Loading...
HomeMy WebLinkAbout2001-11-19 City Council (8)City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PLANNING AND COMMUNITY ENVIRONMENT DATE: SUBJECT: NOVEMBER 19, 2001 CMR:424:01 AMENDMENT TO CONTRACT C9100821 BETWEEN THE CITY OF PALO ALTO AND KIMLEY-HORN AND ASSOCIATES IN THE AMOUNT OF $205,265 FOR THE TRAFFIC SIGNAL CONTROL SYSTEM UPGRADE PROJECT (CIP NO. 0117) RECOMMENDATION Staff recommends that Council: (1)Approve the second phase of the Traffic Signal System Upgrade project, and authorize the Mayor to execute the attached amendment to the existing contract with Kimley-Horn Associates in the amount of $205,265 (Attachment A). (2)Authorize the City Manager or his designee to negotiate and issue change order(s) up to an amount not to exceed $20,500 for any unforeseen additional work, and BACKGROUND The City has enjoyed relatively smooth operation of its traffic signal system in the past decade or more. The current signal system was installed, primarily, in the 1980s and is considered archaic by the standards of modern traffic signal technology. The signal system is beginning to break down with increasing frequency. It is becoming increasingly difficult to maintain the system either due to a lack or unavailability of spare parts or support from the vendor. In addition, staff is not able to take advantage of any Intelligent Transportation Systems (ITS) traffic management features available in newer traffic signal systems. Many of the features in newer traffic signal technology will allow staff to improve overall citywide traffic flow. For example, some neighboring cities are able to use ITS technologies, such as video detection, to remotely monitor traffic operation at intersections, implement traffic adaptive technology CMR:424:01 Page 1 of 5 (changes to signal timing in response to real-time traffic conditions) or coordinate signals with neighboring cities. DISCUSSION Due to continued problems with the current traffic signal system, Kimley-Horn and Associates, Inc. was initially hired in August 1998 to evaluate various signal control systems, controllers and cabinets and develop recommendation s for the City. The study was conducted through a series of workshop meetings with a working group, comprised of Palo Alto citizens,City staff members and a staff member from Santa Clara Valley Transportation Authority (VTA). The goals of the study were to L~CMP Intersections ~1 5205 County Monitored ¯]~i0 CffyMonitored O ilg~ C~Montlored [Caltrans lntersections,~ Not to Scale City of Palo Alto Transportation Division Tr.t’fic Sign-1 Loc.tions determine the City’s near-term and longer-term needs, to evaluate various signal system options, and to develop a plan to address the signal system requirements of the City. CMR:424:01 Page 2 of 5 The study recommended a phased implementation plan consisting of a nine-step process that would transform the City’s aging signal controllers and outdated central signal system into one that is more state of the art. Implementation of the plan would ensure continued high performance of traffic management and support the Comprehensive Plan policy to improve traffic flow through the use of computer traffic management system. The results of the study were forwarded to Council and adopted on April 17, 2000 (detailed in CMR:217:00), The original contract with Kimley-Horn has successfully been completed. Staff is recommending that the existing contract be amended to allow Kimley-Horn Associates to commence the second phase of the project, which entails selecting the centralized traffic signal control system, preparing the plans, specifications and estimates (PS&E), replacing all 89 signal controllers in the city (Figure 1), and assisting in implementation of the new system. The detailed scope of work is shown in Exhibit A attached to the contract amendment. In completing the project, the City of Palo Alto will realize the following major enhancements as well as benefits in transportation system management and operation: Base Improvements [] Ability to seek competitive bids for system replacement and maintenance, both