Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
01-014 Kimley-Horn & AssociatesJ~
- ACCOUNT NO. 420-9534
., ' PURCHASE ORDER NO.
CONTRACT AMOUNT $179,584.00
AGREEMENT
THIS AGREEMENT, made and entered into this o~"~ day of ~~. , 20~ by and
between the CITY OF CUPERTINO, a municipal corporation of California, hereinafter referred to
as "CITY", and Kimley-Horn and Associates, Inc., a consulting firm with offices at 5776
Stoneridge Mall Road, Suite 260, Pleasanton, CA 94588, hereinafter referred to as
"CONSULTANT";
WITNESSETH:
WHEREAS, CITY desires to retain traffic engineering services in conjunction with De Anza
Boulevard Corridor Advanced Traffic Management System Project; and
WHEREAS, CITY desires to engage CONStLTANT to provide these services by reason of
its qualifications and experience for performing s~.~ch services, and CONSULTANT has offered to
provide the required services on the terms and in the manner set forth herein;
NOW, THEREFORE, in consideration of their mutual covenants, the parties herein agree as
follows:
1. DEFINITIONS.
(a) The word "City" as used in this agreement shall mean and include all the territory lying
within the municipal boundaries of the City of Cupertino, California, as presently existing, plus all
territory which may be added thereto during the term of this agreement by annexation or otherwise.
(b) The term "City Manager" shall mean the duly appointed City Manager of the City of
Cupertino, California, or his/her designated repre:~entative.
(c) The term "City Attorney" shall mean the duly appointed City Attorney of the City of
Cupertino, California, or his/her designated repre:~entative.
(d) The term "City Clerk" shall mean the duly appointed City Clerk of the City of
Cupertino, California, or his/her designated repre:~entative.
(e) The term "FHWA" shall mean the Federal Highway Administration.
(fj The term "State" shall mean the State c-f California Department of Transportation.
2. PROJECT COORDINATION.
(a) Cam. The City Manager shall be representative of CITY for all purposes under this
agreement. Ralph A. Qualls, Jr. is hereby designated as the CONTRACT ADMINISTRATOR
for the City Manager, and shall supervise the progress and execution of this agreement.
(b) CONSULTANT. CONSULTANT shall assign a single PROJECT MANAGER to
have overall responsibility for the progress and e:tiecution of this agreement for CONSULTANT.
Anush Nejad hereby is designated as the PROJE(~T MANAGER. Should circumstances or
conditions subsequent to the execution of this agreement require a substitute PROJECT
MANAGER for any reason, the PROJECT MAI\IAGER designee shall be subject to the prior
written acceptance and approval of the CONTRACT ADMINISTRATOR.
3. DESCRIPTION OF WORK.
(a) Services to be Furnished. CONSULTANT shall provide all specified services as set
forth below in the following documents:
(1) CITY's "Request for Proposa for Traffic Engineering Services, Services for
the De Anza Boulevard Corridor Advanced Traffic Management System in the City of
Cupertino" dated April 5, 2001, and attached as ]exhibit A.
(2) CONSULTANT'S "Work Plan and Schedule to Provide Traffic Engineering
Services for the De Anza Boulevard Corridor Advanced Traffic Management System", dated
May 17, 2001, attached as Exhibits B and D.
(b) Laws to be Observed. CONSULTAl`1T shall:
(1) Procure all permits and licenses, pay all charges and fees, and give all notices
which may be necessary and incident to the due <<nd lawful prosecution of the services to be
performed by CONSULTANT under this agreement;
(2) Keep itself fully informed of gill existing and future federal, state, and local
laws, ordinances, regulations, orders, and decree:: which may affect those engaged or employed
under this agreement, any materials used in CON SULTANT's performance under this agreement,
or the conduct of the services under this agreement;
(3) At all times observe and comply with, and cause all of its subconsultants and
employees, if any, to observe and comply with, all of said laws, ordinances, regulations, orders,
and decrees mentioned above;
(4) Immediately report to the CO~VTRACT ADMINISTRATOR in writing any
discrepancy or inconsistency it discovers in said .laws, ordinances, regulations, orders, and
decrees mentioned above in relation to any plans„ drawing, specifications, or provisions of this
agreement.
~:
(c) Release of Reports and Information. Any reports, information, data, or other material
given to, or prepared or assembled by, CONSULTANT or its subconsultants, if any, under this
agreement shall be the property of CITY and shall not be made available to any individual or
organization by CONSULTANT or its subconsultants, if any, without the prior written approval of
the City Manager.
(d) Qualifications of CONSULTANT. CONSULTANT represents that it is qualified to
furnish the services described under this agreement.
4. TIME OF BEGINNING AND CC-MPLETION.
CONSULTANT shall being work after letter of notification has been sent to the
CONSULTANT from the CITY. The design work will be completed by January 14, 2002, with
remaining services to be performed during construction period.
5. PAYMENTS.
The basis of payment for the services provided by the CONSULTANT under
this agreement shall be computed as cost plus fixed fee rates.
(a) The CITY shall reimbursc; the CONSULTANT on a time and expenses
basis for actual cost plus fixed fee (including labor costs, employee benefits, overhead, profit,
and other direct costs plus fixed fee) incurred b:~ the CONSULTANT in performance of the
work, in an amount not to exceed $179,584.00. Actual costs shall not exceed the estimated
wage rates and other costs set forth in the CON~SULTANT's cost proposal.
(b) The CONSULTANT shall be reimbursed for actual travel expenses
incurred in the performance of this work, including the use of private cars at the rate of 34.5
cents per mile, while traveling away from CONSULTANT's headquarters which is hereby
designated as Pleasanton, CA. In addition, CO:vSULTANT's personnel shall be reimbursed
for per diem expenses at a rate not to exceed th~it currently authorized for State employees
under State Department of Personnel administration rules.
(c) Total expenditures made cinder this agreement shall not exceed the sum
of $179,584.00.
The CONSULTANT's cost proposal is stated in the following documents:
(1) Consultant's "Cost Proposal", dated May 17, 2001, attached as
Exhibit C.
6. RECORDS RETENTION.
The CONSULTANT's records shall be retained for inspection by the State, FHWA, or
their duly authorized representatives for three years after final payment to the
CONSULTANT.
7. COST PRINCIPLES.
The Federal Acquisition Regulations in 'Citle 48, Code of Federal Regulations (CFR)
31 are the governing factors regarding allowable elements of cost.
(a) Covenant A.~ainst Contingent Fees. The CONSULTANT warrants that
he/she has not employed or retained any company or person, other than a bona fide employee
working for the CONSULTANT to solicit or secure this agreement, and that he/she has not
paid or agreed to pay any company or person, other than a bona employee, any fee,
commission, percentage, brokerage fee, gift, or any other consideration contingent upon or
resulting from the award or formation of this agreement. For breach or violation of this
warranty, the CITY shall have the right to annul this agreement without liability, or at its
discretion to deduct from the agreement price oar consideration, or otherwise recover, the full
amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
8. DESIGN STANDARDS.
The CONSULTANT shall provide services that conform with the appropriate standards
for design or other standards for work perform~~nce as stipulated as follows:
(1) Caltrans' Highwa3~ Design Manual
(2) Caltrans' Traffic Manual
(3) National Transportation Communications for ITS Protocol
(4) National Intelligent Transportation Systems Architecture
9. DOCUMENTS.
The CONSULTANT shall document the results of the work to the satisfaction of the
CITY and, if applicable, the State and FHWA. This may include preparation of progress and
final reports, plans, specifications and estimates, or similar evidence of attainment of the
agreement objectives.
(a) Ownersh~ of Documents. The tracings, plans, specifications, and maps
prepared or obtained under the terms of the agreement be delivered to and become the
property of the CITY, and that basic survey notes and sketches, charts, computations, and
other data prepared or obtained under such agreement shall be made available, upon request,
to the CITY without restriction or limitation on their use. However, any use beyond that
intended by the Agreement shall be at no liabili~:y to CONSULTANT.
10. CHANGES IN WORK.
All changes and/or extra work shall be I~erformed and paid for in accordance with the
following:
(a) Only the City Engineer or City Council may authorize extra and/or
changed work. CONSULTANT expressly recognizes that other City personnel are without
authorization to either order extra and/or changed work or waive contract requirements.
Failure of CONSULTANT to secure the Council's or City Engineer's prior written
~t
authorization for such extra and/or changed work shall constitute a waiver of any and all right
to adjustment in contract price due to such unauthorized work and CONSULTANT thereafter
shall be entitled to no compensation whatsoever for performance of such work.
(b) If the CONSULTANT is of the opinion that any work he has been
directed to perform is beyond the scope of this ~~greement and constitutes extra work, he shall
promptly notify the CITY of the fact. The CITY shall make a determination as to whether or
not such work is, in fact, beyond the scope of this Agreement and constitutes extra work. In
the event that the CITY determines that such work does constitute extra work, it shall provide
extra compensation to the CONSULTANT on a fair and equitable basis. A supplemental
agreement providing for such compensation for extra work shall be negotiated between the
CITY and the CONSULTANT. Such supplemental agreement shall be executed by the
CONSULTANT and be approved by the necessary CITY officials.
