Loading...
HomeMy WebLinkAbout2001-11-13 City Council (2)City of Palo Alto .......................................................................................................................................................................... CitY Manage ’s Rep°rt I 1 TO: FROM: HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: PLANNING DATE:NOVEMBER 13, 2001 CMR:415:01 SUBJECT:APPROVAL OF CONSULTANT CONTRACT WITH TJKM IN THE AMOUNT OF $74,809 FOR PROVISION OF A CITY OF PALO ALTO CITYWIDE TRAVEL DEMAND MODEL (RFP#136950) RECOMMENDATION Staff recommends that Council approve and authorize the Mayor to execute the attached contract with TJKM in the amount of $74,809, for provision of a City of Palo Alto citywide travel demand model. BACKGROUND The City of Palo Alto’s existing computer traffic demand simulation!projection model was created in 1995. In the past six years there have been a number of changes that require major improvements in the Palo Alto travel model database and capabilities. Some of those changes are: 1) development and redevelopment within the City and surrounding communities has had a significant impact on Palo Alto travel patterns; 2) the 1998-2010 Comprehensive Plan placed great emphasis on reducing solo-occupant motor vehicle use through development of alternative transportation modes; 3) the Metropolitan Transportation Commission (MTC) has substantially upgraded and the Santa Clara Valley Transportation Authority (VTA) is in the process of upgrading their regional travel models to provide the capability of forecasting transit and bicycle travel, as well as personal motor vehicle demand; and 4) the Transportation Division was directed to prepare an annual report on conditions and trends in Palo Alto’s transportation system (CMR:241:99), a task that requires an updated and more sophisticated travel demand model. On September 19 the Policy and Services Committee reviewed a draft scope of services for the travel demand model update and upgrade project. The Committee recommended that the draft scope of services be amended to include development of analytical tools to forecast pedestrian travel demand and level of service. The scope has been amended to include provision of a pedestrian travel demand sub-module, to be run as part of multimodal (personal passenger vehicle, transit, cycling, and pedestrian modes) demand forecasting. The staff report to the Policy and Services Committee is appended as Attachment A. The Travel Demand Management consultant services contract and revised Scope of Work is appended as Attachment B. CMR:415:01 Page 1 of 3 DISCUSSION Project Description The work to be performed under the contract is for substantial update and upgrade of Palo Alto’s computer traffic demand model. Work tasks entail updating land use and socioeconomic information (including any relevant changes in the street network), adjusting model parameters to adequately simulate year 2001 and project future (to the year 2025) trip generation and distribution, and developing a modal choice (solo occupant auto, rideshare, transit, cycling) forecasting capability for Palo Alto’s travel demand model. All of these elements are to be consistent with parameters, assumptions, and capabilities of MTC and VTA regional travel demand models. The travel demand model update and upgrade project will contribute to Council’s directive to Transportation staff to prepare an annual report on existing conditions and trends in Palo Alto’s transportation system. The model will also support accurate evaluation of the traffic impacts of proposals for significant land development and redevelopment. Two other major applications of the upgrades and updated travel modeling capability include: 1) identification of opportunities for new or improved transit routes and cycling facilities serving Palo Alto; and 2) help to inform transportation and land use decision-making in Palo Alto through provision of answers to "what if?." questions pertaining to the impact of changes in land use or transportation facilities. Selection Process Staff sent a request for proposals to 49 engineering consulting firms in June of this year. Firms were given 28 days to respond to the request. A total of three firms submitted proposals. Proposals ranged from $74,809 to $85,000. [It should be noted that one responding firm estimated the project in two phases: basic ($75,000) and enhanced ($225,000). Only the basic phase is included in the above cost range.] A selection committee consisting of Transportation Division and Public Works Department staff reviewed the proposals, and all three firms were invited to participate in oral interviews on August 28. Each firm’s qualifications and submittal in response to the RFP were evaluated relative to the following criteria: 1) experience in computer demand model update and upgrade; 2) familiarity with MTC and VTA regional travel demand models; 3) experience in modeling transit and bicycle travel demand; and 4) familiarity with Palo Alto transportation facilities and services. Staff selected TJKM because it demonstrated the greatest technical sophistication and was the most responsive of the three firms in addressing project requirements. RESOURCE IMPACT The Transportation Division’s 2001-2001 budget includes $75,000 for this project. CMR:415:01 Page 2 of 3 POLICY IMPLICATIONS This recommendation is consistent with existing City policies. ENVIRONMENTAL REVIEW The travel demand model update and upgrade project is exempt from CEQA review. ATTACHMENTS A. CMR:353:01, Citywide Travel Demand Model Project Scope of Services B. TJKM Contract PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: JOSEPH KOTT Chief Transportation Official Interim Director of Planning and Community Environment Assistant City Manager CMR:415:01 Page 3 of 3 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND TJI<M TRANSPORTATION CONSULTANTS FOR CONSULTING SERVICES This Contract No.is entered into by and between the CITY OF PALO ALTO, a chartered city and a municipa! corporation of the State of California ("CITY"), and TJKM TRANSPORATION CONSULTANTS, a California corporation, located at 4234 Hacienda Drive,Suite I01,Pleasanton,CA 94588("CONSULTANT"). RECITALS: WHEREAS} CITY desires certain professional consulting services ("Services") and the preparation and delivery of, without limitation, one or more sets of documents, drawings, maps, plans, designs, data, calculations, surveys, specifications, schedules or other writings ("Deliverables") (Services and Deliverab!es are, collectively, the "Projec~t’), as more fully described in Exhibit "A"; and WHEREAS, CITY desires to engage CONSULTANT, including its employees, if. any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONSULTANT has offered to complete the Project 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.! This Contract will commence on the date of its execution by CITY, and will terminate upon the completion of the Project, unless this Contract is earlier terminated by CITY. Upon the receipt of CITY’s notice to proceed, CONSULTANT will commence work on the initial and subsequent Project tasks in accordance with the time schedule set forth in Exhibit "A’. Time is of the essence of this Contract. In the event that the Project is not completed within the time required through any fault of CONSULTANT, CITY’s city manager will have the option of extending the time schedule for any period of time. This provision wil! not preclude the recovery of damages for delay caused by CONSULTANT. SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS 2.1 The scope of Services and Deliverables constituting the Project wil! be performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described be!ow. 011030 syn 0090869 2.2 CITY may order substantial changes in the scope or character of the Basic Services, the Deliverables, or the Project, either decreasing or increasing the amount of work required of CONSULTANT. In the event that such changes are ordered, subject to the approva! of CITY’s City Council, as may be required, CONSULTANT will be entitled to ful! compensation for all work performed prior to CONSULTANT’s receipt of the notice of change and further wil! 