which prevents you from fulfilling your obligations under the non-discrimination provisions of City contracts? If so, specify. Specify the trade(s) or craft(s).involved in this contract. Use this space for comment on any answers you have supplied. Note: In compliance with the Americans with Disabilities Act (ADA) of 1990, this document may be provided in other accessible formats. For information, contact: Fred Herman, ADA Director, City of Palo Alto (415) 329-2550 (voice) or (415) 328-1199 (TDD). PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-7 AFFIRMATIVE ACTION GUIDELINES SECTION 00820 Name of Firm Project Name Contract #. DATE: RACIAL MAKEUP OF REPORTING UNIT 5/28/97 Kimley-Horn and Assoc. Submitted by Anush A. Ne~ad Citywide Timing Project (Indicate only for monthly report, No. 3) Three types of breakdown are required. This form is used for all three. (Check--/) [] ~l-Permanent makeup of company. [] o2-Estimated makeup for this project. [] -3-Monthly report for . 19~. Submit once per month for duration of project. ~ 1 = Permanent.2 = Estimate for project. Be sure to include all employees in first column, not just minorities. required to be filled in and submitted with Compliance Report. Category = Management Professionals Clerical-Office Field Supervisor Skilled - List: a. b. C. Unskilled - List: a. b. C. Total of Above: The data below a.White Collar b.Production 3 = Monthly only. Nos. 1 and 2 below are I 2 3 I 2 3 33 !13 47"~79 27~110 1 2 3 1 2 3 1 2 3 1 2 3 1 9 15 !In 18 7 Q should also be included in the categories above. This is for On Job Training: This report must be completed by contractor and each subcontractor. The term ,Spanish Surnamed" includes all persons of Mexican, Puerto Rican, Cuban, Latin American or Spanish origin. Report only employees enrolled in formal on-the-job training programs. END OF SECTION PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-8 Kimley-Horn and Associates, Inc, Kimley-Horn Affirmative Action Poficy The Affirmative Action Plan for Kimley-Horn and Associates, Inc., is part of an overall equal employment opportunity program designed to meet the policies and requirements of the company in the area of equal employment opportunity. This program has been formulated to meet the requirements of these policies and specific government directives, and to give direction to our recognition and acceptance of responsibilities in the local and regional areas in which we operate. "Affirmative Action" is a planned, aggressive, coherent, management program to provide for equal employment opportunity. It is the policy of Kimley-Horn to operate in a manner assuring that all persons have equal opportunities in recruitment, selection, appointment, promotion, training, discipline, and related managerial areas. To eliminate and avoid discrimination against any employee or applicant for employment, the official policy of the ftrrn is to: Recruit, hire, train, and promote for all job classifications without regard to race, color, religions and political affiliations, age, sex, national origin, or physical disability (except where age, sex, or physical requirements constitute a bona fide occupational qualification necessary to proper and efficient functioning in the job), or any other non-merit factor. Base all decisions of employment so as to further the principles of equal employment opportunity. Decisions will be based solely on individual merit and fitness of applicants and employees related to the specific jobs and withou~ regard to non-merit factors. Administer all other personnel actions and privileges of employment including compensation, benefits, transfers, layoffs, return from layoff, company-sponsored training, education, tuition assistance, and social and recreational programs without regard to race, color, religious or political affiliation, sex, age, or national origin. Kirnley-Hom’s Affirmative Action Plan and EEO program is a comprehensive, results-oriented program design to achieve equal employment opportunity rather than simply a policy tO assure non- discrimination. Chairman of the Board, C.E. Viek, personally regards the Plan as-an ongoing management program requiring periodic re-evaluation. All personnel actions are analyzed prior to being effeeted and quarterly reports are submitted to Mr. Viek so that he may monitor our progress on this program. Containing an analysis of our current employment profile, personnel policies and management practices, the firm’s Aff’trmative Action Plan, which is available for your review, sets forth goals and activities which require positive efforts of all personnel. Every employee is required to give full support to the program. While not a part of Kimley-Horn’s official AtTtrmative Action Policy, the company’s employment policy also includes provisions for maintaining a working environment free of unlawful harassment, intimidation, and coercion. Ms. Mona Christie, our Vice President of Human Resources, has been designated as the firm’s EEO Coordinator and assigned