(c) In the event CITY determines that such work does not constitute extra
work, CONSULTANT shall not be paid extra compensation above that provided herein and if
such determination is made by CITY staff, said determination may be appealed to the City
Council as long as a written appeal is submitted to the City Manager within five (5) days after
the staff's determination is received by the CONSULTANT. Said written appeal shall include
a description of each and every ground upon wl-ich CONSULTANT challenges the staff's
determination.
11. DELAYS AND EXTENSIONS.
The CITY shall consider an appropriate extension of time in case of unavoidable delays
and for consideration of corresponding warrants;d adjustments in payment. In the event that
the services called for under this agreement are not completed within the time specified above,
the City Manager shall have the option to extend the time for completion. This paragraph
does not preclude the recovery of damages for delay by either party.
12. TERMINATION OR ABANDOiVMENT.
(a) Right to Suspend or Terminate. Either party may suspend or terminate
this agreement for any reason by giving thirty (30) days' written notice. Upon receipt of such
notice CONSULTANT shall immediately disco~ltinue his performance under this agreement.
The City Manager shall have the authority to suspend this agreement, wholly or in part, for
such period as he deems necessary due to unfavorable conditions or to the failure on the part
of the CONSULTANT to perform any provision of this agreement.
(b) Payment. Upon such suspension or termination, CONSULTANT shall
be paid for all services actually rendered to CITY to the date of such suspension or
termination; provided, however, if this agreement is suspended or terminated for fault of -.
CONSULTANT, CITY shall be obligated to compensate CONSULTANT only for that portion
of CONSULTANT services which are of benefit to CITY.
<;
(c) Return of Materials. Upon such suspension or termination,
CONSULTANT shall turn over to the City Manager immediately any and all copies of studies,
sketches, drawings, computations, and other data, whether or not completed, prepared by
CONSULTANT or its subconsultants, if any, or given to CONSULTANT or its
subconsultants, if any, in connection with this agreement. Such materials shall become the
permanent property of CITY. CONSULTANT, however, shall not be liable for CITY's use
of incomplete materials or for CITY's use of complete documents if used for other than the
project contemplated by this agreement.
13. REMEDIES
Upon a breach or default of any of the terms or obligations of this Agreement by
CONSULTANT, the CITY shall be entitled to ~;xercise all rights and remedies hereby
reserved under this agreement or made availably: under applicable laws.
14. RESPONSIBILITY FOR CLAIIV[S AND LIABILITY (INDEMNIFICATION).
CONSULTANT hereby agrees to indemnify and save harmless CITY, its officers,
agents, and employees of and from:
(a) Any and all damages to or destruction of the property of CITY,
its officers, agents, or employees occupied or used by or in the care, custody, or control of
CONSULTANT to the extent caused by any ne;;ligent act, error, or omission of
CONSULTANT or any subconsultant under this agreement or of CONSULTANT's or any
subconsultant's employees or agents.
(b) Any and all claim; and demands which may be made against
CITY, its officers, agents, or employees by reason of any injury to or death of or damage
suffered or sustained by any employee or agent of CONSULTANT or any subconsultant under
this agreement, however caused, excepting, however, any such claims and demands which are
the result of the negligence or willful miscondu~:t of CITY, its officers, agents, or employees.
(c) Any and all penalties imposed or damages sought on account of
the violation of any law or regulation or of any term or condition of any permit.
(d) The CONSULTANT is not responsible for the accuracy of data
from any other sources or from conclusions rea~~hed as a result of utilizing information
supplied by third persons.
(e) The CITY agrees to provide legal defense to challenges of the
adequacy and completeness of the services provided. The CONSULTANT shall assist the
CITY in responding to such challenges. If it is subsequently ruled by a court of jurisdiction
that errors of facts, procedures, or scope have occurred and that these errors and/or omissions
were the result of the CONSULTANT'S own negligent professional services, then the
CONSULTANT shall be responsible for providing whatever remedies may be required to
make the analysis adequate and complete.
fi
15. GENERAL COMPLIANCE WITH LAWS AND WAGE RATES.
The CONSULTANT shall comply with ;~11 Federal, State, and local laws and
ordinances applicable to the work. This includes compliance with prevailing wage rates and
their payment in accordance with California Labor Code, Section 1775.
(a) Subconsultants, Assignment and Transfer. Under this agreement,
participating Federal funds are furnished. The ;subcontracting, assignment or transfer of any
of the work, except as otherwise provided for iri the executed agreement, is prohibited. All
contracts shall provide that subcontracts exceeding $25,000 in cost shall contain all required
provisions of the prime contract.
(1) Assi~ent. Both parties shall give their personal attention to
the faithful performance of this agreement and shall not assign, transfer, convey, or otherwise
dispose of this agreement or any right, title, or interest in or to the same or any part thereof
without the prior written consent of the other party, and then only subject to such terms and
conditions as the other parry may require. A consent to one assignment shall not be deemed to
be a consent to any subsequent assignment. Any assignment without such approval shall be
void, and, at the option of the other party, shall terminate this agreement and any license or
privilege granted herein. This agreement and any interest herein shall not be assignable by
operation of law without the prior written consent of the other party.
(2) Subconsultants; Ern lP oYees. CONSULTANT shall be
responsible for employing or engaging all persons necessary to perform the services of
CONSULTANT hereunder. No subconsultant of CONSULTANT will be recognized by
CITY as such; rather, all subconsultants are deemed to be employees of CONSULTANT, and
it agrees to be responsible for their performance:. CONSULTANT shall give its personal
attention to the fulfillment of the provisions of this agreement by all of its employees and
subconsultants, if any, and shall keep the work under its control. If any employee or
subconsultant of CONSULTANT fails or refuses to carry out the provisions of this agreement
or appears to be incompetent or to act in a disorderly or improper manner, he shall be
discharged immediately from the work under this agreement on demand of the CONTRACT
ADMINISTRATOR.
(b) Consultant's Endorsement on Plans Specifications & Estimates/Other
Data. The responsible CONSULTANT/enginef;r shall sign all plans, specifications, estimates,
and engineering data furnished by him/her and ~,vhere appropriate, indicate his/her registration
number.
(c) Disadvantaged Business )=;nterprise Considerations. CONSULTANT has
given consideration to DBE firms as specified iii 23 CFR 172.5(e) and has met requirements in
the provisions of Title 49, Part 23, Code of Federal Regulations (49 CFR23) and the City of
Cupertino's adopted DBE program. Evidence must be presented of "good faith" effort, when
applicable.
The provisions of Title 49, Part 23, Code of Federal Regulations (49 CFR 23) and the
CITY's adopted DBE Program require that Dis~idvantaged Business Enterprises (DBEs) have
the opportunity to participate in federally-funded, transportation projects. The agency has
established a goal of 10 % DBE participation in this consultant contract.
In order to meet these requirements, the following criteria have been established:
1. Participation by Caltrans' certified DBEs as a prime consultant or sub-
consultants in this contract, or
2. A good faith effort by the prime ~~onsultant in trying to secure participation by
DBEs prior to award of this contract. Documentation of a good faith effort is to be submitted
in writing and consists of the following:
a) A list of Caltrans' certified DBEs solicited.
b) Description of efforts to u se the services of available minority
community organizations; minority contracting groups; women
contractor groups; and local, State, and Federal minority business
assistance centers in the r~:cruitment and placement of DBEs including
name of contact, date of contact, and information they provided.
c) Identification of the portic-ns of the work to be performed by DBEs,
including type of work and dollar value.
d) Documentation of good faith negotiations between subcontractors and
interested DBEs, including names and dollar value of all bids.
16. INSPECTION.
CONSULTANT shall furnish CITY with every reasonable opportunity for
CITY to ascertain that the services of CONSULTANT are being performed in accordance with
the requirements and intentions of this agreeme~lt. All work done and all materials furnished,
if any, shall be subject to the CONTRACT ADIvIINISTRATOR's inspection and approval.
The inspection of such work shall not relieve C~~NSULTANT of any of its obligations to
fulfill its agreement as prescribed.
17. INDEPENDENT JUDGMENT.
Failure of CITY to agree with C(~NSULTANT's independent findings,
conclusions, or recommendations, if the same are called for under this agreement, on the basis
of difference in matters of judgment shall not be; construed as a failure on the part of
CONSULTANT to meet the requirements of this agreement.
18. NOTICES.
All notices hereunder shall be given in writing and mailed, postage prepaid, by
certified mail, addressed as follows:
TO CITY: Ralph A. ~!ualls, Jr.
Contract Administrator
City of Cupertino
10300 Torre Avenue
Cupertino, CA 95014
TO CONSULTANT: Anush Nej~id
Project Manager
Kimley=Born and Associates, Inc.
5776 Stoneridge Mall Road, Suite 260
Pleasanton, CA 94588
19. INTEREST OF CONSULTANT.
CONSULTANT covenants that ir. presently has no interest, and shall not
acquire any interest, direct or indirect, financial or otherwise, which would conflict in any
manner or degree with the performance of the services hereunder. CONSULTANT further
covenants that, in the performance of this agreement, no subconsultant or person having such
an interest shall be employed. CONSULTANT certifies that no one who has or will have any
financial interest under this agreement is an officer or employee of CITY. It is expressly
agreed that, in the performance of the services Hereunder, CONSULTANT shall at all times be
deemed an independent contractor and not an agent or employee of CITY.