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 CONSULTANT commences the performance of any such change in work. 2.3 Where the Project entails the drafting and submission of Deliverables, for example, construction plans, drawings, and specifications, any and all errors, omissions, or ambiguities in the Deliverables, which are discovered by CITY before invitations to bid on a construction project (for which the Deliverab!es are required) are distributed by CITY, wil! be corrected by CONSULTANT at no cost to CITY, provided CITY gives notice to CONSULTANT. 2.4 Any and all errors, omissions, or ambiguities in the Deliverables, which are discovered by CITY after the construction contract is awarded by CITY, wil! be performed by CONSULTANT, as follows: (a) at no cost to CITY insofar as those Services, including the Basic Services or the Additional Services, as described below, or both, wil! result in minor or nonbeneficial changes in the construction work required of the construction contractor; or (b) at CITY’s cost insofar as those Services, including the Basic Services or the Additional Services, or both, will add a direct and substantial benefit to the construction work required of the construction contractor. The project manager in the reasonable exercise of his or her discretion will determine whether the Basic Services or the Additiona! Services, or both, will contribute minor or substantial benefit to the construction work. SECTION 3. CONSULTANT QUALIFICATIONS,STATUS, AND DUTIES OF 3.1 CONSULTANT represents andwarrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services and Deliverables. CONSULTANT further represents and warrants that the project director and every individual, including any consultant (or contractors), charged with the performance of the Services 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, and that the Project will be executed by them or under their supervision. 011030 syn 0090869 CONSULTANT will furnish to CITY for approval, prior to execution of this Contract, a list of al! individuals and the names of their employers or principals to be emp!oyed as consultants. 3.2 In reliance on the representations and warranties set forth in this Contract, CITY hires CONSULTANT to execute, and CONSULTANT covenants and agrees that it wil! execute or cause to be executed, the Project. 3.3 CONSULTANT will assign Gary Kruger as the project director to have supervisory responsibility for the performance, progress, and execution of the Project. Dr. Jia Hao Wu will be assigned as the project coordinator who will represent CONSULTANT during the day-to-day work on the Project. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director or project coordinator for any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior written approval of the project manager. 3.4 CONSULTANT represents and warrants that it will: 3.4.1 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 Project; 3.4.2 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 emp!oyed under this Contract and any materials used in CONSULTANT’s performance of the Services; 3.4.3 At all times observe and comply with, and cause its employees 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 3.4.4 Will 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 the Deliverabies. 3.5 Any Deliverables given to, or prepared or assembled by, CONSULTANT or its consultants, if any, under this Contract wil! become the property of CITY and will not be made available to any individual or organization by CONSULTANT or its consultants, if any, without the prior written approval of the city manager. 3.6 CONSULTANT will provide CITY with two (2) copies of any documents which are a part of the Deliverab!es upon their completion and acceptance by CITY. 3011030 syn 0090869 3.7 If CITY requests additional copies of any documents which are a part of the De!iverables, CONSULTANT will provide such additional copies and CITY wil! compensate CONSULTANT for its duplicating costs. 3.8 CONSULTANT will be responsible for employing or engaging al! persons necessary to execute the Project. All consultants of CONSULTANT wil! be deemed to be directly controlled and supervised by CONSULTANT, which wil! be responsible for their performance. If any employee or consultant of CONSULTANT 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 consultant wil! be discharged immediately from further performance under this Contract on demand of the project manager. 3.9 Inthe execution of the Project, CONSULTANT and its consultants, if any, will at al! times be considered independent contractors and not agents or employees of CITY. 3.10 CONSULTANT will perform or obtain or cause to be performed or obtained ~ny and all of the following Additiona! Services, not included under the Basic Services, if so authorized, in writing, by CITY: 3.10.1 Providing services as an expert witness in connection with any public hearing or meeting, arbitration proceeding,or proceeding of a court of record; 3.10.2 Incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 3.10.3 Performing any other Additional Services that may be agreed upon by the parties subsequent to the execution of this Contract; and 3.10.4 Other Additional Services now or hereafter described in Exhibit "A" to this Contract. 3.11 CONSULTANT will be responsible for employing al! consultants deemed necessary to assist CONSULTANT in-the performance of the Services. The appointment of consultants must be approved, in advance, by CITY, in writing, and must remain acceptable to CITY during the term of this Contract. SECTION 4. DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished the services listed in Exhibit "A" and such information regarding its requirements applicable to the Project as may be reasonably requested by CONSULTANT. 011030 syn 0090869 4.2 CITY will review and approve, as necessary, in a timely manner the Deliverables and each phase of work performed by CONSULTANT. CITY’s estimated time of review and approva! wil! be furnished to CONSULTANT at the time of submission of each phase of work. CONSULTANT acknowledges and understands that the interrelated exchange of information among CITY’s various departments makes it extremely difficult for CITY to firmly establish the time of each review and approva! task. CITY’s failure to review and approve within the estimated time schedule wil! not constitute a default under this Contract. 4.3 The city manager will represent CITY for all purposes under this Contract. Joseph Kott is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Project, and wil! be assisted by David Stillman, the project coordinator. 4.4 If CITY observes or otherwise becomes aware of any default in the performance of CONSULTANT, CITY will use reasonable efforts to give written_notice thereof to CONSULTANT in a timely manner. SECTION 5. COMPENSATION 5.1 CITY will compensate CONSULTANT for the following services and work: 5.1.1 In consideration of the full performance of the Basic Services, including any authorized reimbursable expenses, CITY wil! pay CONSULTANT a fee notto exceed seventy-five thousand dollars ($75,000). The amount of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibit "B", on a time and materials basis, up to the maximum amount set forth in this Section. The fees of the consultants, who have direct contractual relationships with CONSULTANT, will be approved, in advance, by CITY. CITY reserves the right to refuse payment of such fees, if such prior approva! is not obtained by CONSULTANT. 5.1.2 The full payment of charges for extra work or changes, or both, in the execution of the Project-will be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the city manager. Payment will be made within thirty (30) days of submission by CONSULTANT of a statement, in triplicate, of itemized costs covering such work or changes, or both. Prior to commencing such extra work or changes, or both, the parties wil! agree upon an estimated maximum cost for such extra work or changes. CONSULTANT wil! not be paid for extra work or changes, including, without limitation, any design work or change order preparation, which is made necessary on account of CONSULTANT’s errors, omissions, or oversights. 011030 syn 0090869 5.1.3 Direct personnel expense of employees assigned to the execution of the Project by CONSULTANT will include only the work of architects, engineers, designers, job captains, surveyors, draftspersons, specification writers and typists, in consultation, research and design, work in producing drawings, specifications and other documents pertaining to the Project, and in services rendered during construction at the site, to the extent such services are expressly contemplated under this Contract. Included in the cost of direct personnel expense of these employees are salaries and mandatory and customary benefits such as statutory emp!oyee benefits, insurance, sick leave, holidays and vacations, pensions and similar benefits. 