from a technical and price perspective. [] Compliance with the recently adopted federal transportation communication protocols, allowing compatibility with national trends and current technological advancements. [] Increase efficiency in identifying failures and faster response to problems, reducing public inconvenience. Ability to integrate with other transportation tools, such as Highway Capacity software, Synchro signal timing optimization software, and Traffix software used in Congestion Management Program (CMP) intersections monitoring, etc. for a more optimal traffic management capability. Ability to create a multi-user environment for City staff members to work on transportation management issues to better maintain the transportation systems in the city. Future Capability [] Ability to integrate data and video information with other local and regional transportation management agencies to allow a coordinated regional traffic management plan. CMR:424:01 Page 3 of 5 Ability to implement a more comprehensive data collection system, such as traffic counts, and dissemination of the information to the public. Allow real-time dissemination of traffic information to the public through the Web. Allow other advanced transportation operations, such as speed sensors, etc. Ability to provide multi-mode transportation coordination between rail, transit, and other regional transportation management services. ca Traffic Adaptive System, which is the ability to adjust signal timing in response to real- time traffic conditions. RESOURCE IMPACT The total cost of the. amendment to the contract between the City and Kimley-Horn Associates to prepare the Plans, Specifications, and Estimates (PS&E), including contingencies, is $225,765. The 2001-02 budget includes a new traffic signal project in the amount of $1.27 million. Of the $1.27 million, $225,765 will be used for the preparation of the PS&E and the remainder for traffic signal system hardware and software upgrades. The $1.27 million will be reimbursed from the second Cycle Corridor Management grant funds and from previously approved Federal Regional Traffic Signal Operations Program grant funds. The total cost of the project is estimated to be $2.1 million. Staff will continue to seek other opportunities to apply for federal and state grants to fund the remainder of the total project costs. If funds are not received through the federal or state grants, then the project will be funded through the Electric Fund and recovered by increasing the traffic signal rates charged to the General Fund. POLICY IMPLICATIONS The recommended actions in this report implements Comprehensive Plan Transportation Policy T- 38, namely, to "Implement computer traffic management system to improve traffic flow when feasible." ENVIRONMENTAL REVIEW The Traffic Signal System Upgrade Project was found to be categorically exempt under a previous environmental review under National Environmental Protection Act (NEPA). CMR:424:01 Page 4 of 5 ATTACHMENTS A. Amendment No. 1 to Contract C9100821 PREPARED BY: DEPARTMENT HEAD: ASHOK AGGARWAL City Traffic Engineer LES WHITE Interim Director of Planning and Community Environment CITY MANAGER APPROVAL: EMILY HARRISON Assistant City Manager CMR:424:01 Page 5 of 5 ATTACHMENT A AMENDMENT NO. ONE TO CONTRACT NO. C9100821 BETWEEN THE CITY OF PALO ALTO AND KIMLEY-HORN AND ASSOCIATES, INC. This Amendment No. One to Contract No. C9!0082! ("Contract") is entered into on , by and between the CITY OF PALO ALTO, a chartered ci, , and a municipal corporation of the State of California ("CITY"), ~: :d KIMLEY-HORN AND ASSOCIATES, INC., a California corpo:ation, located at 5776 Stoneridge Mall Road, Suite 180, Pleasanton, CA 904588 (,,CONSUL7IkNT"). RECITALS: WHEREAS, the Contract was entered into between the parties to evaluate various signal control systems, controllers and cabinets and to develop recommendations for the City. The original contract has been successfully completed, and the City wants to amend this contract so that the CONSULTANT can commence on the second phase of the study to help select the signal