20. CERTIFICATIONS
The CITY and CONSULTANT shall certify that they have not required,
directly or indirectly, as an express or implied condition in connection with obtaining or
carrying out this agreement:
(a) Certification of Local Agf;ncy, attached as Exhibit E.
(b) Certification of Consultant, attached as Exhibit F.
21. INSURANCE.
CONSULTANT, at its sole cost .and expense, shall obtain and maintain in full
force and effect throughout the entire term of this agreement, the insurance coverage of at least
an "A" rating as determined in accordance with the Best's Guide Rating, and class VII in
financial rating, insuring not only CONSULTA:[VT, but also (with the exception of
professional liability, workers' compensation and employer's liability insurance), CITY, its
officers, agents, and employees, and each of them with respect to activities and services
performed by CONSULTANT for or on behalf of CITY under the provisions of this
agreement.
Certificates of such insurance, on the forms provided by CITY, shall be filed
with CITY concurrently with the execution of t}iis agreement attached as Exhibit G-1 to G-7.
With the exception of professional liability insu~~ance, said certificates shall be subject to the
approval of the City Attorney and shall contain an endorsement stating that said insurance is
primary coverage, and will not be canceled or altered by the insurer except after filing with
the City Clerk thirty (30) days written notice of such cancellation or alteration, and that the
City of Cupertino is named as an additional insl~red. Current certificates of such insurance
shall be kept on file at all times during the term of this agreement with the City Clerk.
q
22. WORKERS' COMPENSATION..
CONSULTANT certifies that it is aware of the provisions of the Labor Code of
the State of California which require every employer to be insured against liability for
workers' compensation or to undertake self-insl~rance in accordance with the provisions of that
Labor Code, and it certifies that it will comply with such provisions before commencing the
performance of the work of this agreement.
23. AGREEMENT BINDING.
The terms, covenants, and conditions of this agreement shall apply to, and shall
bind the heirs, successors, executors, administr;~tors, assigns, and subconsultants of both
parties.
24. WAIVERS.
The waiver by either party of amp breach or violation of any term, covenant, or
condition of this agreement or any provision, ordinance, or law shall not be deemed to be a
waiver of any other term, covenant, condition, ordinance, or law of or any subsequent breach
or violation of the same or of any other term, a~venant, condition, ordinance, or law. The
subsequent acceptance by either party of any fee or other money which may become due
hereunder shall not be deemed to be a waiver o~P any preceding breach or violation by the other
party of any term, covenant, or condition of thi;~ agreement or of any applicable law or
ordinance.
25. COSTS AND ATTORNEY'S FEES.
The prevailing party in any action brought to enforce the terms of this
agreement or arising out of this agreement may recover its reasonable costs and attorney's fees
expended in connection with such an action from the other party.
26. NONDISCRIMINATION.
No discrimination shall be made in the employment of persons under this
agreement because of the race, color, national origin, ancestry, religion, or sex of such
person.
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 performance of this agreement, it shall thereby be found in material
breach of this agreement. Thereupon,
CITY shall have the power to cancel or suspend this agreement, in whole or in part, or to
deduct from the amount payable to CONSULTANT the sum of Twenty-five Dollars ($25.00)
for each person for each calendar day during which said person was discriminated against, as
damages for said breach of contract, or both. C)nly a finding of the State of California Fair
Employment Practices Commission or the equivalent federal agency or officer shall constitute
evidence of a violation of contract under this paragraph.
10
If CONSULTANT is found in violation of the nondiscrimination provisions of
this agreement or the applicable affirmative action guidelines pertaining to this agreement,
CONSULTANT shall be found in material breach of this agreement. Thereupon, CITY shall
have the power to cancel or suspend this agreement, in whole or in part, or to deduct from the
amount payable to CONSULTANT the sum of 'Two Hundred Fifty Dollars ($250.00) for each
calendar day during which CONSULTANT is found to have been in such noncompliance as
damages for said breach of contract, or both.
27. AGREEMENT CONTAINS ALI~ UNDERSTANDINGS.
This document represents the entire and integrated agreement between CITY
and CONSULTANT and supersedes all prior negotiations, representation, or agreements,
either written or oral. This document may be amended only by written instrument, signed by
both CITY and CONSULTANT. All provisions of this agreement are expressly made
conditions. This agreement shall be governed try the laws of the State of California.
IN WITNESS WHEREOF, CIT :t and CONSULTANT have executed this
agreement the day and year first written above.
ATTEST:
~/U/12i(~Q~4~
City Clerk
APP V AS TO
' y ttorney
CITY OF CUPERTINO
~ ~~~
Director of Public Work
Kimlev-Horn and Associates. Inc.
Consul t
i''` ~ "
Name
5776 Stoneridge Mall Road, Suite 260
Address
Pleasanton Ca 94588
City, State, ZIP
(925) 463-5640 Telephone
Social Security Number
or
Tax Identification Number 56-00885615
11
LIST OF I'sXHIBITS
Exhibit Title
A City's "Request for Proposal-Traffic Engineering Services for
"De Anza Boulevard Corridor ~~dvanced Traffic Management
System", dated April 5, 2001.
B Consultant's "Work Plan", dated May 17, 2001.
C Consultant's "Cost Proposal", dated May 17, 2001.
D Consultant's Project Schedule
E Certification of Local Agency
F Certification of Consultant
G-1 Insurance Agreement
G-2 Certificate of Insurance
G-3 Endorsement of Primary Insuran~:e
G-4 Additional Insured Endorsement
G-5 Comprehensive General Liability
Commercial General Liability
Endorsement of Aggregate Limits of Insurance per project
G-6 Waiver of Subrogation Endorsement Worker's Compensation
Insurance
G-7 Notice of Policy Cancellation Endorsement
12
EXHIBIT E
CERTIFICATION OIL LOCAL AGENCY
I HEREBY CERTIFY that I am the ~l~e -~j(~ 0 ~~~ G ~~ y
of the Cit of
Cupertino and that the consulting firm of Kimley-Horn and Associates, Inc. or its
representative has not been required (except as herein expressly stated), directly or indirectly,
as an express or implied condition in connection vrith obtaining or carrying out this agreement
to:
(a) employ, retain, agree to employ or retain, any firm or person: or
(b) pay or agree to pay, to any firm, person or organization, ally fee, contribution,
donation, or consideration of any kind.
I acknowledge that this Certificate is to be made available to the California Department of
Transportation (Caltrans) in connection with this agreement involving participation of Federal-
Aid Highway funds, and is subject to applicable State and Federal laws, both criminal and civil.
(Date)
(Signature)
13
~x~-~3 ~'r ,A
e
CITY OF
CUPE~TINO
10300 Torre Avenue
Cupertino, CA 95014-3255
(408) 777-3354
Fax: (408) 777-3333
Department of Public Works
File No. 74,001.28
Apri15, 2001
SUBJECT: REQUEST FOR PROPOSALS (RFP) for
TRAFFIC ENGINEERINti SERVICES for the
DE ANZA BOULEVARD CORRIDOR ADVANCED TRAFFIC
MANAGEMENT SYSTEM PROJECT
Dear Sir or Madam:
The City of Cupertino is requesting proposals from qualified firms to provide traffic engineering
services for the De Anza Boulevard Corridor Advanced Traffic Management System Project.
Submittal Instructions: Interested firms must submit seven (7) copies of their proposal to:
Raymond Chong, City Traffic Engineer, City of Cupertino, 10300 Torre Avenue, Cupertino, CA
95014. The deadline for submittal is Thursday, May 17, 2001 at 2:00 p.m. Incomplete or late
submittals may be rejected.
Project Background/Description: The goal of this project is to improve traffic flows on the City's
Metropolitan Transportation System (MTS) regional arterial on De Anza Boulevard between
Homestead Road and Prospect Road with the installation of Intelligent Transportation Systems (ITS)
infrastructure. It will provide a high level of tra;asportation system management for this arterial
corridor. During peak hours, the De Anza Boulevard arterial corridor has periods of severe
congestion. Project benefits include time saving:; and better levels of service on arterial corridor.
The scope of work for the project will generally include: develop video hardware and software to
monitor traffic operations; link data via Data Exchange Network with the Silicon Valley Smart
Corridor; integrate with "Streetwise" Advanced Tr~lffic Management System at the Cupertino Traffic
Operations Center, and coordinate with Silicon V<<lley ITS West Project. Work at the interchanges
will require an encroachment permit from Caltrar~s.