overall responsibility for the plans’ coordination, implementation, and direction. KIMLEY-HORN AND ASSOCIATES, INC. 1997 Affirmative Action Program March 2~, 1997 TABLE OF CONTENTS AFFIRMATIVE ACTION COMPLIANCE PROGRAM - 3anuary, 1986 1~hru December, 1996 A.POLICY STATEMENTS B.DISSEMINATION OF POLICY C.RESPONSIBILITY FOR IMPLEMENTATION D.DEFINITIONS E.STATEMENT ON SEX DISCRIMINATION POSTURE II.AFFIRMATIVE ACTION COMPLIANCE PLAN FOR MINORITIES AND WOMEN A,UTILIZATION ANALYSIS B.GOALS FOR 1997 C.UTILIZATION OF BLACK PROFESSIONAL FIRMS~ CONSULTANTS~ AND SUPPLIERS D.ANALYSIS OF 1986 GOALS AND RESULTS E,ANALYSIS OF PROBLEM AREAS III.AFFIRMATIVE ACTION PLAN FOR THE HANDICAPPED A.PURPOSE AND SCOPE OF THE PLAN B.DEFINITIONS C.POLICY D.DISSEMINATION OF POLICY E.ESTABLISHMENT OF RESPONSIBILITY F.ACTION ORIENTED PROGRAMS G,INTERNAL AUDITING AND REPORTING H.ACCOMMODATIONS IV.AFFIRMATIVE ACTION PLAN FOR VETERANS AND VETERANS OF THE VIETNAM ERA A.PURPOSE AND SCOPE OF THE PLAN B.DEFINITIONS C.DEVELOPMENT AND EXECUTION OF ACTION ORIENTED PROGRAMS D.INTERNAL AUDIT AND REPORTING SYSTEMS E.ACCOMMODATIONS POLICY The Affirmative Action Plan for KimleyoHorn and As.sociates, Inc. is part of an overall equal employment opportunity program designed to meet the policies and requirements of the Company in the area of equal employment opportunity. This program has been formulated to meet the requirements of these policies and specific government directives and to give direction to our recognition and acceptance of our responsibilities in the local and regional areas in which we operate. "Affirmative Action" is the planned, aggressive, coherent, management program to provide for equal employment opportunity. It is the policy of Kimley-Horn and Associates, Inc. to operate in a manner to assure that all persons have equal opportunities in recruitment, selection, appointment, promotion,, training, discipline, and related managerial areas. To eliminate and av6id discrimination against any employee or applicant for employment, the official policy of this facility is to: Recruit, hire, train, and promote for all job classifications without regard to race, color, religious and political affiliations, age, national origin, or physical disability (except where age, sex, or physical requirements constitute a bona fide occupational qualification necessary to proper and efficient functioning in the job), or any other non-merit factor. Base all decisions of employment so as to further the principles of equal employment opportunity. Decisions will be based solely on individual merit and fitness of applicants and employees related to the specific jobs and without regard to non-merit factors. Administer all other personnel actions and privileges of employment including compensation, benefits~ transfers, layoffs, return from layoff, .company-sponsored training, education, tuition assistance and social and recreational programs without regard to race, color, religious or political affiliation, sex, age, or national origin. Kimley-Horn and Associates, Inc. Affirmative Action Plan and EEO program is a comprehensive, results-oriented program designed to achieve equal employment opportunity rather than simply a policy to assure non-discrimination. I personally regard the affirmative action plan as an ongoing management program requiring periodic evaluation. All personnel ~Ifl’ be analyzed prior to being effecCed and quarterly reports submitted to me so that I may monitor our progress on this program. The 1987 Affirmative Action Plan contains an analysis of Our current employment profile, personnel policies and management practices and sets forth goaLs and activities which will require positive efforts of all personnel. It is required that each and every employee give full support to this program. - Thomas R. Smith, Director Human Resources, has been designated as the firm’s EEO Coordinator and assigned overall responsibility for the plan’s coordination, implementation, and direction and will report directly to the President oi~mley- Horn and Associa.tes, Inc. .~. ~~ B. DISSEMINATION OF POLICY Kimley-Horn and Associates, Inc., will continue to provide internal and external dissemination of Our Equal Employment Opportunity policy to all employees, applicants for employment, recruitment sources)and others involved in our personnel, procurement, and contracting activities. Available communication media will be used to the maximum extent possible to ensure that all concerned personnel are aware that Kimley-Horn is an Equal Employment Opportunity Employer. Internal Dissemination The Kimley-Horn and Associates, Inc. policy on Equal Employment Opportunity and the Federal Notice of Equal Employment Opportunity have been posted on employee bulletin, boards. The company policy is included in the employee handbook. Special meetings are conducted at least annually to explain intent of the policy,, to reemphasize individual and collective responsibilities, for established goals and plans. The attitude of the