5.2 The schedule of payments will be made as follows: 5.2.1 -Payment of the Basic Services will be made in monthly progress payments in proportion to the quantum of services performed, or in accordance with any other schedule of payment mutually agreed upon by the parties, as set forth in Exhibit "B", or within thirty (30) days of submission, in triplicate, of such requests if a schedule o~ payment is not specified. Final payment wil! be made by CITY after CONSULTANT has submitted al! Deliverab!es, including, without limitation, reports which have been approved by the project manager. 5.2.2 Payment of the Additional Services will be made in monthly progress payments for services rendered, within thirty (30) days of submission, in triplicate, of such requests. 5.2.3 No deductions will be made from CONSULTANT’s compensation on account of penalties, liquidated damages, or other sums withheld by CITY from payments to. general contractors. SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS 6.1 Records of the direct personnel expenses and expenses incurred in connection with the performance of Basic Services and Additional Services pertaining to the Project wil! be prepared, maintained, and retained by CONSULTANT in accordance with generally accepted accounting principles and will be made available to CITY for auditing purposes at mutually convenient times during the term of this Contract and for three (3) years fol!owing the expirati.on or earlier termination of this Contract. 6.2 The originals of the Deliverables prepared by or under the direction of CONSULTANT in the performance of this Contract will become the property of CITY irrespective of whether the Project is completed upon CITY’s payment of the amounts required to be paid to CONSULTANT. These originals wil! be delivered to CITY without additional compensation. CITY will have the right to utilize any fina! and incomplete drawings, estimates, specifications, and any other documents prepared hereunder by 011030 syn 0090869 6 CONSULTANT, but CONSULTANT disclaims any responsibility or liability for any alterations or modifications of such documents. SECTION 7. INDEMNITY 7.1 CONSULTANT agrees to protect, indemnify, defend and hold harmless CITY, its Counci! members, officers, employees and agents, from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other !oss, caused by or arising out of CONSULTANT’s, its officers’, agents’, consultants’ or emp!oyees’ negligent acts, errors, or omissions, or willfu! misconduct, or conduct for which applicable law may impose strict liability on CONSULTANT in the performance of or failure to perform its obligations under this Contract. SECTION 8. WAIVERS 8.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Contract or of the pro~fsions of any ordinance or law will not be deemed to be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violation of the same or of any other covenant, term, condition, provision, ordinance or law. The subsequent acceptance by either party of any feeor other money which may become due hereunder wil! not be deemed to be a waiver of any preceding breach or violation by the other party of any covenant, term, condition or provision of this Contract or of any applicable law or ordinance. 8.2 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 9. INSURANCE 9.1 CONSULTANT, at its sole cost and expense, will obtain and maintain, in ful! force and effect during the term of this Contract, the insurance coverage described in Exhibit "C", insuring not only CONSULTANT and its consultants, if any, but also, with the exception of workers’ compensation, emp!oyer’s liability and professiona! liability insurance, naming CITY as an additional insured concerning CONSULTANT’s performance under this Contract. 9.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Rating Guide ratings of A:VII or higher which are admitted to transact insurance business in the State of California. Any and all consultants of CONSULTANT retainedto perform Services under this Contract wil! 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. O11030 syn 0090869 9.3 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 approva! 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 the CITY’s city clerk thirty (30) days’ prior written notice of such cancellation or alteration, and that the City of Palo Alto is named as an additiona! insured except in policies of workers’ compensation, emp!oyer’s liability, and professiona! liability insurance. Current certificates of such insurance will be kept on file at al! times during the term of this Contract with the city clerk. 9.4 The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and tota! 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 i0. WORKERS’ COMPENSATION i0.i CONSULTANT, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the State of California which require every emp!oyer 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 wil! comply with such provisions, as applicable, before commencing the performance of the Project. PROJECT SECTION II. TERMINATION OR SUSPENSION OF CONTRACT OR ii.i The city manager may suspend the execution of the Project, in whole or in part, or terminate this Contract, with or without cause, by giving thirty (30) days’, prior written notice thereof to CONSULTANT, or immediately after submission to CITY by CONSULTANT of any completed item of Basic Services. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance under this Contract. 11.2 CONSULTANT may terminate this Contract or suspend its execution of the Project by giving thirty (30) days’ prior written notice thereof to CITY, but only in the event of a substantia! failure .of performance by CITY or in the event CITY indefinitely withholds or withdraws its request for the initiation or continuation of Basic Services or the execution of the Project. 011030 sya 0090869 11.3 Upon such suspension or termination by CITY, CONSULTANT wil! be compensated for the Basic Services and Additional Services performed and Deliverables received and approved prior to receipt of written notice from CITY of such suspens±on or abandonment, together with authorized additiona! and reimbursable expenses then due. If the Project is resumed after it has been suspended for more than 180 days, any change in CONSULTANT’s compensation will be subject to renegotiation and, if necessary, approva! of CITY’s City Counci!. If this Contract is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY, as such determination may be made by the city manager in the reasonable exercise of her discretion. 11.4 In the event of termination of this Contract or suspension of work on the Project by CITY where CONSULTANT is not in default, CONSULTANT wil! receive compensation as follows: 11.4.1 For~pproved items of services, CONSULTANT will be compensated for each item of service fully performed in the amounts authorized under this Contract. 11.4.2 For approved items of services on which a notice to proceed is issued by CITY, but which are not fully performed, CONSULTANT wil! be compensated for each item of service in an amount which bears the same ratio to the total fee otherwise payable for the performance of the service as the quantum of service actually rendered bears to the services necessary for the full performance of that item of service. 11.4.3 The total compensation payable under the preceding paragraphs of this Section will not exceed the payment specified under Section 5 for the respective items of service to be furnished by CONSULTANT. 11.5 Upon such suspension or termination, CONSULTANT will deliver to the city manager immediately any and al! copies of the Deliverables; whether or not completed, prgpared by CONSULTANT or its consultants, if any, or given to CONSULTANT or its consultants, if any, in connection with this Contract. Such materials will become the property of CITY. 11.6 The failure of CITY to agree with CONSULTANT’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 CONSULTANT to fulfill its obligations under this Contract. 