The City wants to deploy CCTV camera at nine intersections on De Anza Boulevard (see Project
Location Map) with a microwave communicati~~n system that uses digital video transmission
methods (see Tech/Knowledge letter). The microwave communication system must integrate with
the Data Exchange Network. The video hardware; and software must also be compatible with the
City's new "Streetwise" Advanced Traffic Management System software by Naztec, Inc. Naztec
900 traffic signal controllers operate the arterial traFfic signals. The system shall comply with Silicon
P,~inted on Rec~~cied Paper
Apri15, 2001
Request for Proposals: De Anza Boulevard Corridor Advanced Traffic Management System
Project
Page 3 of 8
General Scope of Services: The City generally defines scope of work for the project as follows:
Task 1-PROJECT MANAGEMENT:
This task shall include all the necessary activities for the consultant to manage the project. It includes
coordination with subconsultants, utility companies, other agencies, Caltrans and the City. Specific
tasks include the following:
• Prepare and update Project Contact List
• Prepare and update Project Schedule
• Prepare Monthly Progress Reports -including work accomplished during the past month,
work scheduled for the upcoming month, any outstanding issues that may affect schedule
and/or budget, and status of budget
• Prepare meeting agendas, meeting minutes, including action items
• Attend kick-off and monthly progress meetings with City
Task 2 -CONCEPTUAL DESIGN:
This task shall include data collection, base mapping, review, inventory and assessment of the
existing hardware and software, both in the field and in the Cupertino Traffic Operations Center.
Any unique conditions or those that may impact the implementation should be identified. Design
parameters and guidelines that should be incorporated into the project should be identified. A
Concept of Operations Report shall be prepazed that details the planning, implementation and
construction of the project. Specific tasks may include the following:
• Review existing conditions, data, plans, and information.
• Identify, collect and reduce additional data needed.
• Prepare base maps and/or graphics.
• Prepare working paper summarizing data and design parameters to be incorporated into
project.
• Concept of Operations Report
Task 3 -FINAL DESIGN:
This task shall include software development and prepazation of plans, specifications and estimates
(PS&E)) for the advanced traffic management system. The PS&E shall cover the necessary system
hazdwaze requirements and the provisions for contractor installation. This task shall incorporate the
data and design parameters developed under Task 2. Specific tasks may include:
Develop software (design and testing)
Develop PS&E
Conduct field tests and reviews
April 5, 2001
Request for Proposals: De Anza Boulevard Corridor Advanced Traffic Management System
Project
Page 4 of 8
Task 4 -SYSTEM IMPLEMENTATION & CONSTRUCTION SUPPORT:
This task shall be implementation of the advanced traffic management system in the field and at
Cupertino Traffic Operations Center. It also includes installation and modifications and/or
adjustments to the advanced traffic management system. It shall include technical support during
the bid, construction and post-construction pha:.es of the project. Specific tasks may include the
following:
• Prepare Bid addenda
• Attend pre-bid meeting
• Attend pre-construction meeting
• Conduct field visits
• Review submittals
• Respond to request for information
• Install system software
• Conduct post-construction traffic counts
• Evaluate system performance
• Prepare post-project report of system performance
GENERAL PROPOSAL REQUIREMENTS
Disadvantaged Business Enterprise Program Requirements: The provisions of Title 49, Part 26
of Code of Federal Regulations (CFR) and the City of Cupertino's adopted DBE Program require
that Disadvantaged Business Enterprise (DBE) have the opportunity to participate in federally
funded transportation projects. The agency has established the goal of 10% DBE participation in
this consultant agreement. In order to meet there requirements, the following criteria have been
established.
• Participation by Caltrans certified DBE:; as a prime consultant or subconsultants in this
contract or
• A good faith effort by the prime consultant in trying to secure participation by DBEs prior
to award of this contract. Documentation of a good-faith effort is to be submitted in writing
and consists of the following:
• A list of Caltrans certified DBEs solicited.
• Description of efforts to use 1.he services of available minority community
organizations; minority contractor groups; women contractor groups; and Local,
State and Federal minority bus:~ness assistance centers in the recruitment and
placement of DBEs, including name of contact, date of contact and information they
provided.
• Identification of the portions of the work to be performed by DBEs including type
of work and dollar value.
April 5, 2001
Request for Proposals: De Anza Boulevard Corridor Advanced Traffic Management System
Project
Page 5 of 8
• Documentation of good faith negotiations between subcontractors and interested
DBEs including names and dollar values of all bids.
The consultant shall provide DBE information on level of participation by DBEs on the project.
GENERAL REQUIREMENTS
Insurance and Indemnification Requirements: During the course of work, the following insurance
and indemnification requirements with the City as additional insured will be in force. General
minimum requirements are as follows:
• Workers compensation insurance to cover its employees ($1.0 million for each occurrence).
• Commercial general liability insurance including personal injury and property damage
insurance ($1.0 million for each occurrence and $2.0 million in aggregate).
• Automobile liability insurance ($1.0 million for each occurrence).
• Professional liability (errors and omissions) insurance ($1.0 million for each occurrence).
• Indemnification and hold harmless provisions related to the consultant's negligent acts, errors
or omissions.
Consultant shall use the City's insurance forms with the consultant agreement. Sample ones are
attached for your review.
Consultant Agreement Requirements: A sample consultant agreement outline plus certifications
are attached for your review.
Business License Requirements: The consultant and their subconsultants must hold or obtain
business licenses in the City for any work within City limits.
TECHNICAL PROPOSAL REQUIREMENTS
Technical Proposal Content: Proposals must include the following information:
1. Introduction: Introduce the technical proposal, including a statement of the proposer's
understanding and approach of the project. Give the name of the firm submitting the
technical proposal, its mailing address, telephone and fax number and the name of the
contact person. Identify all proposed subconsultants.
2. Qualifications: The following information shall be submitted for the prime consultant and
all proposed subconsultants to demonstrate the firms unique qualifications to perform the
work:
• Brief company resume
• Resumes of key personnel to be assigned to this project
April 5, 2001
Request for Proposals: De Anza Boulevard Corridor Advanced Traffic Management System
Project
Page 6 of 8
List of similar projects (not more than 5) which best illustrate current qualifications to
perform this project
3. Work Plan: The work plan of tasks, work products and meetings shall be consistent with the
Scope of Work and include the following; elements:
• Name of Project Manager
• Organization chart showing the prop~~sed relationships between all key personnel and
support assigned to the project
• Description of proposed responsibilities of each person on the organization chart
• Description of the approach and metr~odology to provide traffic engineering services
• Estimate of work hours by staff for e~ich task
Consultant shall specify their exact details for their proposed work based on the general
guidelines provided in this RFP as well as any additional tasks deemed necessary.
4. Project Schedule: The proposal shall pre:;ent a comprehensive project schedule of tasks to
reflect the time frame required to comple,~e each milestone listed in the Scope of Work. It
shall include a completion date for each milestone and identify milestones that are
interdependent. Proposal should address how this schedule will be met. The anticipated
schedule of activities related to this project is as follows:
Milestone Date
Request for Proposals Apri15, 2001
Proposals Due May 17 2001
Interviews June 14, 2001
Consultant Selection June 15, 2001
Final Scope/Cost July 2, 2001
Council Award of Design Agreement July 16, 2001
Execute Design Agreement/Notice to Proceed July 17, 2001
Conceptual Design Complete October 15, 2001
Final Design Complete January 14, 2002
Caltrans Authorizes Construction Furids January 28, 2002
Advertise for Construction Bids February 6, 2002
Open Bids March 12, 2002
Council Award Construction Contract April 15, 2002
Contract Notice to Proceed May 13, 2002
Construction Complete August 16, 2002
Construction Obligation September 30, 2002
Apri15, 2001
Request for Proposals: De Anza Boulevard Corridor Advanced Traffic Management System
Project
Page 7 of 8
5. Statement: The proposal shall include a statement regarding the consultant's acceptance of
the City's requirements for Disadvantaged Business Enterprises, insurance and
indemnification's, consultant agreements and business license that are presented herein. The
consultant shall clearly state any exceptions. A principal, officer or owner of the firm with
authority to bind the consultant shall sign this statement.
COST PROPOSAL REQUIREMENTS
Cost Proposal: The cost proposal shall cover all traffic engineering services for the project. A
sample one is attached for your review. The basis of payment shall be actual cost plus a fixed fee
with a stated maximum contract limit. Consultant shall submit the cost proposal sealed in separate
envelo e and plainly endorsed "COST PROPOSAL". It shall consist of the following items:
• A one page summary that lists the key items of cost with the total not to exceed the cost of
the work
• Work breakdown by task
• Identification of any unclear contract requirement and suitable resolution for it
• DBE information form, including good faith efforts
Consultant Selection Process: The proposals will be evaluated and ranked by a Consultant
Selection Committee (CSC). The CSC may reject any proposal if it is conditional, incomplete or
contains irregularities. The CSC may waive any immaterial deviation in a proposal. Waiver of an
immaterial deviation shall in no way modify the Request for Proposals documents nor affect
recommendation for award of the contract. The criteria for selection of the consultant shall include:
• Understanding of work
• Experience with similar kinds of work
• Quality of staff assigned to the Project
• Capability of developing innovative or advanced techniques
• Knowledge of Local, State and Federal procedures
The Consultant Selection Committee (CSC) will shortlist and interview no more than three firms.
The consultant will be allowed to make a brief presentation (20 minutes maximum) followed by
questions from the CSC. A formal presentation is not required.
The CSC will evaluate the technical proposals and interviews and rank the consultants based on the
above criteria. The City will negotiate a consultant agreement with the top-ranked consultant. If an
agreement on cost cannot be reached with the first choice, then the City will open negotiations with
the next highest ranked candidate.