hardware and also to prepare the Project Specification and Estimates for the replacement of all the 89 signa! controllers in the City; and WHEREAS, the parties wish to amend the Contract; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the parties agree: SECTION I. Section 5 is hereby amended by adding paragraph 5.1.1(b) to read as follows: "5.!.l(b) In consideration of the full performance of Phase II of the Basic Services, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed Two Hundred Five Thousand Two Hundred Sixty-Five Dollars ($205,265). The amount of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibit "B-2", on a time and materials basis, up to the maximum amount set forth in this Section. The fees of the consultants, who have direct contractua! relationships with CONSULTANT, wil! be approved, in advance, by CITY. CITY reserves the right to refuse payment of such fees, if such prior approval is not obtained by CONSULTANT." 010907 syn 0090868 SECTION 2. Section 2 is hereby amended by adding paragraph 2.1(b) to read as follows: "2.1(b) The Scope of Services and Deliverables constituting Phase II of the Project will be performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described in Exhibit "A-2". SECTION 3. Section 5 is hereby amended by adding paragraph 5.1.2(b) to read as follows: "5.1.2(b) In consideration of the full performance of Additional Services, including any authorized reimbursable expenses, CITY will pay CONSULTANT, a fee not to exceed Twenty Thousand Five Hundred Dollars ($20,500). The amount of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibit "B-2", on a time and materials basis, up to the maximum amount set forth in this section. The rate schedules may be updated by CONSULTANT only once each calendar year, and the rate schedules will not become effective for purposes of this Contract, unless and until CONSULTANT gives CITY thirty (30) days’ prior written notice of the effective date of any revised rate schedule." SECTION 4. The following exhibits to the Contract are hereby added to read as set forth in the attachments to this Amendment, which are incorporated in full by this reference: Exhibit "A-2" entitled "Scope of Services and Time Schedule - Phase II" b. Exhibit "B-2" entitled "Rate Schedule - Phase II ". SECTION 5. Except as herein modified, all other provisions of the Contract, including any exhibits and subsequent amendments thereto, shall remain in full force and effect. // // // // // // 010907 syn 0090868 IN WITNESS WHEREOF, the parties have by their duly authorized representatives executed this Amendment on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk Mayor APPROVED AS TO FORM: Senior Asst. City Attorney KIMLEY-HORN AND ASSOCIATES, INC. APPROVED: Assistant City Manager Director of Administrative Services Director of Planning and Community Environment Risk Manager Attachments: EXHIBIT "A-2": EXHIBIT "B-2": EXHIBIT "C": EXHIBIT "D": By: Name: Title: Name : -~J::, ~ S ~_ /----/"-~ ~ Title : ,A s~’ ~: c , ,.~-:~_~ Taxpayer Identification No. (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 010907 syn 0090868 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) ) ) ) notary pub i i,c~( ]~I~~in. .@nd ~or. ~p~d .o~~t y, personally appeared, personally k~nown to me (or r ed to me on the basis of satisfactory evidence) to be the person(~ whose name(~ is/ar-~-~. subscribed to the within instrument, and &cknow!edged to me that he/s!~ey executed the same in hi s / ~-t-he i r authorized capacity(~4-, and that by his/-~e£r signature (~ on the instrument the person(~, or the entity upon behalf of which the person(~acted, executed the instrument. WITNESS my hand and official s COMN. #1!7530] NOTARY PUBLIC-CALIFORNIA ALAMEDA COUN~ ]~My Co~m. Expires Mar. 5, 2002 Signatur :ary Public 010907 syn 0090868 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) ) ) ) On <-7 } before me the undersigned, a,, notary pubiic._~_in and f said. ~Cop4~t¥, personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(~ w-hose name~) is/~ subscribed to the within instrument, and acknowledged to me that he/s4~~7 