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