April 5, 2001
Request for Proposals: De Anza Boulevard Corridor Advanced Traffic Management System
Project
Page 8 of 8
For any questions please contact Bruce Zaeni of 2;umwalt Engineering Crroup at bzaeni@zeginc.com
or 925-830-5016.
Sincerely,
Ralph A. Qualls, Jr.
Director of Public Works
Raymond D. Chong, P. .
City Traffic Engineer
Attachments: Project Location Map
STP/CMAQ Application 2°d Cycle -Corridor Management Projects
Project Information Form for the Transportation Systems Operations Task Force
Tech/Knowledge Report, Octobe~~ 23, 2000
Disadvantaged Business Enterprise Agreement Requirements
Sample Design Agreement with (:ertifications
Sample Cost Proposal
Insurance Forms
~ C ~
.~
_ v C~
~ ~ ~° e C
UU > ~U U~
~~ ~ -
~ ~~ ~ ~ ~ C
_ a 0 00
~U
L ~ 0 Vallco P
LL ~ ~ 00
Stev s k B d
..
... _ . ,.
~_
~ Silicon Valley IT I
~~U ~ O - WestProject ~ I
oU0 ~ 0 ^
~I~
m •~
--
U Mc Clellan Rd X000 ~ °~ ~ N
o QD
U ~ ~ ~~ ~~
~ D
U U PROJECT
n~--~ ~ ~~ ~ U ~;
U U o~ ~,~~ r ~ C~1 ~l7/7~
~ ~o C~
~ ~ LEGEND
® Cupertino Traffic Signal
~ Joint Traffic Signal
I ~ (~ ~~ ® Potential Traffic Signal
UU TOC~ Traffic Operations Center
- ~ o I Q CCTV Cameras
o
D~
~ ° De Anza Boulevard Corridor
Advanced Traffic Management System Project
~rn~ °
ATTACHMENT D:
STP/CMAQ Application
Project Summary Page
Information
Project
Title: De Anza Blvd Corridor Advanced Traffic Management System
Brief
Description:
Project will install ITS infrastructure along a highly congested MTS regional arterial corridor, De Anza Blvd between
[-Iomestead Rd and Prospect Rd. Project will include t'vee cities plus Caltrans to adequately address this regional corridor. It
will deploy various management strategies to reflect the degree of traffic congestion and expands Silicon Valley Smart
Corridor. Project will deploy video hardware/software to monitor traffic operations. It will link data via Data Exchange
1~TAt..rnr4 of Cm~rf r'nrririnT
Sponsoring
Agency: City of Cupertino
Partnering
Agency: Cities of Sunnyvale & San Jose
County:
Santa Clara
Alameda ~
Contra Costa
Marin
Napa
San Francisco
San Mateo
Santa Clara
Solano
Sonoma
Re tonal ~
Project
Purpose:
System Managemen t.
S stem Manacement
Maintenance/itehab.
Expansion
Transit Operaltons
Safety
Other ~
--
TIP Project
Type: Local roadwsay/Other
State Hwy.
Local roadwa ~ Other
Complete the following for Transit Projects
FTA administered? ^ Yes ^ No
Complete the following for Roadway Projects
Route From
Number Post Mile
Project Local Roads -Signal
Type• Pedestrian -Pavement
• Pedestrian -Signal
Hlghway -Bridge
Highway - HOV
Highway -Interchange
Highway - TOS
Highway -Other
1 nral Rna`ie - PaVPTPn
Air Basin: Bay Area
Ba Area
Sacramento
North Coast
Multi le ~
Transit
U~. Vacaville
Multiple UZAs
To
C~ Post Mile
Contact Information
Raymond Chong
first name last name
(408) 777-3240 - (408) 777-3333 rayc@cupertino.org
phone fax e-mail
address 1
address 2
10300 Torre Ave
Cupertino CA 95014
city
state zip
STP/CMAQ Program Guidance
FY 2000/01 - 2002/03 ATTACHMENT D-2
STP/CMAQ Application
Financial Information
Project Fundi
MTC Funding Program:
Corridor Management
Maintenance/Rehab.
Corridor Mana ement
Regional Transit
TLC-
Customer Service ~
For all numbers, enter the amount needed in each program year, rounded to
the nearest thousand (e.g. $1,325,250 should be entered as $1,325).
Use Federal fiscal years (October 1 -September 30).
Current Federal Funding Request ($1,OOOs)
FY 00101 FY 01!02 FY 02103 Total
Design $ 159,300 $ - $ 159,300
Environmental $ - $ $
ROW $ - $ - ~ $
Construction $ - $ 637,200 $ 637,200
Operating $ - $ - $
Total Request $ 159,300 $ 637,200 $ - $ 796,500
Local Match ($1,OOOs)
FY 00101 FY 01/02 FY 02/03 Total
Design $ 20,700 $ - $ 20,700
Environmental $ - $ - $
ROW $ - $ - $ -
Construction $ - $ 82,800 $ 82,800
Operating $ - $ - $
Total Match $ 20,700 $ 82,800 $ - $ 103,500
Nofe: The obligation
deadline for 2nd Cycle
STP/CMAQ is September 30,
2002 for all non-operation
projects. Therefore, funding
requests should be
constrained to FY 00/01 and
01/02 for all non-operation
Sou
CIP
ICIP
Check %Match ~ 11.50% ~
Prior
Existing TIP ID Number:
Source
Total Prior Programming
Total Project Cost including this Request
Amount
$ -
$ 900,000
STP/CMAQ Program Guidance
FY 2000/01 - 2002/03 ATTACHMENT D-3
STP/CMAQ Application
Financial Information
rro~ect I-unaing ttequest
MTC Funding Program: Corridor Management
Maintenance/Rehab. ~
Corridor Mana ement
Regional Transit
TLC
Customer Service ~
For all numbers, enter the amount needed in each program year, rounded to
the nearest thousand (e.g. $1,325,250 should be entered as $1,325).
Use Federal fiscal years (October 1 -September 30).
~ Current Federal Funding Request ($1,OOOs)
FY 00/01 FY 01/02 FY 02/03 Total
Design $ 159 $ - $ 159
Environmental $ - $ $
ROW $ - $ - $
Construction $ - $ 638 $ 638
Operating $ - $ $
Total Request $ 159 $ 638 $ - $ 797
~ Local Match ($1,OOOs)
FY 00/01 FY 01/02 FY 02/03 Total
Design $ 21 $ - $ 21
Environmental $ - $ - $
ROW $ - $ - $
Construction $ - $ 82 $ 82
Operating $ - $ - $
Total Match $ 21 $ 82 $ - $ 103
Note: The obligation-
,deadline for 2nd Cycle
,STP/CMAQ is September 30,
2002 for all non-operation
projects. Therefore, funding
requests should be
constrained to FY 00/01 and
01/02 for all non-operation
projects.
Sou
CIP
CIP
Check %Match 11.44% ~
rnor rrvgrarnrm
Existing TIP ID Number:
Amount
I Source
Total Prior Programming
Total Project Cost including this Request
$ -
$ 900
STP/CMAQ Program Guidance
FY 2000/01 - 2002/03 ATTACHMENT D-3
STP/CMAQ Application
Milestones and Map
Nrolect. Milestones
Use Federal fiscal years (October 1 -September 30).
Enter NIA if the task is not applicable to the project.
Milestone FY Quarter
Field Review 00/01 1st
Environmental Certification 00/01 1st
Right of Way Certification 00/01 2nd
PS&E Complete 00/01 4th
Construction E-76 form 01J02 1st
Ready to Advertise ~ 0102 1st
Project Completion (open for use) 01/02 4th
1st Qtr = Oct 1 -Dec 31
2nd Qtr =Jan 1 -March 31
3rd Qtr =April 1 -June 30
4th Qtr = Jul 1 -Sept 30
for 2nd Cycle STP/CMAQ is
iSeptember 30, 2002 for all non-
operation projects. Therefore,
all milestones prior to and
including "Construction E-76
form" should occur by the 4th
quarter of federal FY 2002.
Project Maps
Please attach two maps.
1) Show the project location within the county or region; and
2) Show aclose-up of the project boundaries and connections to existing facilities.
STP/CMAQ Program Guidance
FY 2000/01 - 2002/03 ATTACHMENT D-4
STP/CMAQ Application
Corridor Management Supplement
corridor Manaaement Program screening ~nieria
Check all screening criteria that apply:
Project is eligible for STP or CMAQ under Federal guidelines an~i is consistent with the list of eligible strategies.
Project is included in a corridor management plan.
Project is consistent with the 1998 RTP.
Q Project is on the MTS or significantly benefits the MTS.
All project funds, except operating assistance, can be fully obligated by September 30, 2002.
Operating assistance can be obligated by September 30, 2003.
Project is financially viable and fully funded. The non-federal rcatch is at least 11.5% of the total project cost.
Project is well defined, and results in a usable segment.
Corridor Management Program Supplemental Intormation
Corridor:
Santa Clara Subarea
North Bay East West ~
North/ Central Oakland Subarea
Peninsula/Coastide
Richmond Bridge
San Frandsrn Subarea
Sant Ira ar a
I-80
I-580
I-680 North ~
Other Information (check all that apply):
^ Project would purchase new transit vehicles. (Go to **.)