executed the same in his}~ir authorized capacity(i~), and that by his/~ signature~ on the instrument the person(~, or the entity upon behalf of which the person(~ acted, executed the instrument. WITNESS my hand and official seal. Signatt{~--N~ Public 1 "~COMM. #117530 = NOTARY PUBLIC-CALIFORNIA ~ ALAMEDA COUNTY [ My Comm. Expires Mar. 5, 2002 ~ 010907 s~ 0090868 5 EXHIBIT A-2 SCOPE OF SERVICES AND TIME SCHEDULE - PHASE H Kimley-Horn and Associates, Inc. will prepare Functional Specifications, Plans, Specifications and Estimates of Probable Cost 0~S&E) for the design and implementation of the City ofPalo Alto’s signal control system (up to 89 traffic signals) and the traffic operations center (TOC), per the Signal System Master Plan. study. It is anticipated that the signal system and the TOC will be constructed in three separate phases, based on the funding availability. The TOC improvements will consist of addition of console, electronic components, monitoring equipment and other necessary components for signal system operation. No architectural modification is anticipated. Kimley-Horn will prepare up to three (3) bid packages for the City of Palo Alto. The PS&E will enable the City to bid the project with three separate contracts, depending on funding availability. Future bidding and construction support services in not included in the current scope of services. Kimley-Horn will assist the City of Palo Alto in implementation of the signal system, and will provide oversight support services for the signal system implementation and the installation of the initial signal upgrade component. Task 1 - Meetings and Project Administration Kimley-Horn will arrange for a kick-off administrative meeting within one week of the notice to proceed. Four (4) staff meetings are included in scope of services for this Phase of project. Kimley-Horn will provide a project schedule showing project meetings and project deliverables. Kimley-Horn will meet with the Transportation Division, Contracts Division, City Attorney and Utilities Departments to discuss the overall Contract Document requirements and to develop procedures for bidding the signal system and software development package. Up to Five (5) meetings are included in the scope of services. Task I Deliverables ¯Four staff meetings ¯Five coordination meetings Citywide Signal Control System Implementation Scope of Services Page 1 Task 2- Signal System Software Implementation Sub-Task 2.1 - Develop Procurement Methodology Kimley-Horn will review various procurement methods with the City to select a preferred option. Potential procurement strategies include Best Value, Low Bid, Performance Based, etc. Various procurement options are available to select the "best" system, while meeting City’s procurement standards and project requirements. These options will be evaluated and will be reviewed with the Contracting Department. Advantage and disadvantages of each option will be discussed. The most appropriate contracting procedure will be selected for developing the bidding and procurement package. Sub-Task 2.2 - Prepare Draft Contract Documents Kimley-Hom will prepare the Contract Documents for the signal system procurement. The Contract Documents will include General Provisions, Functional Requirements, and Terms and Conditions. The Contract Documents will provide in detail the functiona! requirements for system operations, system installation, system transition, system cut-over, testing and acceptance of the new signal system. Special emphasis will be placed in developing requirements for maintaining the current system, through the multi-year transitional period. Kimley-Hom will coordinate with the Contracts Division and the City Attomeys office for the preparation of the boilerplate sections of the Contract Documents. The draft Contract Documents will be submitted to the City and the Procurement office for review and comment. Sub-Task 2.3 - Prepare Final Contract Documents Kimley-Horn will meet with City staff to review comments on the draft Contract Documents. Based on the review comments from the City, Kimley-Horn