011030 syn 0090869 SECTION 12. ASSIGNMENT 12.1 This Contract is for the personal services of CONSULTANT, therefore, CONSULTANT wil! not assign, transfer, convey, or otherwise dispose of this Contract or 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 wil! not be deemed to be a consent tm any subsequent assignment. Any ass<gnment made without the approva! of CITY 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 13. NOTICES 13.1 All notices hereunder will be given, in writing, and mailed, postage prepaid, by certified mail, addressed as fol!ows: To CITY:Office of the City Clerk City of Palo Alto Pos~ Office Box 10250 Palo Alto, CA~ 94303 To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 14. CONFLICT OF INTEREST 14.1 In accepting this Contract, CONSULTANT 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. 14.2 CONSULTANT further covenants that, in the performance of this Contract, it will not employ contractors or persons having such an interest mentioned above. CONSULTANT certifies that no one who has or wil! 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. SECTION 15. NONDISCRIMINATION 15.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of persons under this Contract because of the’ age, race, color, nationa! origin, ancestry, religion, disability, sexual preference or gender of such person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONSULTANT agrees to meet all requirements of the Palo Alto Municipal Code pertaining to 011030 syn 0090869 10 nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "D". 15.2 CONSULTANT agrees that each contract for services from independent providers will contain a provision substantia!ly as fol!ows: "[Name of Provider] will provide CONSULTANT with a certificate stating that [Name of Provider] is currently in compliance with al! Federa! and State of California laws covering nondiscrimination in emp!oyment; and that [Name of Provider] wil! not discriminate in the employment of any person under this contract because of the age, race, co!or, national origin, ancestry, religion, disability, sexua! preference or gender of such person." 15.3 If CONSULTANT 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 p~rformance of this Contract, it will be in default of this Contract. Thereupon, CITY wil! have the power to cance! 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 discrimination, as damages for breach of contract, or both. Only a finding of the State of California Fair Emp!oyment Practices Commission or the equivalent federal agency or officer wil! constitute evidence of a breach of this Contract. SECTION 16.MISCELLANEOUS PROVISIONS 16.1 CONSULTANT represents and warrants that it has knowledge of the requirements of the federal 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. CONSULTANT wil! comply with or ensure by its advice that compliance with such provisions will be effected pursuant to the terms of this Contract. 16.2 Upon the agreement of the parties, any controversy or claim arising out of or relating to this Contract may be settled by arbitration in accordance with the Rules of the American Arbitration Association, and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. 16.3 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. Ii 011030 s~0090869 16.4 In the event that an action is brought, the parties agree that tria! 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. 16.5 The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. 16.6 This document represents the entire and integrated Contract between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written :instrument, which is signed by the parties. 16.7 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 16.8 The coven~ants, terms, conditions and provisions of this Contract wiil apply to, and wil! bind, the heirs, successors, executors, administrators, assignees, and consultants, as the case may be, of the parties. 16.9 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 provisions of this Contract and any amendments thereto will remain in full force and effect. 16.10 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. 16.11 This Contract may be executed in any number of counterparts, each of which wil! be an original, but all of which together wil! constitute one and the same instrument. 16.12 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 without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fisca! year, or (bl 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 !onger avai.lable. This Section 16.12 will take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. 011030 syn 0090869 12 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Assistant City Manager Director of Administrative Services Mayor TJKM TRANSPORTATION CONSULTANTS Name : (~i~i~ Title: TZtme: Director of Planning and Community Environment Taxpayer Identification No. Risk Manager Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "D": SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 011030 s)aa 0090869 13 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF ) ss. On .. ~I[~ ~ , 2001, before me, the undersigned, a Notary Public in ~d ~or sgid County and State, personally appeared C~.~ ~ " ~<~T- ~t~~- , personally known tome or proved to me on the basis~satisfactory evidence to be the person(~) whose name(p~ is£a~e~subscribed to the within instrument and acknowledged .to me that he/she/they executed the same in his/~i-t-h-~ir authorized capacityJ-i-e~), and that by his/b~gTh-~-kr- signature(~-L on the instrument the person(~), or the entity upon behalf of which the per~on(sj---acted, executed the instrument. WITNESS my hand and official seal. NOTARY PUBLIC- CALIFORNIA 011030 syn 0090869 14 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § I189) SS. On <~ ~ , 2001, before me, the undersigned, a Notary Public in and for said County and State, personally appeared , personally known tome or proved to me on the basis of satisfactory evidence to be the person~ whose nam~) is/~m~-e subscribed to the within instrument and acknowledged to me that he/sg~e~-t-hey executed the same in his/h~~ir authorized capacity(Le~o), and that by his/-hcr/thc--Lr signature(sJ__pn the instrument the person(s~-} or the entity upon behalf of which the person(~, acted, executed the instrument. WITNESS my hand and official seal. Signatu~=ary Public NOTARY PUBLIC- CALIFORNIA 011030 syn 0090869 15 EXHIBIT A I. KEY ISSUES AND APPROACH There are several important issues in the project. These issues involve the correct basis for model calibration, software selection, ensuring the utility of the mode! for a wide range of applications, consistency with the regional and countywide models, the operation and maintenance of the updated model, and the most efficient means of adding multi-modal forecasting functions to the model without conducting special transportation surveys. A Localized City Model Based on and Linked to the VTA Model City planning and transportation staff commonly adapt and refine countywide travel forecasting models to support their transportation and land use planning activities. City models are needed because countywide models are typically too coarse to capture the details of transportation patterns of interest at the district and neighborhood levels. However, once a city develops their own model, it requires significant staff resources--{o operate and maintain. Additionally, because the citywide models normally incorporate the entire countywide model, changes in land use and transportation networks beyond city boundaries also need to be accounted for over time. If network and land use changes accumulate over time, and are not encoded in successive local model updates, the utility of the citywide model declines until it becomes questionable. This is, in fact, the situation in Palo Alto. Expenditures in 1995 for developing the current model now need to be repeated. It would seem that avoiding the cyclic renewal and redevelopment of the Palo Alto model would be an important objective. Changes in land use and transportation network should be captured as they occur (or at least every two years) and reflected in changes to the model. Re-validation of the model should likewise be a simple, straightforward procedure, with major updates and calibration occurring perhaps once every ten years. TJKM suggests using the VTA model and revising the network in and near Palo Alto based on the current City model network and land use data. This will ensure consistency with the VTA model in general for the land use data and the travel pattern assumptions, and will meet the more