^ Project would provide operating assistance for a transit service, trafflc~transit management or traveler information center/system. (Go to **.)
** Please explain how the associated service is a corridor management strategy.
Reference corridor management objectives.
** Ple
#5, #13, #15, #17, #18, and #21
3se cite policy document demonstrating financial capacity to operate the service.
FY 2000/01 - 2002/03 A-rrAC:riM~N r u-~
STP/CMAQ Application
Rehabilitation Supplement
Kenabliitatlon Proaram 5creening ~rrcerta
Check all screening criteria that apply:
^ Project is eligible for STP or CMAQ under Federal guidelines and is consistent with the list of eligible strategies.
^ Project Is in an adopted regional local plan.
^ Project is consistent with the 1998 RTP.
^ Project funds can be fully obligated by September 30, 2002.
^ Project is financially viable and fully funded. The non-federal match Is at least 11.5% of the total project cost
^ Project is well defined, and results in a usable segment
^ If a streets and roads project, the sponsoring agency has a certified Pavement Management System.
^ Project meets rehabilitation standards (please check appropriate standard below):
^ Roadway rehabilitation projects have a PCI of 60 or less.
^ Eligible preventive maintenance projects have a PCI of 85 or less.
^ Transit projects use/age consistent with FTA regulatlons.
Rehabilitation Program Supplemental Information
Project Type:
Transit ~
Roadwa
Project Tier:
Roadway Transit
Tier 1-MTS Pavement ~
Tier 2 -Non-MTS Pavement
Tier 3 -MTS Non-Pavement
Tier 4 -Non-MTS Non-Pavement ~
MTS = Metropolitan~Transportation System.
Non-MTS must be federal aid eligible - inGudes road-ways
Gassified above that of rural minor collector or urban local.
Tier 1-Safety
Tier 1- ADA
Tier 1-Maintenance Fadlities and Heavy Equipment
Tier 2 -Stations
Tier 2 -Shelters
Tier 2 -Station Parking
Tier 2 - Intermodal Facilities
Tier 3 -Non-revenue Vehicles
Tier 3 -Office equipment
Percentage of Project Cost for Amenities (for Roadway Projects Only)
Ges InGude bike lanes, signalization, tum poGCets, transit pwi-outs, siaewaix ramps, gu
amenities are greater than 20% of the total project cost are considered non-pavement
^ If a local streets and roads project, the project is also aitical for transit vehicles and/or bicycles and pedesMans.
Request for Exception fo General Rehabilitation Po1/cy
Check all that apply:
^ Project involves expansion to the existing transportation system.
^ The sponsor has confirmed with the County CMA that all transportation maintenance and rehabilitation needs have been met within the
STP/CMAQ Program Guidance
FY 2000/01 - 2002/03 ATTACHMENT D-6
STP/CMAQ Application
Multi-County/Region~31 Transit Supplement
Multi-County Regional Transit Program Screening t:.riteria
Check all screening criteria that apply:
^ Project is eligible for STP or CMAQ under Federal regulations and is ronsistent with the list of eligible sbategies.
^ Project is In an adopted regional/local plan.
^ Project Is consistent with the 1998 RTP.
^ Project funds can be fully obligated by September 30, 2002.
^ Project is financially viable and fully funded. The non-federal match is at least 11.5% of the total project mst
^ Project Is well defined, and results in a usable segment.
Multi-County/Regional Transit Program Supplemenital Information
Regional/Non-Regional• ~ Note: Project is regional if it meeets
conditions 1 and 2 below.
Regional
~on-Regional
Project Tier:
Regional Nan - A'egional
Tier 1 -Safety . Tier 2 -Safety ~
Tier 1 -ADA Tier 2 -ADA
Tier 1 -Maintenance Fadlities and Heavy Equipment Tier 2 -Maintenance Fadlities and Heavy Equipment
Tier 1 -Stations Tier 2 -Stations
Tier 1 -Shelters . Tier 2 -Shelters '~'
Check all conditions that apply:
~ • ^ Fifty percent of project: benefidaries lie outside of the county in which project is located.
(For multi~ounty system-wide proiecfs, fhis requirement need only be satisfied for one constituent county.
location of hoardings may be used if reside~ace is not available.)
Z• ^ The project: meets one of the following thresholds of interregional travel volumes (check all that apply):
^ A minimum of three (3) countles must each contribute at least 10% of trips on the fadlity; or
^.The fadlity must handle over 10% of file region's transit trips (10% of 1.236 million trips = 124,000 trips).
3• ^ The sponsor believes the project should be dassifled as regional based on its key Importance to a major corridor, as Identified in the RTP.
Request for Exception to General Multi-County/Regional Transff Policy
Check all that apply:
^ Project: Involves expansion to the existing transportation system.
^ The sponsor has confirmed that all transit maintenance and rehabilitation needs have been met within the subject urbanized area.
STP/CMAQ Program Guidance
FY 2000/01 - 2002/03 ATTACHMENT D-7
e
Advanced Traffic Management Systems rroject
,~~
. ;:
t'~; P O usaiot ..
3
!!~
t ~~
~ LOS
'~ ~ F
.,~-~*~y
l ~~
~.
IN
1 260
^~`i
CURER
jJ~'G?~
C 47/UN
SA
~ HWY 1T ~'~~ ~,
C
~ .~~
~~~~~
~~ >~ro
,ya F
~._
-_ ti
v '~+a' '~ H1^!1'85 ~ '' i}5~'x~ ~I
MONT ~ + u~ . ~~ ~ -
.,
J' ~ LOSIGATOS W ~ ~
~„ ~ ~ ~ ~ ~'
„~ y
.-~~~~~ Y
~r. ~ ~~.
~ \~ '~~~
`.~.
MORGAtJ HIL ;~
us tot
~~~
i ~ 4~,
~ti ~~ ~ ~
~ ~'.
`•~ liwv t sz _~r ~ "t F
~ • GILROY ~~~'~
a~1~r ~~~. ~~ j ~~~
r
'.~~
TT ~
t-• 1\~-~
~1,.
t
~~~ ~.
f__ ;
f/
~' i
~~ ~
'1
SOUrCE:: M I L 1 yytl/t I AK
09/15/98
Transportation Systems Operations Task Force
Project Information Form
Project Title: Silicon Valley Smart Corridor Link - De Anza Boulevard
Please indicate if this is a System Reliability/Utilization or Safety/Security project by
checking one of the following boxes:
X System Reliability/Utilization ^ Safety/Security
Please include statements in the "Description" section below that address the following:
• For System ReliabiliTy/Utilization projects, the description should address
how the project meets freight and passenger criteria, guidelines for estimating
reliability/utilization impact and priority MTS management strategies (Tables
1 and 2 of the attached Draft Scoring Criteria).
• For Safety/Security projects, the description should address how the project
meets guidelines for estimating safety (Table 3 of the Draft Scoring Criteria).
• For Bonus Point consideration include information on how your project
addresses the following: (refer to page 6,7,8 of draft MTC Screening Criteria)
1. Benefits to multi-modal system
2. Promotes deployment of ITS~technologies
3. Addresses TCMs
Description: Project is an expansion of the Silicon Valley Smart Corridor Project in the
West Valley in Cupertino with San Jose on De Anna Boulevard to monitor
traffic flows and detect incidents for real time management. De Anza
Boulevard is an eight-lane MTS regional arterial and CMP principal
arterial, which carries 52,000 vehicles per day. It will extend from
Homestead Road to Prospect Road with an extension on Wolfe Road, a
six-lane MTS regional arterial and CMP principal arterial, from Interstate
Route 280 to Homestead Road. Project will provide cooperative
interagency management of De Anza Boulevazd. Industrial and
commercial corridors aze major activity centers. This Project will follow
the Stevens Creek Boulevard phase.
Project will: install surveillance equipment (video traffic detection
systems) at two interchanges at Interstate Route 280 and State Route 85
(four CMP intersections) and another three CMP intersections on De Anza
Boulevard (at Homestead Road, Bollinger Road, and Prospect Road) and
one General Plan intersection on Wolfe Road (at Homestead Road); install
fiber optics cable from Cupertino Traffic Operations Center to linkup with
Silicon Valley Smart Corridor; install "smart" traffic data collection
stations; install system detectors; and retime traffic signals on De Anza
Boulevazd and Wolfe Road. City is currently implementing an Advanced
Fill out this form for each project to be considered for the first cycle ofTEA-2125%
funding, with a project obligation date of September 30, 2001.
09/15/98
Traffic Management System for our four arterials.
Project will improve traffic movements in the Interstate Route 280 and
State Route 85 corridors with De Anza Boulevard. Project benefits
include time savings and better levels of service on freeway and arterial
corridors. It will provide inter;~gency signal coordination/communication
inter-ties with data exchange network.
Project will improve freight rr~ovements on City truck route on De Anza
Boulevard. It will improve system reliability/utilization by the use of
traffic operation surveillance quid priority arterial management strategies
for signals, including retime/fi.ne tune arteriaUnetwork plans/strategies to
reflect current traffic patterns, install "smart" traffic data collection
stations, provide interagency ;signal coordination/communication inter-
ties, and establish interagency operating agreements.
Cupertino is seeking $796,50(1 in 25% Program funds from MTC for
Project.