will prepare the final Contract Document based on City’s comments. Since the project is federally funded, Kimley-Horn will adhere to the federal requirements for the necessary federal provisions for contracting out the project. The final Contract Documents will be in sufficient detail to bid out the system procurement and installation. Citywide Sig-nal Control System Implementation Scope of Services Page 2 Task 2 Deliverables ¯Draft Contract Documents - Five copies ,,Final Contract Documents - One hard copy and electronically (Word Format) Task 3 - Concept Construction Plans Sub-Task 3.1 - Data Collection and Inventory Kimley-Horn will collect the additional field information for project design. This information will include supplemental data that may not have been collected as a part of the inventory. Kimley-Horn anticipated to conduct a field inventory for each traffic controller cabinet to identify the current signal interconnect, location of the nearby fiber optic communications system and to identify any special cabinet modifications requirements. Kimley-Horn will work with the City Architect to review any cabinet modifications and/or relocation regarding the aesthetic and location. In addition, Kimley-Horn will collect City’s contract boilerplate in electronic format, standard plan sheet title blocks, City standards, As-built drawings, and other documents for project design. Sub-Task 3.2 - Communications Requirements Kimley-Horn will analyze the fiber optic interface with the signal system. Kimley-Horn will coordinate with the Utilities division and IT department for the fiber optic interface design requirements. It is anticipated that the project will interface with the current fiber optic commtmication system, k is anticipated that the network will allow the interconnection of the signals to the proposed IT/Utilities network (SONET, ATM, etc), which is planned to be built by leasing dark fiber from the Utilities Division. Alternatively, the communication system can continue to be provided through the existing coaxial cable system. Sub-Task 3.3 - Prepare Concept Plans Kimley-Hom will prepare base plans for the project. The base plans will show the current controller cabinet, the location of pull boxes, location of the communications system, location of the fiber optic system, and any other street furniture needed for construction of the project. Citywide Signal Control System Implementation Scope of Services Page 3 The base plans will be prepared per City’s requirement. The base plans will be prepared at appropriate scale for the intended design. The base plans will be prepared in AutoCAD Release 14 format. Task 3 Deliverables ¯Concept Construction Plans -Five Copies Task 4 - Prepare 65% Plans~ Specifications and Estimates Kimley-Horn will prepare 65% Plans, Specification and Estimates of probable cost (PS&E). The 65% PS&E will be prepared as one package for review by the City. The 65% plans will include sufficient detail for project construction requirements and development of estimates of probable cost. The 65% construction plans will show the location of controller cabinets, pull boxes, communication system, cabinet modifications requirements, appropriate utilities where trenching or other street cuts is anticipated and other detail for project construction. The design plans will be prepared at appropriate scale for the intended design. The plans will be prepared in AutoCAD Release 14 format and will adhere to the City requirements. Since the project is federally funded, Kimley-Horn will adhere to the federal requirements for the necessary federal provisions for contracting out the project. Kimley-Horn will prepare specifications for the project construction. The specifications will be prepared in Microsoft Word and will adhere to the City and federal guidelines. Estimate of probable costs will be prepared for the project. Cost estimates will be based on other recent Intelligent Transportation System construction cost estimates. Cost estimates will be prepared in Microsoft Excel format. For certain elements of the project, such as procurement