firm regarding a viable Equal Employment Opportunity Program is made clear, Each year, the Equal Employment Opportunity Policy statement will be made available. Each new employee will be given a copy of the Equal Employment Opportunity Policy and the employee handbook at the time of orientation and employment processing. External Dissemination 1. Our policy and intention to hire minorities and females on an equal opportunity basis is reaffirmed to all recruitment sources on at least an annual basis. Recruitment sources, which include colleges, secondary and trade schools~ community agencies and leaders~ employees and other local and regional groups are encouraged to actively recruit and refer minorities and females for all open positions, The phrase "Equal Employment Opportunity Employer" is Included in all advertisements, recruiting literature~ and wri~en communications with recruiting sources. An Equal Employment Opportunity clause will continue to be included in all purchase orders~ leases, contracts~ or subcontracts. All subcontractors~ suppliers~ and vendors will be notified in writing of our Equal Employment Opportunity policy and will be encouraged to take appropriate action on their part. Consumer or recruiting advertisements picturing employees will include minorities, non-minorities~ and females. C. IMPLEMENTATION ~nrnent of Responsibilities I.The President of the firm is responsible for the overall direc~ion of the EEOP and shall maintain surveillance over its implementation. The Human Resources Director is responsible for the implementation of the EEOP. To assure the effective implementation of the Program, the Human Resources Director shall: bQ Ce insure appropriate policies and practices are developed and implemented to accomplish effectively the objectives of the Plan monitor the Plan’s progress and report to the President of the firm review status of the EEC~ program, to determine deficiencies and assess progress toward goals give, or arrange for, specialized advice and counseling to supervisors and employees to resolve complaints informally ee review qualifications of all employees to provide full opportunities /or upward mobility, including promotions and transfers he Re provide career counseling for minority, female, handicapped employees as needed or requested review all position descriptions and employee specifications to ensure that all job qualifications are job related ensure that compliance posters and other pertinent literature are properly posted and disseminated to employees audit hiring recommendations, promotions, upgrades and personnel actions of all supervisors to ensure remora[ of any impediments to the attainment of established goals interface with local community, indus~ia|, scale, federal, and customer EEO representatives; serve as liaison between Kimiey-Horn and Associates and enforcement agencies prepare quarterly reports required by this program and such_ other reports as may be required by other company or Government agencies ensure that the amount of compensatiofi offered to an individual at the time of hire or promotion is not reduced because of any disability income, pension, or other benefits the applicant or employee receives from other source(s) ne ensure that supervisory personneJ are aware that their work performance is being evaluated on the basis of their Equal Opportunity efforts, in addition to other criteria review progress in relation to established goals and initiate ~olIow=up or corrective action to ensure a viable and effective plan OQ encourage full participation il~ company sponsored social and educational programs ensure the prevention of harassment of employees placed through affirmative action efforts assist line management in arriving at solutions to problems serve as liaison between Kimley-Horn and Associates, Inc. and minority organizations, womenls organizations and community action groups concerned with employment opportunities of minorities and women Se design and implement audit and reporting of systems that will -indicate need for remedial action -determine degree to which goals and objectives have¯been obtained keep management informed of latest developments in the entire equal opportunity area All ~ement PersonneI In order to carry out effectively the specific objectives and spirit of the Affirmative Action Plans all management personnel are assigned specific Equal Employment Opportunity responsibilities. The performance of these responsibilities will be evaluated in annual performance reviews in addition to the usual performance criteria of their position. These responsibilities include; personal compliance with Equal Employment Opportunity policies and programs b.participation in the development of organizational and departmental Equal Opportunity goals conducting career counseling interviews with all employee~ to provide information of growths advancements performances etc. do promoting the opportunities for~ and encouraging participation in, company sponsored educations