Cupertino will implement the Project with three partners, City of San Jose,
City of Sunnyvale, and Caltra:zs. Project will significantly benefit freight
movements on City truck routes and SCVTA bus services on grid bus
routes in the CMP Transit Network on both De Anza Boulevard and
Wolfe Road. The Project will promote deployment of ITS technologies
for system management by us~~ of traffic signal control with traffic
surveillance systems and traffic management center with Silicon Valley
Smart Corridor plus incident management by detection. Project will
implement Federal and State transportation control measures in signal
timing along De Anna Boulevard and Wolfe Road.
Lead Agency: City of Cupertino
Co-sponsor(s): City of San Jose, City of Sunnyvale, Caltrans
TEA-21 25% Funding Request $796,500
Total Project Cost Estimate: $900,000
Fill out this form for each project to be considered for the first cycle of TEA-2125%
funding, with a project obligation date of ~~eptember 30, 2001.
Tech/Knowledge, Inc.
Voice and Information Technology Consultants
October 23, 2000
Mr. Kevin G. Aguigui, PE
Senior Transportation Systems Engineer
DKS Associates
1956 Webster Street
Suite 300
Oakland, California 94612
Dear Mr. Aguigui:
Pursuant to our engagement of September 8, 2000, we are pleased to present our study
and recommendations regazding potential wireless transmission design options for a
CCTV system for the City of Cupertino, California.
Intent of Study
To identify potential system designs for a network of CCTV cameras to monitor traffic
conditions in the City of Cupertino, California. This monitoring is to occur in real time,
and should provide ahigh-quality, full-motion picture from the intersection under
observation to the City's Traffic Operations Center located at City Hall.
Potential Design Alternatives Considered
Conventional Point-To-Point Analog Video
With this option, a single microwave radio carrying a video signal (with a return
subchannel for camera control information) would be located at each intersection, and
aimed at a common hub site. The receiving end would feed down into the Traffic
Operations Center (TOC). Analog video would be demodulated from each location, and
viewed through conventional video display, monitoring and recording equipment.
This option is unsuited for the city. The most basic reason is physical. No line of sight
exists from most of the locations to any appropriate central point. There is no large tower
(nor is it practical to construct one) in the City Hall area to accommodate the required 17
receiving antennas. City Hall is aloes-profile building, and aesthetic constraints will
probably render the installation of a large number of even 9" dish antennas at substantial
elevation infeasible.
These same physical factors complicate the ability of any traditional hub-and-spoke
architecture to function in Cupertino, regardless of the nature of the transmission, digital
or analog.
200 E. Del Mar Boulevard, Suite 300, Pasadena, California 91105 • (626j 844-1000 • (626) 844-1001 Fax
Combination Chain/Hub-And-Spoke Di ital Network
Given the poor line-of--sight conditions that exist throughout the city for a network with
such broad coverage, we believe the only feasible option is a hybrid design -- one that
incorporates elements of both a convention~cl hub-and-spoke architecture and a so-called
"daisy chain" configuration, -where sites conununicate in a linear fashion from one to the
next.
In order to implement any wireless option, it will be necessary to hub the network at a
point other than City Hall. The City Hall cannot serve as an appropriate hub site because
of its low height. We believe the installatio» of the 200-foot tower that would be needed
would not be well received in the community. Fortunately, there exists a large office
complex adjacent to City Hall that appears to be among the tallest buildings in town.
This complex would make an ideal hub site for the network. However, even with the
height that would be gained by hubbing from this location, we do not have adequate line-
of-sight to all points.
Thus, we propose that the network would communicate from the office tower to 6
locations that do have good line-of-sight. TF~ose intersections would relay down the street
to the next monitored intersection, and then to the next, and so on, since the intersections
are, for the most part, capable of seeing each other. There are important exceptions to
this case, which we will discuss in detail later.
Discussion of Recommended Design
In order for us to implement the envisioned design concept, it will be necessary for us to
use digital video transmission methods, rather than conventional analog methods. No
radio that could meet the size requirements for this project can transmit more than a
single analog video channel.
Low-cost equipment exists that will encode an analog video signal so that it can be
transmitted on a standard local area network, using Internet Protocol (IP), while
maintaining high picture quality. This equipment, as we would use it in this network,
would provide an SVHS-quality picture while using only using about one-fourth of a
standard 10 Mb/S Ethernet. Our design would place no more than four cameras on a
single circuit, permitting all cameras to be monitored simultaneously at the TOC. These
devices, called Camera Servers, also provide: the interface to the integrated dome/camera
package to control pan, tilt and zoom operation.
In essence, we recommend the implementati~~n of a wide-area network with six 10 Mb/S
circuits hubbed at the office tower. These would be switched at the office tower into a
single 100 Mb/S circuit that would be transmitted on a 5.8 GHz unlicensed radio from the
office tower to City Hall.
-~!-
Tech/Knowledge, Inc.
This network would be routed around the TOC as required, and could, in fact, be made
readily accessible to any authorized user on the City's internal LA.N, if the City so desired.
The camera feeds could even be made available to the public through the Internet, again,
if desired.
Viewing in the TOC, as at any other authorized location, would be from existing PCs
located in the Center. Camera control and pan, tilt and zoom functions would also be
controlled from the same desktop workstations.
We would recommend the use of licensed 23GHz microwave frequencies for the majority
of the links to minimize the risk of interference from other operations. In our design,
only one link, the link between City Hall and the Office Towers, is unlicensed. This is
because the path length between the two sites is so short and has a strong elevation
change that interference should not be an issue. Also, the Federal Communications
Commission does not permit bandwidths sufficient to transmit all of the needed data in
the short-range licensed bands. Thus, we have little other choice than to use this type of
radio for this one high-bandwidth link.
Some camera locations are sufficiently close together that instead of connecting them
with their own radio, we would combine locations to reduce expense. For example, at
locations 2 and 20, we would avail ourselves of the in-place twisted pair cable (where
possible) and baluns to convert and send the video signal the short distance in question.
A balun is a simple, low-cost transformer-type device to convert from a balanced
transmission line to an unbalanced line (thus, balun). Video would require one pair. The
camera control and PTZ signals would be sent in the native RS-485 used by the camera
and the camera server. Operation up to 4000 cable feet is possible with this mode of
connection.
As previously mentioned, we do have one substantial area of complication in
implementing this design. Wolfe Road, from Homestead to Vallco Parkway, is heavily
tree-lined, and reliable line of sight does not exist. Further, the Vallco Mall, built over
Wolfe Road, blocks signals aimed north on Wolfe from the corner of Wolfe and Steven
Creek, which has the needed line-of--sight to the office tower hub point.
We see two possibilities for communicating with these three impacted locations. First,
direct cabling, preferably by fiber optic cabling, may be possible to these sites through
existing city-owned conduit. Alternatively, it may be possible to use lower-frequency
radios that operate in unlicensed bands that are not as readily impacted by foliage to "burn
through" (in the figurative sense only, of course) the trees with proper antennas. It would
still be necessary to place a repeater of some form on the roof of the Vallco Mall to
"bend" the signal over that structure, however. This would be a very simple device that
could be placed on the roof, and solar powered, without any direct physical connection to
the building whatsoever.
-3-
Tech/Knowledge, Inc.
For purposes of this report, we have assumE;d the direct cable method is likely to be the
more expensive option, and have chosen it for our budgetary pricing. It would be
necessary to field-test prior to selecting the other option, which is beyond the scope of
this study.
Assumptions
We have made certain assumptions in prep~-ring the design recommended in this report.
Many of them are key to the success of the project. If any of these are invalid,
complications of varying levels of impact will be incurred.
Space
We assume that sufficient space is available in each signal cabinet to accommodate a
"wall wart" 24 VAC power supply, the 1" X 4" X 6" Video Server, and the 3.5"X 17" X
9.5" microwave indoor unit. Some sites will require two microwave indoor units. The
integrated antenna/RF unit will be mounted atop the signal pole.
Power
We assume sufficient 110 VAC power, not ro exceed 2 A, will be available at each site,
and that a dedicated 110V, 15 A circuit will tie available at the office complex.
Availability of Communications Site
We assume the City will be able to conclude: a satisfactory agreement with the owner of
the Twin Towers Office Complex for the use of their building(s) as a communications
site. It should be noted that communications equipment of some form is likely already
installed in the building, as antennas were ob:~erved on the roof.
Following this section of our report are listings of the locations considered, a network
diagram, a detailed equipment listing per site, and a budgetary estimate of costs. If the
City wishes to discuss the issues further, if further testing is desired, or if we may be of
any further service, we are at your disposal. ]may be contacted at (800) 818-8324.
Yours Very Truly,
Timothy V. Peters
President
-4-
Tech/Knowledge, Inc.
City of Cupertino
Recommended Network Topology
CCTV Traffic Monitoring Network
ptic
ly Hall -
i.8 GHz
~dio)
-5-
Tech/Knowledge, Inc.