detailed requirements for city traffic analysis. TJKM understands the relationships between countywide models and small area models. TJKM has recently adapted severa! countywide models to perform many local traffic studies including the Stanislaus COG model, San Joaquin COG model, Alameda CMA model, the MTC Model, and the CCTA Tri-Valley model. The traffic studies performed include traffic circulation studies, traffic impact Proposal to Provide a Cit3~-ide Travel Demand Model, in the Ci~ of Palo Alto Page 2TJKM Transportation Consultants J@, 9, 2001 studies, downtown circulation studies and others. The following examples illustrate these applications. TJKM is conducting the cross-connector study between 1-680 and 1-880 in Fremont and Milpitas. In this study TJKM needed to -k_now how many trips are attracted to the peninsula area as shown in Figure 1, which is based on the Alameda County CMA model. Cross Connector Study Attractions to Peninsula FIGLrRE 1 ATTRACTIONS TO PENE’~SULA AREA WITH TI~ ALAMEDA CMA MODEL In the Leona Quary traffic impact study, TJKM used the Alameda CMA model and revised the network to reflect the details of the project area that includes ten intersections as shown below. FIGURE 2 LEONA QUARRY TRAFFIC I.MlaACT PROJECT AREA V¢ITH TEN ~TERSECTIONS Proposal to Provide a Citywide Travel Demand Model, in the City of Palo ~lto Page 3 TJKM Tran~ortation Consultants tidy 9, 2001 In addition to professionals with in-depth training in transportation modeling, many of our staff at TJKM have previously served as city traffic engineers and planners, and completely understand the needs for a well-calibrated forecasting model. As city employees, our staff used local models for genera! plan and circulation element updates, major development and redevelopment project EIR’s, project study reports, ~ant applications, and short and long-term planning of city streets. Models also were used to develop, and then update traffic impact fee programs such as San Leandro’s Master Plan of City Streets, conducted entirely by Gary Kruger while employed by that city. A Fully Calibrated City Model Models need to be demonstrably reliable and credible. Many hearings and meetings concerning city and private plans and projects result in substantial controversy, with much of the argument over the credibility of the forecasting model. It is important that the analysis tools used in the assessments of plans and projects are above significant criticism, so that the real issues can be properly understood and addressed. __A local model should not become the primary focus of discussion or an issue as large as the question of the project or plan itself. TJKM recognizes this important issue. In some of our recent studies, TJKM has first calibrated a regional model to the local conditions. The calibration includes the review of the detail of the network in the study area, which may result in the intensification of the network (such as more links, correction of the intersection presentation and even addition of connectors). TJKM also reviews the quality of traffic counts and make sure that the calibrated model will be able to produce the link and turning movement volumes as c!ose as possible to that from the counts. It is worth noting that in addition to the validation criteria used, TJKM will also use root mean square estimation (RMSE) to measure the errors. RMSE eliminates possible offsets due to the plus and minus errors within one class of links and accumulates all the errors. RMSE methods produce much more closely calibrated models, and our results to date have been amazing. The measures of calibration used include the relative volume error (percent), relative VMT error (percent) for count posts of AM and PM, Off-Peak and the HPMS Daily VMT estimate of 2000. In both Oakland and San Joaquin County, our modeling accuracy proved only a few percentage points from observed conditions at the link and intersection level, and dead on at the Cordon and screenline levels. It is known that the estimate of the turning movements from regional models usually are poor. TJKM has developed a ullique method to obtain accurate turning movement estimates. This method called the OD based method will be presented at the Albuquerque ITE District 6 Meeting in July 2001. TJKM applied this method in Oakland for the Leona Quarry Traffic Impact Study. Figure 3 shows Proposal to Provide a Cit?avide Travel Demand Model, in the Cit3, ofPalo ~to Page 4 TJI.~ Tranqoo~ation Consultants J@, 9, 2001 the scattergram comparisons between computed and count volumes of both links and the turning movements. Figm’e 4 shows the numerical values in terms of the computed and the count link volumes. FIGURE 3 SCATTERG1L&MS FOR-’rAtE TURNLNG AND LINK VOLUMES (COMPUTED VS COUNTS) FIGURE 4 CO.~’IPARISON OF LINK VOLU/VIES BETWEEN COMlaUTED A_Nq) COUNTS Deployment of State-of-art Modeling Techniques Some recent advances in state-of-the-art modeling should be mentioned, as they might be found useful for the City of Pa!o Alto. These advances include integration of the macro-forecasting models with micro-simulation models, the use of O-D matrices and known link volumes to better estimate link and intersection turning movement volumes, and the integration of signal system detector counts with GIS, model databases and land use databases for almual updating and re-validation of model parameters. Proposal to Provide a Citywide Travel Demand Model, in the City of Palo ~to Page 5 ~K~I Tran~ortation Consultants J@ 9, 2001 TJKM has performed many projects using these techniques successfully. TJKM has used most major software packages to implement these techniques, including TransCAD, enif/EMME/2 and TP+/Viper in the GIS environment. Figure 5 shows the count posts in the SJCOO TP+ model update. Traffic Counts __for SJ. OG ModelRegion " ..°’%:’" ’. -q i S FIGURE 5 - T1LA_FFIC COUNT POSTS IN THE SJCOG MODEL UPDATE Selection of the Software These software evaluation criteria are proposed to address specific needs for Palo Alto: ¯Integration with GIS and Traffic LOS ¯Modeling capabilities (Multi-mode modeling with transit modeling capability, auto and transit assignment flexibility, large scale and comprehensiveness of the development) ¯Model data query (matrix, node, link, line, segment within an integrated environment) ¯Calibration tools (scattergram at node, link and segment level, histogram with two matrices, auto and transit OD estimation methods) ¯Computational time (traffic and transit assigrtrnent speeds) ¯Reliability (bugs, crashes and mistakes) ¯Support ability (Technical support, software support) ¯Cost (license, the training courses) Proposal to Provide a Cit3~’ide Travd Demand Model, in the CitT of Palo Alto Page 6TJI~ Transpo,~ation Consultants July 9, 2001 ¯Training classes and users conferences (regular courses and conferences) TJKM would recommends using TP+/Viper for the model update with the following reasons: 1.The City already has TP+/Viper and GIS ArcView. TP+/Viper can work with GIS ArcView in an efficient way. 2. With limited resources and budget, the use of existing software is most cost effective. 3. The model development needs to use a combination of scripts, software displays and GIS ArcView no matter which software (TransCAD or TP+/Viper or enif/EMME/2) would be used. In other words, none of the software packages provides "one-stop modeling." 4. MTC and VTA are using TP+/Viper for the regional modeling development. Thus it would be more efficient to use TP+/Viper in Palo Alto to avoid the model conversion process. This, again, is cost effective for the budgeted resources. 