training, eo hQ ko recreational and social’programs, and in community minority and female oriented activities assessing and recommending~ where necessary, the degree oY training which will be required to meet stated goals evaluating each employee for present job suitability developing a listing of minority and female employees’ skills under their immediate supervision for use in matching individual education, skill and experience against specific job opportunities in their organization and department notifying Human Resources of any minority or female employee who is or will be surplus to the needs of fl~eir organization identifying and notifying Human Resources of those minority and female employees currently qualified for upgrade or promotion if promotional opportunities are not currently available in their organization assuring that promotions~ transfers~ and training opportunities are accomplished through equitable transfer and’ upgrade of all employees_ currently on the payroll consistent with Company equal opportunity policies promoting participation in recruiting and resourcd development programs developed by the EEO Coordinator~ and providing advice and recommendations on new and innovative equal opportunity projects. Be D. D. DEFINITIONS Affirmative Action Plan A set of specific and result-oriented procedures to which a contractor is committed to apply every good-faith effort to effectively implement its EEO policy. Executive Order 112#6 Sets forth specific contractual clauses for affirmative action for women and minorities that must be included in all government contracts or subcontracts with 50 or more employees and a contract of $50,000 or more to take affirmative action to employ and advance in employment .qualii~ied women and minorities. Revised Order No. # Sets forth specific instructions f~r the development and execution of a written affirmative action compliance program plan designed to correct female and minority deficiencies In the contractorls work force. These are affirmative action guidelines issued by the Office of Federal Contract Compliance Programs (OFCCP), Vocational Rehabilitation Act of 1973 Forbids discrimination in the terms and conditions of employment because of physical or mental handlcap~ including alcoholism and obesity. In addition, aside from passive non=discrimination~ the act requires employers to take affirmative action to recruit~ employ, train and promote handicapped individuals, specifying that ’*reasonable accommodation" to handicaps must be made. Vietnam-Era Veterans Readjustment Assistance Act of 197# Forbids discrimination in the terms and conditions of employment because of disabled veteran or Vietnam-era status, In addition, aside from passive non- discrimination, the act requires employers to take affirmative action to recruit, employ~ train, and promote covered veterans, Protected Class Any group that is co~ered by Federal affirmativ~ action legislation because of past discrimination. Current protected classes include the following; Women Blacks- All persons having origins in any of the black racigl groups. Asians/Pacific Islanders =All persons having origins in China,. 3apart, Korea, the Phillipine Islands, Bangladesh, Bhutan, India, Nepal,- Pakistan, Sikki~t~and Sri Lanka. Hispanics - All persons of Mexican, Puerto Rican, Cuban, central or South American, or other Spanish culture or origin, regardless o:~ race. American Indian/Alaskan Native - All persons having, origins in any of the original peoples ol North America. Persons over ~0. Handicapped Individuals - All persons who have or are perceived~ to have a physical or mental impairment which substantially limits one or more of the major life activities° Disabled Veterans - A person entitled to disability compensation under laws administered bythe Veterans Administration for disability rated at 30 percent or more, or a person whose discharge or release from active duty was for a disability incurred or aggravated in the line of duty. Vietnam-Era Veterans - All persons who served on active duty for a period of more than 180 days, any part of which occurred between August 5, 196~ and May 7, 1975, and who were released with other than a dishonorable discharge. _7_ E. SEX DISCRIMINATION POSTURE Kimley-Horn and Associates, Inc. strictly adheres to the policy prohibiting discrimination against any employee or prospective employee on the basis of sex. All employment opportunities, physical facilities, fringe benefits, training programs, recreational programs, wages, and promotion opportunities will continue to be administered in a manner to assure that no discrimination is made between employees or prospective employees and the basis of sex. Recruitment and Advertisin~ All advertisements in newspapers or other media will reflect our Equal Employment Opportunity Employer posture. Female referrals will be solicited from all recruiting sources. Kimley-Horn’s current positions could be filled by any qualified female or male. 3oh Policies and Practices As