of computer hardware and communication routers, switches, etc. it would be better to prepare functional specifications for procurement of these items. For these specific items, functional specifications will be prepared in Microsoft Word format. Kimley-Horn will coordinate the project with utility companies, Santa Clara County and Caltrans as required. Appropriate number of the PS&E package will be sent to the utility companies,. Santa Clara County and Caltrans for review. Task 4 Deliverables ¯65% PS&E- Five sets ¯Utility/Other Agency Coordination - Ten sets Citywide Signal Control System Implementation Scope of Services Page 4 Task 5 - Prepare 95% Plans, Specifications and Estimates Kimley-Horn will meet with City staff to review the 65% design review and to receive comments. Based on the review comments on the 65% PS&E, one version of the approved 65% plans will be advanced to 95% completion level. The 95% plans will include sufficient detail for project construction. The 95% construction plans will show the location of controller cabinets, pull boxes, communication system, cabinet modifications requirements, appropriate utilities where trenching or other street cuts is anticipated and other detail for project construction. The 95% PS&E will be divided into separate bid packages based on funding and other considerations. Kimley-Horn will review the existing funding capability with the City. Depending on the need for the addition funding, which is anticipated, Kimley-Horn will identify other funding options for the proj~t. A memorandum will be prepared identifying other funding options for City’s consideration. Task 5 Deliverables ¯95% PS&E - Five sets ¯Utility/Other Agency Coordination - Ten sets ¯Memorandum on Funding Options Task 6 - Prepare 100% Plans, Specifications and Estimates Kimley-Hom will meet with City staffto review the 95% design review and to receive comments. Based on the final review comments, the plans, specifications and estimates will be finalized. One set of final contract documents will be submitted to the City of Palo Alto. Kimley-Horn will prepare up to two (2) grant applications for the City to obtain additional funding for complete system implementation and construction. Task 6 Deliverables ¯One set of the final plans in Mylar format ¯One set of the specifications in Word format and electronically ¯One set of estimate of probable cost in Excel format and electronically ¯Two (2) Grant Applications for future funding Citywide Signal Control System Implementation Scope of Services Page 5 Task 7 - Signal System Software Implementation Sub-Task 7.1 - Procurement Assistance Kimley-Hom will assist the City of Palo Alto to review proposals, attend interviews, evaluate and recommend a successful vendor. Kimley-Horn will also assist the City during contract negotiations. We have allocated a total of 40 hours of technical assistance for this task. Sub-Task 7.2 - Signal Software Implementation Support Services Kimley-Hom will assist the City of Palo Alto during the implementation phase of the signal soft-ware system. Services will include: ¯Review of Submittals; ¯Review of Contractor’s requests for information (RFI); ¯Review of Contractor’s Requests for Change Orders (CCO); ¯Site meetings to review Contractor’s work and performance; and ¯Review of system installation. A total to three (3) site visits is included in the scope of services. We have allocated a total of 30 hours, including site visits, for technical assistance for this task. Sub-Task 7. 