5.The City can use the VT.A model (or MTC model) and revise the network for the portion of the City, which minimizes the potential complication of the consistency issue with the VTA and MTC. 6.TP+/Viper is supported by the Urban Analysis Group, which supports the existing City’s Tranplan model as well. Having said this, TJKM also values other software, especially enif/EMME/2 and TransCAD. These two software packages have excellent features. TJKM can work equally well with any of the software packages in the case that Palo Alto chooses to select software other than TP+/Viper. Non-motorized Travel Modefing The city desires to forecast non-motorized travel. There is not sufficient budget in this project to develop a complete mode choice model, because travel survey data are needed, an expensive proposition. However, VTA is spending considerable resources to refine the multi-modal capabilities of the countywide model, and these efforts can be useful in providing an initial mode choice capability in the city, or local model. At the same time, the City may apply the mode choice utility functions based on the VTA and MTC models in the Palo Alto model, which can be implemented now, within the budgeted resources. Later, when the City has more experience with the use of the updated and refined model resulting from this project, it would be appropriate to develop a more detailed mode choice model specification for later integration with the local model. Proposal to Provide a Cit3~vide Travel Demand Model, in the CitT of Palo Alto Page 7 TJKM Tran~ortation Consultants J@, 9, 200I Integrated Data Base for the City Model TJKM has designed databases to store traffic counts directly from machine counts and counts from detectors in signal systems, land use data and transportation model computational results. Figure 6 shows an inte~ated transportation information system in ArcView GIS for the city of Patterson Circulation Study where there are digital pictures, tables, GIS maps, and scan maps. Figure 7 shows an integrated transportation information system in ArcView GIS for the SJCOG model update. FIGURE 6 AN INTEGRATED TRANSPORTATION ~’FORMATION SYSTEM IN PATTERSON OF CALIFORNIA Proposal to Provide a Cit3~-ide Travel Demand Model, in the City of Palo Alto Page 8 TJKM Tran~Om~ation Consultants July 9, 2001 FIGURE 7 LAND USE DATA IN FIVE SUB-REGIONS IN ARCVIEW IN THE SJCOG MODEL UPDATE GIS integration with TP+/Viper The City of Palo Alto uses the ArcView GIS package which is developed and supported by ESRI. ESRI maintains the widest array of GIS capabilities and offers extensive training courses throughout the year. TJKM suggests ArcView as the appropriate GIS software for integration with the model. We are aware of the capabilities of TransCAD and the total integration of GIS and traffic modeling in one package, and this would seem to be the obvious choice. However, though TransCAD has a fully functional GIS coupled with the travel model, there still remain needs to write extensive scripts in GISDK for model implementation in the TransCAD software. TJKM is very experienced in the use of GISDK, and believes that no more effort is required to integrate TP+ with ArcView in the model implementation than it would be to directly use TransCAD. Proposal to Provide a Cityxvide Travel Demand Model, in the City of Palo Alto Page 9 TJI~ Transportation Consultants J@ 9, 2001 The level of training for either software platform is about the same. We do not think that the apparent benefits of already-integrated modeling and GIS software are sufficient for choosing TransCAD over TP+ and ArcView. However, TJKM is fully capable of using either of these software packages if the city determines differently. TP+/Viper can work with an ArcView shape file as a layer. Thus Viper can display all the ArcView shape files as a GIS tool. Viper’s GIS tool can perform the standard GIS cordlation and integration of the GIS layers with the transportation network. This is a streamlined process. TJKM has completed a similar project recently for SJCOG in ArcView and TP+/Viper. The original modeling network was moved to the Tiger file of the road and was revised to fit to the Tiger file. Figure 8 shows the modeling network and the network of Tiger file (in Shape file format) as two separate layers. This method will reduce the amount of time as compared with starting from scratch for the model network development. Proposal to Provide a City~’ide Travel Demand Model, in the City- of Palo Alto Page 10 TJKM Tran~ortation Consultants Ju~y 9, 2OOl FIGURE 8 THE MODELENG NETWORK AFTER CONFLATION Proposal to Provide a Citywide Travel Demand Model, in the City of Palo Alto Page 11 TJKM Tran~ortation Consultants Ju~y 9, 2001 A Customized ArcView Interface for Specific Routine Traffic Model Forecasts TJKM proposes to use ArcView for the GIS interface. Fi=mare 9 shows one example of a GIS interface that is used in the SJCOG model. The mode! user can select a particular year such as 1999, or 2013 to execute the model run for the year. The menu starts a macro that lists the files and computational procedures to be used in the model run. This automates the preparation of the "job stream," or instructions to the modeling software for making a specific model run. FIGURE 9 A MENU FOR TI-IE COS’[PUTATION OF YEARS 1999, ...,2025 rN ARCVIEW Proposal to Provide a Cit?avide Travel Demand Model, in the CitT of Palo Alto Page 12 TJ~ Transpo,~ation Consultants July I0, 2001 II. SCOPE OF SERVICES TJKM will provide an updated, and carefully calibrated travel forecasting model for the City of Palo Alto along with easy to use menus and routines for continued use of the model over time. Additionally, we believe our work can lead to a cost- effective, amaual update of the model in conjunction with certain modeling and other activities of the VTA. The Congestion Management Agency land use monitoring coupled with the Congestion Management System monitoring should be useful tools in updating land use and network data beyond city boundaries. Within the city, of course, land use can be more precisely updated, and the city’s new centralized signal system (e.g., Naztec, icons, or Eagle) can (and should) be designed to update traffic volume data on the network. The land use and volume data are needed for checking the calibration of the model. TJKM will perform the following tasks for a budget of $75,000 within nine months of execution of a ~vritten agreement. If additional time is required for TJKM to collect data from the City or VTA, the time of completion of related tasks will be extended. The City and TJKM will discuss and mutually agree in writing to the revised completion dates. The tasks indicated in the following table are described as follows. Tasks System Analysis (Task 1) DevelopModel Network (TasR 2) Model Development (Task 3) Model Calibration and Validation (Task 4) Future Demand Forecasting (Task 5) Model and GIS integration (Task 6) Documentation (Task7) Task 1: System Analysis Objective TJKM will perform an in-depth system analysis of all issues regarding the model development, determine the model specification and the data requirement and provide a feasible implementation design. Approach TJKNI staff has performed similar analyses for various organizations and has developed a unique method for the analysis. Subtask 1.1. Modeling region. With a basic investigation of current data and surveys, TJKM will determine the modeling region, the entire extent of the land use and network files used in the modeling process. This region could encompass Proposal to Palo Alto Cit3~dde Travel Demand Model TJK34 Tran@o~¢ation Consultants Page 13 Juno, 9, 2001 the MTC nine-c0unty area (at a simplified scale) or could use the sane modeling region as the VTA model. Subtask 1.2. Data availability. TJKM will determine specific data to be used in computations, which may include the local model data (network and land use data), volumes (including turn counts), travel time and distance distribution, GIS data, reports and local road and transit maps. Subtask 1.3. Model structure and specification. Based on the discussion with the City and other information, TJKM will determine the zonal structure, model structure and specification with a computational flow chart. The zonal structure will be consistent with the latest TAZ structure recently submitted to the Census Bureau under the CTPP 2000/TAZ Verify Pro~am. As discussed in the last section, the final modeling network includes all the zones as detailed as the local models with a set of ensembles of the City zones. Subtask 1.4. Development of naming convention of the files and variables. TJKM will use the naning convention in the implementation of the model. This will ensure accurate coordination of the various independent work products and the continuation of the process. Subtask 1.5. Future year selection and criteria. TJKM will analyze the furore year selection based on the future year selection by VTA and MTC (and the City’s requirement). Generally, TJKM recommends using the same future year as VTA, which is consistent with MTC and ABAG. Subtask 1.6. Develop work plan and schedule. After consultation with the City, refine proposed work plan and project schedule. Data Requirement 1. Model and data of