indicated in the "Policy" Statement contained on pages I and 2 of this Plan, Kimley-Horn and Associates adheres to the prohibition of discrimination against any err~Ioyee or prospective employee on the basis of sex. o Employees of both sexes have an equal opportunity to any available job that they are otherwise qualified to perform. There are no distinctions based upon sex in employment opportunities, wages, fringe benefits, hours or other conditions or employment. There are no distinctions made between married unmarried persons of either sex. or The company provides appropriate physical facilities for both sexes. Female employees are allowed, to work the same-number of hou’rs~ qualify for and hold any job, and perform any task for which they are qualified. To our knowledge, there are no so-called "protective" laws in any of our operating areas that are in conflict with this Kimley-Horn Policy. Women are not penalized in their conditions of employment because of childbearing, and are granted medical leave privileges to assure this is not a hindrance to full and meaningful employment. The Kimley-Horn Retirement and Pension Plans makes no distinction whatsoever between male or female employees. All educational and training programs are equally availabte to members of both sexes and are monitored to ensure that this policy is being followed. Progression System The I<imley-Horn and Associates prof~,ression lines are not based upon the sex of the incumbent employee. Do Wa ean Sd alar S stem The wage and salary system is based on the experience, education and skill required of each }ob classification in relation to the prevailing area wages for the particular job. No distinction is made between members of either sex within a job classification or between organizations the same classification. Review of Employment and Promotion Procedures A comprehensive review of all procedures pertinent to the equal opportunity program will be made on an annual basis to ensure that even inadvertent discriminator.y items are eliminated. All persons will be given an equal opportunity for employment.. Our selection and hiring procedures’ will not be used to eLiminate any applicant on the basis of his race, color, religion, national origin, sex, or age, except where sex is a bona fide occupational qualification. The selection process will be reviewed on an annual basis to ascertain that established procedures are being followed. ~]ob descriptions have been developed and verified for the specific purpose of standardizing the education, experience, and/or skills required for each job. E, li~ibility Yor Other Em_ployment Benefits Participation in programs incidentai to employment with Kimley-Horn and Associates is, and will continue to be, available to all personnel regardless o~ rel~ion, sex, ethnic, racial, or place of birth considerations. Every Kimley-Horn employee has the right to take part in all company-sponsored recreational activities and training programs, and to use all company ~acilities on an equal basis with all other employees. The charters and/or constitutions of all company-sponsored clubs or activities have, and will continue to be, reviewed to ascertain that no employee is excluded from participation or membership through i any practice or rule that is discriminatory. All minority and female personnel will continue to be urged and invited to participate in all company-sponsored recreational activities and training programs. Participation levels will be continuously monitored to determine if any problem areas exist or develop. Determination and Monitorin~ of Labor Market The availability of minorities and females in the local and re.~ionaI labor areas is an essential element in our equal opportunity program. In order to determine and monitor the labor market at each company location, the firm has established liaison with Federal Employment Security Commission offices in each office location and with various educational institutions in each location. These organizations will provide the firm with accurate statistics on the availability of people at each location. Other Factors Kimley-Horn and Associates, Inc., being a support organization for a varied number of proiect~ for government agencies, is subject to periodic fluctuations in its work force projection due to changes in contract staffing requirements. It has been our experience over the years that the uncertainty of employment stability in government- funded projects, coupled with the increased demands by consumer- oriented and educational organizations for professional personnel, has had a drastic effect on our retention and recruiting efforts. These factors, in conjunction with the intense regional and national competition for the comparatively few minority and female talents available, continue to pose obstacles in at~acting sufficient minority and female candidates desired. We will continue to do everything feasible to overcome these obstacles and to meet or exceed our established goals for minoritie~ and females. 