3 - Hardware Implementation Support Services Kimley-Horn will assist the City of Palo Alto during the implementation phase of the first phase of the signal system. Services will include: ¯Review of Submittals; ¯Review of Contractor’s requests for information (RFI); ¯Review of Contractor’s Requests for Change Orders (CCO); ¯Site meetings to review Contractor’s work and performance; and ¯Review of system installation. A total to three (3) site visits is included in the scope of services. We have allocated a total of 30 hours, including site visits, for technical assistance for this task. Sub-Task 7.4 - Signal Software System Testing Review and Acceptance Kimley-Horn will assist the City of Palo Alto in reviewing Contractor’s systems testing and project acceptance. The Testing and Final Acceptance Plan which will be developed by the vendor will be reviewed by Kimley-Horn. The Testing and Acceptance Plan will provide provisions that all soft-ware delivered meets the technical and performance Citywide Signal Control System Implementation Scope of Services Page 6 requirements developed for the project. The Testing and Final Acceptance Plan will provide for detection, reporting, analysis, and correction of soKware deficiencies. The Testing and Final Acceptance Plan will include the following elements relative to soft-ware testing and will provide for the performance of the tests specified: Analysis of software requirements to determine test and acceptance/rejection criteria; Review of test plans to ensure requirements; Review of test requirements and criteria to ensure satisfaction of requirements; Monitoring of tests and the certification of results; and compliance with appropriate specification adequacy, feasibility, and ¯Review and certification of test report. We have allocated a total of 40 hours, including site visits, for technical assistance for this task Sub-Task 7. 5 - Signal System Testing Review and Acceptance Kimley-Horn will assist the City of Palo Alto in reviewing hardware portion of the Contractor’s systems testing and project acceptance. The Testing and Final Acceptance Plan which will be developed by the vendor will be reviewed by Kimley-Horn. The Testing and Acceptance Plan will ensure that all hardware will function with the software delivered for the project. The Testing and Final Acceptance Plan will provide for detection, reporting, analysis, and correction of sot~vare deficiencies. We have allocated a total of 40 hours, including site visits, for technical assistance for this task Task 7 Deliverables ¯Assistance during hardware bidding and procurement ¯Assistance during software bidding and procurement ¯Field support during sotSzcare and hardware implementation ¯System Acceptance and Testing Oversight Additional Services Additional services, beyond the scope of services and the number ofho~s shown in the attached Exhibit B-2, wit1 be provided upon approval by the City of Palo Atto. Citywide Signa! Control System Implementation Scope of Services Page 7 EXHIBIT B-2 RATE SCHEDULE - PHASE II Kimley-Horn and Associates, Inc. Schedule of Billing Rates (Effective July 1,2001) Code Class Regular Rate A1-A4 Senior Support Staff $72.00 A5 Senior Professional 1 $140:00 C1-C3 Support Staff $68.00 C4-C6 Senior Support Staff $72.00 C03-C04 CADD Operator $90.00 C05-C06 Senior CADD Operator $100.00 D7 Designer $115.00 D8 Senior Designer $125.00 El-E4 Principal $185.00 p Professional $90.00 P1 Professional 1 $98.00 P2 Professional 2 $105.00 P3 Professional 3 $110.00 P4 Professional 4 $120.00 P5 Senior Professional 1 $140.00 P6 Senior Professional 2 $155.00 ~7 Senior Professional 3 $175.00 P8 Principal $185.00 T1-T2 Technician/Draftsman 1-2 $75.00 T3-T5 Technician/Draftsman 3-5 $85.00 T6-T7 Senior Technician $110.00 An allocation charge (currently at 6.15%) is added to the labor fee to cover routine expenses, such as local mileage, copying, fax, mail, telephone, in-house blueprinting, etc. A $25 charge is applied to CADD related computer time. A 15% administration fee is added for outside expenses. Overtime work is charged at 1.5 times the normal billing rate. Billing rates are subject to change January 1,2002. i ACORD= PRODUCER ABE’RCROMBIE INSURANCE AGENCY, P. o. BOX 5857 JACKSONVILLE, FL 32247-5857 P:904-396-4404 F:904-396-6137 CERTIFICATE OF LIABILITY INSURANCE OB/O6/, THIS CERTIFICATE IS ISSUED AS A MAI I~R OF INFORMATION EX~r.]]B]T (~ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURED KIMLEY-HORN AND ASSOCIATES, INC. P 0 BOX 33068 RALEIGH NC 27636-3068 INSURERS AFFORDING COVERAGE INSURER.A: =’~RA"v’~LEI~.~ PROPERTY C~StJ-’~TJL~Z :!