the City and the VTA. TJKM will use the offic!al written request from the City to obtain the model and data from VTA. Deliverables 1. Technical memo 2. One meeting with the City for the model specification Task 2: Develop Model Networks Obiective This task is to develop the city model network based on the VTA regional model network including the road network and transit lines. Approach Subtask 2.1. Network conflation. TJKM will combine the VTA network and the city model network based on the most recent TIGER files, or city GIS files as a base map. Subtask 2.2. Network refinement. TJKM will refine the modeling network with network moving, snapping, link and line editing, and especially, densification of traffic analysis zones for city applications of the model. In this case, TJKM will Proposal to Palo Alto Cit2-,vide Travel Demand Model TJKM Transportation Consultants Page 14 July 9, 2001 use Viper to perforrn this task. All major existing intersections should be correctly represented. Subtask 2.3. Transit network development. TJKM will use the TIGER file as a background to develop the transit lines with Viper, which is a translation of the VTA, Caltrain and ACE transit lines. Subtask 2.4. Data verification. TJKM will verify both auto and transit network attribute development and verification for speed, distance, lanes, capacity, area type, volumes, volume delay function, class, transit line frequency, line speed, boarding and alighting permitted at the bus stop, etc. Subtask 2.5. GIS map preparation. TJKM will create the modeling network and transit line maps in Viper. Deliverables 1.TP+,Wiper files with the auto network and transit lines 2.Auto network and transit lines in ArcView shape file format 3.An integrated transportation information System in GIS Task 3: Model Developme~ Objective TJKM will develop an integrated transportation model in TP+/Viper with an optional ArcView user interface based on the model specification. Approach Subtask 3.1. Traffic analysis zone (TAZ) data update. The VTA TAZ data are presumed to be current and up to date. However, TJKM shall also allocate the VTA TAZ data to the smaller TAZ in the City model using City-provided land use data. Subtask 3.2. Trip generation. TJKM will determine the trip rates based on the ITE rate for the city area together with the VTA model trip rates. Subtask 3.3. Utility components such as travel time, travel distance and transit time, etc. TJKM will determine the utility functions with parameters. Subtask 3.4. Trip distribution models by region (special generators), purpose, period and class. Subtask 3.5. Nested logit mode choice models by region, purpose, period and class. TJKM will determine the parameters for the nested logit models based on demand modeling experience, VTA parameters and Quick Response Transferable Parameters. The model will include the modes such as drive alone, rideshare, and transit as indicated by the VTA model, and additional sub-models for bicycles and pedestrians. Subtask 3.6. Traffic assigrmaents and transit assignments. TJKM will also determine the parameters for the assignments based on the current VTA model. Subtask 3.7. Model implementation. TJKM will develop the TP+ scripts to form a complete model. Proposal to Palo Alto Citywide Travel Demand Model TJKM Tranqoortation Consultants Subtask 3.8. Model imegration with ArcView. TJKM will work to develop a customized GIS interface. Subtask 3.9. Test runs and procedure verifications. Data Requirement None DeliverabIes 1. Technical memo on the model integration with GIS Task 4: Model Calibration and Validation Ohiective TJKM will use the standard model calibration and validation procedures such as the Caltrans Forecast Guidelines, NCHRP Reports # 255, #365 and NARC Regional Modeling Guideline, which describes the use of the RSME measure. The baseline year can be either 2000 or 2001 depending on the traffic count availability. However the parameters and calibration matrices of year 2000 will be used to the future demand forecasting. Approach Subtask 4.1. Traffic count database development in the modeling network that includes both the link and turning movement volmnes of the base year by AM and PM. Subtask 4.2. Model validation individually for trip generation, trip distribution, mode choice and assignments, and then with all together. The travel length and time distributions from the model will be reviewed as compared with that from the survey, which should be close enough in terms of the matrix histo~ams by purposes and classes and modes. Subtask 4.3. OD estimations in auto and transit. The obtained OD demand matrices by mode such as the auto and transit will be revised to reflect local road and line counts with the OD estimation technique. This method has been widely used with a great success. Subtask 4.4. Result comparisons in matrix histogram and link scattergram with the RMSE approach. The calibration results will be presented and reviewed with the City in several iterations. Examples are provided in the last section. The required results specified in RFP will be provided. Data Requirement 1. Traffic counts in 2000 Deliverables 1. Technical memo for the calibration results Proposal to Palo Alto Citywide Travel Demand Model TJI,~/I Transportation Consultants Page 16 Jub, 9, 2001 Task 5: Future Demand Forecasting Objective TJKM will use the parameters and 2000 calibration matrices (both auto and transit) to the future demand forecasting for future years. Approach Subtask 5.1. Development of future year socioeconomic and land use data. These data mainly come from the City, VTA, MTC and ABAG. Subtask 5.2. Furore year capital improvements and assumptions, which will be reflected in the modeling network. Subtask 5.3. Future year travel forecasts. The results will be reported by year, mode and purpose. Subtask 5.4. Furore accepted forecasted information plots by link volumes, mining movement volumes and demands by AM and PM. Subtask 5.5. Conduct LOS analysis and computation for freeway and arterial links and signalized intersections with the 2000 Highway Capacity Manual. The software can be Traffix, Hi~-AP 2000 or others. Data Requirement Future land use and network data Deliverables 1. Technical memorandum. Task 6: Model and GIS Integration Obiective TJKM will prepare a prototype GIS integration for the City model in a GIS environment as discussed in the last section, which will serve as a base for any further development. Approach Subtask 6.1. TJKM will organize all the data and model results in an ArcView project. Subtask 6.2. TJKM will develop a customized user interface in ArcView that can start the execution of TP+/Viper macros and query and produce certain standard reports including tables and traffic flows. Subtask 6.2. TJKM will discuss possible improvements in the GIS interface with the City, and will modify the interface as necessary. Data Requirement None. Proposal to Palo _Alto Ciwa,-ide Travel Demand Model TJKM Tran~o~ation Consultants Page 17 Jl@ 9, 2001 Deliverables 1. An ArcView Project file with menus Task 7: Documentation Obiective TJKM will prepare a full documentation for the model specification and final results of the model calibration including the user manual. Also included wil! be annual model update mad validation procedures that draw upon readily-available data and macros wittfn the model implementation. Approach Subtask 7.1. the City. TJKM wil! prepare a preliminary outline of the report for review by Subtask 7.2. TJKM will write the report including the model specification, data input (link attributes, node attributes, OD matrices), GIS maps, model calibration and validation results in a standard format. A user manual is provided to illustrate how the model can be used, updated mad re-validated. Data Requirement None Deliverables 2. Full report and a user manual 3. TP+iViper model in the terms of scripts and the ArcView project file. Task 8: Technical Meetings and Training Objective TJKM will meet with the City up to seven times and provide four hours training on the use of the model and presentation of the final results. TJKM strongly recommends that City staff take a training course from UAG in the use of TP+/Viper. Proposal to Palo Alto Cityxvide Travel Demand Model TJKM Tran~o~ation Consu#ants Page 18 ju~y 9, 2001 III. PROJECT MANAGEMENT TJKM will apply tried-and-true, irmovative project managemem techniques to assure that this project remains on schedule and within