5, Affirmative Action Goals for the State of California for 1995-1996 Continue a formal college recruitment program designed to attract minority and female applicants for professional positions. This includes on-campus interviews scheduled at a minimum of two major universities in California. I-fire at least two professionals or technical employees from a minority group during the year. I-fire at least two female professional or technical employees during the year. Participate in at least one minority or female career fair. Continue to utilize minority-owned and female-owned professional firms, consultants, and suppliers in the operation of Kimley-Horn’s business activities. Contract at least $240,000 in calendar yea[. 1995 to minority or female-owned professional firms, consultants, and suppliers in California. Continue active participation of our professional staff in community activities to attract minorities to careers in the engineering and planning professions. P, AEEO~AAGOAI.S.CA Progress Report on Affirmative Action Goals for the State of California 1994-1995 GOAL - Continue a formal college recruitment program designed to attract minority and female applieants for professional positions. This includes on-campus interviews scheduled at a minimum of two major universities in California. PROGRESS - During the period May 1, 1994, through April 30, 1995, Kimley-Hom recruited at the following: Harvey Mudd College San Diego State University Cal Poly at Pamona Cal Poly at San Luis Obispo GOAL - Hire at least three professional or .technical employees from a minority group during the year.. PROGRESS -During the period May 1, 1994, through April 30, 1995, Kimley-Horn hired three minority professional employees. Of the active professional employees hired in California since May 1, 1994, 30 percent are from minority groups. In addition tothe two minority professionals hired, a minority professirnal has accepted Kimley-Horn’s offer for employment with an anticipated start date during the summer of 1995. GOAL - Hire at least three female employees in the professional or technical category during the year. PROGRESS - During the period May 1, 1994, through April 30, 1995, Kimley-Horn hired two women professionals. Of the professional employees hired in California since May 1, 1994, 25 percent are females. In addition to hiring new female professionals, Kimley-Hom increased the duties and responsibilities of a female professional who was hired on a part-time basis in 1993, and changed her status to full time in 1994. GOA__I,~ - Participate in at least one minority or female career fair. PROGRESS - Kimley-Horn participated in a minority recruitment fair at San Diego State University. _ RAEEO~AAOOALS.CA 2 GOAL - Continue to utilize minority and female-owned professional firms, consultants, and suppliers in the operation of Kimley-Horn’s business activities. Contract at least $200,000 in calendar year 1994 to minority or female-owned professional firms, consultants, and suppfiers. PROGRESS - During calendar year 1994, Kimley-I-Iorn and its subsidiaries paid over $260,000 to minority and women-owned firms with California addresses. GOAL - Continue active participation of our professional staffin community activities to attract minorities to careers in the engineering and planning professions. PROGRESS -Kimley-Horn participated in a career-shadowing program for minority engineering students at San Diego State University. One of Kimley-Horn’s human resource professionals serves on the advisory board for MESA (Math, Engineer, Science and Achievement) for minority engineering programs at San Diego State University. In addition to these career development activities, one of Kimie~,-ttorn’s professionals serves as chairperson of the Parks and Recreation Committee for Encintas, which seeks to provide recreation for at-risk and disadvantaged youth. Pc~EEOiAAGOALS.CA 3 EXHIBIT CERTIFICATION OF CONSULTANT I HEREBY CERTIFY that I am the //~le~7- /~~- and duly authorized representative of the firm’~of KIMLEYrHORN AND ASSOCIATES, INC. ; whose address is 5776 Stoneridge Mall Road, Suite #180, Pleasanton, CA 94588, and that, except as hereby expressly stated; neither I nor the above firm that I represent have: (a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other Consideration, any firm or person (other than a bona fide employee working solely for me or the above consultant) to solicit or secure this agreement; nor (b) Agreed, as an express~ or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out the agreement; nor (c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above consultant) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring.or carrying out this agreement. I acknowledge that this Certificate is to be made available to the California Department of Transportation (Caltrans) in connection with this agreement involving participation of Federal-aid Highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Signature i 970528 lac 0031558