~S COH:E3L-N’E INSURER B: INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRI.TR TYPE OF INSURANCE POLICY NUMBER GENERAL LIABlUTY A ~--~ COMMERCIAL GENERAL LIABILITY P-630-315X3476-TIL-01 ~_~ CLAIMS MADE I~ OCCUR AUTOMOBILE LIABILITY {~] ANY AUTO A ~ ALL OWNEDAUTOS P-810-171L6115-TIL-01 ~SCHEDULED AUTOS ~HIRED AUTOS ~NON-OWNED AUTOS GARAGE LIABIUT~~IY AUTO EXCESS LIABILITY ~-~-] OCCUR [-~--’] CLAIMS MADE ~DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY A 836G880-2-01 OTHER POLICY ~-~- P P_.CTWE 09/01/2001 09/01/2001 09/01/2001 POLICY EXPIRATIONDATE fMM/DD/YY} 09/01/2002 09/01/2002 09/01/2002 LIMITS EACH OCCURRENCE $ FIRE DAMAGE (Any one fire)$ MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS- COMPIOP AGG $ COMBINED SINGLE LIMITEa accident) BODILY INJURY(Per person) BODILY INJURY $Per accident) PROPERTY D.~t~G E $(Per accident) AUTO ONLY - EA ACCIDENT $ EA ACC $OTHER THANAUTO ONLY:AGG EACH OCCURRENCE $ AGGREGATE $ $ $ !1~ I WC STATU- ~--~ OYH-TORYLIMFrS IL.JI ER E.L. EACH ACCIDENT $ E.L DISEASE LEA EMPLOYEE $ E.L DISEASE - POUCY LIMIT ir000~000 500,000! 5,000’ 1,000,000 2,000,000 2,000,000 1,000,000 1,000,000 1,000,000 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSlONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CITY OF PALOALTO IS AN ADD’L INSURED FOR LIABILITY ONLY FOR THIS PROJECT. INSURANCE IS PRIMARY. CERTIFICATE HOLDER I~]! ADDIT1ONALINSURED; INSURER LETTER: A CITY OF PALO ALTO / CITY HALL PURCHASING &CONTRACTS OFFICE 250 HAMILTON AVENUE PALO ALTO CA 94303 6503292162 6506173108 ACORD 25~ (7/97) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED PoUclES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 030 DAYS WRITTEN NOTICE TO THE CERTIRCATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBUGATION OR LIABlUTY OF~ KIND UPON THE INSURER, ITS AGENTS OR REPRESENTA~ES. ,~’~FJ~r ’ AUTHORIZE PRESENT E I oACO ’D c PORAT,ON,,88 5605 Roanne Way P.O. BOX 18708 Greensboro, NC 27419 IN~JRED Kimley Horn & Associates, Inc. At~n: Sherry Ecker 7600 N. 15th Street, Suite 250 Phoenix, Arizona 85016 Nov-]4-ZO0] OZ:4$pm Fro~ T-:~44 P.001/001 F-350 A(:q~xt~., U~H I IPIUAIE OP LIABILIW INSURANCE BB&T Insur~ce Se~ices, Inc.ONLY AND ~N~S ~ RIG~ U~ T~ ~TIFI~THIS ~l~¥i~iC~’1’E IS iSSUED AS A M~i ;.-K OF INFORMAl’ION’ HOLDER. THIS CERT~’IC~TE g(~S NOT AMEND, EXIT=ND OR ALTER TME COVER~G~ AFFORDED BY THE POLJC~S INSURERS AFFORDING COVERAGE ,NSU~eRA;Security Insurance Co of Hartford"" iNGURER B: IN~R~R O: INSURER D: COMBINED ~IN~LE LIM~" $ $ $ $ $ $ $ A A_.._l,/’rOMOlil LE LIAIEILITY ANYAUTO ALL OWNED AUTOS .~ ,T~CHE DULE D AUTOS ~ MIRED AUTOS --.; NON-OWNED AUTOS ii~ OCCUR ~ OLAIMS MADE o~e~Pro~ession~l Liability PL7025ISD~X702518 o81~/oo oslo~lo3 BODILy INJURY (P~r acclaent) I PROPERTY DAMAOE ALP’J’O ONLY ¯ E~ ACCIDENT OTHERTHANAUTOONLY: EAC.,~OO URRENOE AQGR~ATE DESCRI~ON ~ ~P=~nONSlLO~ONs/waHICLES/~s~Ns~DED BYEND~~¢IAL PRo~ON8AAN - 097012001 - Signal Feasibility Study - Additional Serv~oes ,ooo ~TI_EIC~TE .H~_ _E~ER City of Palo Alto ATT: David S~illman P 0 Box 10250 Palo Alto, CA 94303 AO~.~.D 2s-S ~SDI of 2 #S474617/M326248 EXHIBIT D CERTIFICATION OF N, .ONDISCRIMINATION ............ Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo AltO, the firm end Individuals listed below certify that they do not discriminate in employment with regards tO age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they are in compliance with all Federal, Stat~. and local dire~ves and executh/e orders regarding nondiscrimination in employment. THE INFORMATION HEREIN I$ CERTIFIED CORRECT BY SIGNATURE(S} BELOW. Firm: Signature: Name: Signature:~_______~RINT OR TYPE NAME~ Name; (PRINT OR TYPE NAME} Note: California Comorations Code Section 313 requires two r.orporate officem to execute "7"ho signature of Fir~ Officer* must be one of ~e following: Chair;wan of ~he Board; President; or Vice President. "~The signature of the Se¢ond Officer’* must be one of the following: Secretary, AssLslant Secretary; Chief Financial Officer;, or A.s~iMant Treasurer. (in the alternative, a cerUfied ~orporate resolution attesting to the signatory authority of the IndividuaLs signing in their respective capacities is acceptable) CITY OF PALO ALTO PAGE I OF 1