budget. To effectively manage this project, we propose to use the following tools being used in TJKM: Bi-weekly assignment checklists throughout the life of the project to ensure the project remains on schedule by proper staffing assignments for all TJKM staff. MS Project will be used for this purpose. Monthly budget review to ensure no budget overruns occur. TJKM’s customized accounting system wil! enable the project manager to track the expenditures to date each Monday morning, and ensure budget compliance of TJKM. -- Monthly progress reports to accompany each invoice, for review with the client project manager. TJKM will document work performed to date in these status reports. ¯Regular meetings with the City, to discuss profess, issues, and to receive guidance. Dr. Jia Hao Wu, Senior Associate and TJKM’s Director of ITS, will lead the project and perform much of the work. He successfully managed the implementation for the SCAG regional model, and also GIS, and TP+ model update for SJCOG. These efforts are recent, occurring in 1999 and 2000. He also is responsible for all the modeling tasks for the majority of TJKM’s current traffic studies. Mr. Gary Kruger, Principal Associate, will be serve as principle-in-charge of this project. He wil! be responsible for the quality control and the documentation review in addition to his contribution to the model development of the project. TJKM team participants are presented in the section THE TJKM TEAM. The responsibilities of each participant of TJKM are given in Figure 12. Proposal to Palo Alto Citywide Travel Demand Model TJKM Tranqoot~ation Consultants Page 19 Juh’ 9, 2001 IV. SCHEDULE TJKM Team will finish this project within one year for Phase One for a total of $75,000. All the work will be performed within the not-to-exceed total. Our schedule is shown in Figure 10. We feel the schedule is very reasonable, and we are comfortable with it. Tasks System Analysis (Task 1) Develop Model Network (Task 2) Model Calibration and Validation (Task 4) Documentation (Task 7) Technical meetings and training (Task 8) Months t 1 !I ~5’! ~6 I M = Milestone R = Report/Memorandum FIGURE 10 SCHEDULE FOR THE PROJECT Proposal to Palo Alto Citywide Travel Demand Model TJKM Transportation Consultants Page 20 /.ly 9, 2oo~ EXHIBIT B: BUDGET The milestones of the project are listed here: Milestone Completion Milestone ID Milestone Task Budget Date* Milestone one:end of Task 1 $13,701.40 2 months Milestone two:mid of Task 3 $25,365.05 4 months Milestone three:end of Task 4 $28,946.05 7 months Milestone four:end of Task 8 $ 6.796.50 9 months Total $74,809.00 *If the Agreement is executed by November 1, 2001, then completion dates for the milestones will be January 4, March 1, June 3, and August 1, 2002. TJKM will bill the City monthly for the progress work done during previous month. Upon approval of each invoice, they will become due 30 days from the date of the invoice. The distribution of budget, person hours mad task hours of TJKM Team by person and by company is listed in Figure 11, subject to revision based on availability of resources. Proposal to Provide a Citywide Travel Demand Model, in the City of Palo Alto Page 21 T[[EM Traraportation Co~ultants July 10, 2001 Transportation Consultants EXHIBIT B Rate Schedule Principal Principal Associate Senior Associate Associate Senior Engineer Engineer Contracts Director Assistant Engineer Senior Designer Designer Technical Staff Administrative Staff Production Staff 180/hour 155/hour 145/hour 130/hour 115/hour 105/hour 100/hour 95/hour 90/hour 75/hour 75/hour 65/hour 40/hour Reimbursable Expenses Plotting (per sheet) Travel Cost (per mile) 10.00 .40 Each project may be subject to initial set up and coordination fees. All outside services are billed at cost plus ten percent for handling. Expert wimess charges available upon request. Invoices are due and payable within 30 days. Invoices paid after 30 days will be subject to separate billings of one and one-half percent per month of unpaid balance. Late charges are not included in any agreement for maximum charges. Effective May 1, 2001 Rate Table 14 Rate Code 14 PAGE ~2 -7800 OF 925-463-3784 LIABILITY INSURANCEo | THIS ~,ea~ i d=iGATE I~’ ISSUED AS A MATw=A OF INFORMATIONONLY AND CONFERS NO RIGHT~ UPON THE CERTIFICATE HOLDER. THIS ¢~=R~FICATE DOES NOT AMEND, EXTEND ORALTER THE COVERAGE AFFORDED BY THE POLICIF.S BELOW, INSURER:~ AFFORDIN~ P-.~VERAGE cTJE~ Tran.spor~at!on ~23& Eaoienda Dr #Pl~asanton ~ 94~88-2721 )VE~G~ ’ ~ .... ~E POLICIES OF INSURAN~ LI~ t~u BELOW HA~ BEEN ISSUED ~ ~E INSURED NAMED ABO~ FOR ~£ POLICY P~R~OD INDICA~D, NO~ITHSTANDING ~NY R~QUIREM~NT, ~RM OR CONDI~O~ OF ANY CONTACT OR O~ER DOCUMENT ~ ~SPE~ TQ ~ICA TAIS C~FI~ ~Y BE ~SSUBD OR ~AY ~RTAIN, ~E INSURANCE AFFORD~ ~Y TH~ POLI~S DE~RIBED HEREIN (6 SU~ECT TO ALL ~E ~RMS, ~XCLUSIO~S AND CONDI~ONS OF SUCHPOLICIES. AG~REGA~ ~MI~ ~OWN ~Y HA~ 8E~ R~DUCED ~ PAiD C~S, - ~ TYPE 01~ IRSURM~C~ 768008145 DATE ~MME~IA[. Glen ERAL UAB~LDrY ANY AUTO ALL DYiNE~ ~CH]g~UI I~ AUTOS HIRED A~0S NON~WN~ A~ 7680081d5 005353-13 o~/oz!oz o~/oz/oz o~/oz/oz ~ANY AUTO "--’]OCCUR [~3 c~JhF3 MAD~ P~,J ¥ EXP-IR~TI ONDATE 0i~M iDD/YY) o.~folfo2 Zn~uran¢~ is Primary " ’ ~’" ",=-.’ . .t . ’..: PROPERTY S¢ ACC - EACH AGGRI~ATE WG¯run’ uM~ ~1,000,000 ~100,000 ~5,000 ~1,000~,~,00 !, ~Inclu~ed m I, 000,000 $ io zooooiooo ~D~UC’flB~ Wam~RS COMP~TION ANDEMP.OY£RS" OTHER ........ :’ ....~N ~ O~Of~.S/IX~.ATIONSN~IP_.LES,’F.XC~Q~ ~DED BY FJ~ORS~ME~iS~ECIAL ~OVI~IO~ G20!0 -.Cer~££ca~ holder, ddi~ion~l insur~ds per attached. ) E,L EACH ACCIDENY E.L D($EASE - EA EMPLOYE~ E,I.. DIS~SE ¯ POUCY UMIT ~I,000,000 ~1,~.0~0,000 PALO- 0 5 City Of ~alo Alto Office of ’P.2ze City Clerk P.O. Box !02~0 Polo Alto C~ 9~303 =ORD 25-S CANCl~LLATiON ,~rI~YJLD ANY OF THE ABOVE DF~CRIBED P~l~ ~ C~CE~D B~E THE ~1~ NONCE TO ~E ~R~I~ HOLD~ ~O ~ ~£ L~. ~T P~URE ~0 ~ ~ ~ NO OEU~A~ON DR ~BI~ OF ANY K~ U~N THE IN~R~, ~ ~ OR R~R~TA~ES, ~~~.~~ % ACORD COR~ON 1988 POLICY NUMBER: 768008145 COMMERCIAL GIENERAL LIABIUTY THIS ENDORSEMENTCHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided undo[ the folbw!ng: COMMERCIAL GENERAL LIABILITY COVERAGE PART, SCHEDULE Name of Person or Organization: Certificate Holder - As required by contract. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section il) is amended to include as an insured the person or organization shown Jn the Schedule, but only wi{h respect to liability adsing out of ’your work" for that insured by or for you. Section IV- Commercial General Lisbility.Oondi~ons Other Insurance a) Primary InsuranCe. This insurance is primary except when excess insurance applies. If this insurance is pdmary, our o’bligations are not affected unless any of the other insurance is also primery. Then, we wgl share with all that other Insurance by the following method described. If all the ether insurance permits contribution by equal shares, will follow this method also. Under this approach each Insurer contributes equal amounts until It has paid its applicable limit of insurance or none of the Io~ remair~ whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits, Under this method, each insurer’s share Is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers’. Form AMS 5070591 OG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 [] TJKM P~GE 82 EXHIBIT D CERTIFICATIO..N OF NONDISCRIMINATION C.,e~tifica~i0n of Nondiscrimination: As suppliers of go~Is or services to the City of Palo Alto, the firm and individuals listed below certify ~hat they do not discriminate in emplo~nent with regards to age, race, color, religion, sex, na~nal odgln, ancestry, disability, or sexual preference; that they are In compliance with all Federal, State, and lo<:al difectiws and executive orders regarding nondiscrimination in emplo~netlt THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. Signature: Name: , Signature: Name: ¯ Note:California Corporaffons Code Sedo’on 313 requires two corporate cilia, ere to execute conPacts. "The slgnatum of First Officer* must be one of the following: Chairman of the Board; President" or Vice PresidenL "*The signature of the Second Officer" rnu~ be one of the fo//owing: Secretary; Assistant <Gecre~ary; Chief Finar~ia/ OificeF, or Assistant Treasurer. (In the alternative, a certified ~rporate resolution attesting to the signatory authority of the individuals signing in their respective capacities Is acceptable) CITY OF PALO ALTO .......~,GIZ 1 OF 1