Locations Considered
(Location Numbers Taken from Map Supplied by DKS Associates)
Loc. No. Name Latitude Lon itude
2 Stevens Creek Blvd. & SR 85(V~~) 37° 19.38' 122° 03.08'
4 Stevens Creek Blvd. & Stellin l(Zd. 37° 19.38' 122° 02.52'
7 Stevens Creek Blvd. & Blane ~-ve. 37° 19.39' 122° 01.40'
10 Stevens Creek Blvd. & Wolfe R~3. 37° 19.39' 122° 00.87'
20 Stevens Creek Blvd. & SR 85(E;) 37° 19.38' 122° 02.95'
21 De Anza Blvd. & Homestead Rcl. 37° 20.24' 122° 01.93'
22 De Anza Blvd. & I-280 (N) 37° 20.10' 122° 01.93'
23 De Anza Blvd. & I-280 (S) 37° 20.01' 122° 01.93'
26 De Anza Blvd. & Stevens Creek Blvd. 37° 19.38' 122° 01.93'
27 De Anza Blvd. & Rodri ues Ave;. 37° 19.18' 122° 01.93'
29 De Anza Blvd. & Bollin er Rd. 37° 18.76' 122° 01.92'
32 De Anza Blvd. & SR 85 (N) 37° 18.08 122° 01.92'
33 De Anza Blvd. & SR 85 (S) 37° 18.04 122° 01.92'
35 De Anza Blvd. & Pros ect Rd. 37° 17.63' 122° 01.92'
41 Wolfe Rd. & Homestead Rd. 37° 20.26' 122° 00.87
43 Wolfe Rd. & I-280 (N) 37° 19.94' 122° 00.87'
44 Wolfe Rd. & I-280 (S) 37° 19.77' 122° 00.87'
None Twin Towers Office Buildin Com lex 37° 19.27' 122° 01.81'
Positions taken by GPS without differential correction.
-6-
Tech/Knowledge, Inc.
Equipment Reuuired Per Site
Loc. No. Name
2 Stevens Creek Blvd. & SR 85(W)
4 Stevens Creek Blvd. & Stellin Rd.
7 Stevens Creek Blvd. & Blane Ave.
10 Stevens Creek Blvd. & Wolfe Rd.
20 Stevens Creek Blvd. & SR 85(E)
21 De Anza Blvd. & Homestead Rd.
22 De Anza Blvd. & I-280 (N
23 De Anza Blvd. & I-280 (S)
26 De Anza Blvd. & Stevens Creek Blvd.
27 De Anza Blvd. & Rodri ues Ave.
29 De Anza Blvd. & Bollin er Rd.
32 De Anza Blvd. & SR 85 (N)
33 De Anza Blvd. & SR 85 (S)
35 De Anza Blvd. & Pros ect Rd.
41 Wolfe Rd. & Homestead Rd.
43 Wolfe Rd. & I-280 (N)
44 Wolfe Rd. & I-280 (S)
None Cit Hall Traffic O erations Center
None Twin Towers Office Buildin Com lex
Location 2
1 Pelco Spectra IISDSBC-PG-EO Integrated Camera/Dome System
1 24 VAC Power Supply
No transmission equipment - Fed by wire from Location 20
Location 4
1 Pelco Spectra IISDSBC-PG-EO Integrated Camera/Dome System
1 24 VAC Power Supply
2 ea. Southwest Microwave 1100-LAN-FD 23 GHz Microwave Radios
1 ea. AXIS 2401 Camera Server
1 ea. Netgeaz DS 104 Ethernet Hub
Location 7
1 Pelco Spectra II SD5BC-PG-EO Integrated Camera/Dome System
1 24 VAC Power Supply
1 ea. Southwest Microwave 1100-LAN-FD 23 GHz Microwave Radios
1 ea. AXIS 2401 Camera Server
1 ea. Netgear DS 104 Ethernet Hub
-7-
Tech/Knowledge, Inc.
Location 10
1 Pelco Spectra IISDSBC-PG-EO Integrated Camera/Dome System
1 24 VAC Power Supply
1 ea. Southwest Microwave 1100-LAN-FD :'.3 GHz Microwave Radios
4 ea. AXIS 2401 Camera Server
1 ea. Netgear DS 10$ Ethernet Hub
Location 20
1 Pelco Spectra IISDSBC-PG-EO Integrated! Camera/Dome System
1 24 VAC Power Supply
1 ea. Southwest Microwave 1100-LAN-FD 23 GHz Microwave Radio
2 ea. AXIS 2401 Camera Servers
1 ea. Netgear DS 104 Ethernet Hub
Location 21
1 Pelco Spectra IISDSBC-PG-EO Integrated Camera/Dome System
1 24 VAC Power Supply
No transmission equipment -Fed by wire from Location 23
Location 22
1 Pelco Spectra IISDSBC-PG-EO Integrated Camera/Dome System
1 24 VAC Power Supply
No transmission equipment -Fed by wire from Location 23
Location 23
1 Pelco Spectra IISDSBC-PG-EO Integrated Camera/Dome System
1 24 VAC Power Supply
1 ea. Southwest Microwave 1100-LAN-FD 23 GHz Microwave Radio
3 ea. AXIS 2401 Camera Servers
1 ea. Netgear DS 104 Ethernet Hub
Location 26
1 Pelco Spectra IISDSBC-PG-EO Integrated Camera/Dome System
124 VAC Power Supply
2 ea. Southwest Microwave 1100-LAN-FD 2:3 GHz Microwave Radios
1 ea. AXIS 2401 Camera Server
1 ea. Netgear DS 104 Ethernet Hub
- 8'
Tech/Knowledge, Inc.
Location 27
1 Pelco Spectra IISDSBC-PG-EO Integrated Camera/Dome System
1 24 VAC Power Supply
1 ea. Southwest Microwave 1100-LAN-FD 23 GHz Microwave Radio
1 ea. AXIS 2401 Camera Server
1 ea. Netgear DS 104 Ethernet Hub
Location 29
1 Pelco Spectra IISDSBC-PG-EO Integrated Camera/Dome System
1 24 VAC Power Supply
2 ea. Southwest Microwave 1100-LAN-FD 23 GHz Microwave Radios
1 ea. AXIS 2401 Camera Server
1 ea. Netgear DS 104 Ethernet Hub
Location 32
1 Pelco Spectra IISDSBC-PG-EO Integrated Camera/Dome System
1 24 VAC Power Supply
2 ea. Southwest Microwave 1100-LAN-FD 23 GHz Microwave Radios
2 ea. AXIS 2401 Camera Server
1 ea. Netgear DS 104 Ethernet Hub
Location 33
1 Pelco Spectra IISDSBC-PG-EO Integrated Camera/Dome System
1 24 VAC Power Supply
No transmission equipment -Fed by wire from Location 32
Location 35
1 Pelco Spectra IISDSBC-PG-EO Integrated Camera/Dome System
1 24 VAC Power Supply
1 ea. Southwest Microwave 1100-LAN-FD 23 GHz Microwave Radio
1 ea. AXIS 2401 Camera Server
1 ea. Netgear DS 104 Ethernet Hub
Location 41
1 Pelco Spectra IISDSBC-PG-EO Integrated Camera/Dome System
1 24 VAC Power Supply
No transmission equipment -Fed by wire from Location 10
-9-
Tech/Knowledge, Inc.
Location 43
1 Pelco Spectra IISDSBC-PG-EO Integrated Camera/Dome System
1 24 VAC Power Supply
No transmission equipment -Fed by wire from Location 10
Location 44
1 Pelco Spectra IISDSBC-PG-EO Integrated. Camera/Dome System
1 24 VAC Power Supply
No transmission equipment -Fed by wire from Location 10
Twin Towers Office Complex Site
6 Southwest Microwave 1100 LAN-FD 23 Gd3z Microwave Radios
1 Wavespan Stratum 100 5.8 GHz Unlicensed 100 Mb/S Radio
1 Netgear FS516 10/100 Switch
City Hall TOC
1 Wavespan Stratum 100 5.8 GHz Unlicensed 100 Mb/S Radio
1 Netgear FS516 10/100 Switch
-10-
Tech/Knowledge, Inc.
Project Bud~etary Cost Estimate
Equipment
17 Pelco Spectra II Integrated Camera/Dome Systems $2,900.00 $49,300.00
17 24 Volt Power Supplies $100.00 $1,700.00
10 SW Microwave 1100-LAN-FD Radio Systems $15,850.00 $158,850.00
1 Wavespan Spectrum 100 100Mb/S Radio System $43,000.00 $43,000.00
17 Axis 2401 Video Servers $1,350.00 $22,950.00
9 Netgeaz DS 104 Hubs $75.00 $675.00
1 Netgeaz DS108 Hubs $125.00 $125.00
2 NetgeazFS516 Switches $1,062.00 $1,062.00
1 Cabinet for Building Site $1,800.00 1 800.00
TOTAL $279,462.00
Material
50,000 Inter-Facility Cable (ft) $0.20 $10,000.00
Lot Other Miscellaneous 4 000.00
TOTAL $14,000.00
Labor
60 Man-Days @ $1,000/Man-Day 60 000.00
TOTAL $60,000.00
GRAND TOTAL ,~~~
-11-
Tech/Knowledge, Inc.
OueA Av.
Tanlau Av.
N -
Fineh Av. J2
NbHe Rd.
et `r ~ ~ < ~ o~
` Miller Av.
~ cR m ~
c
m
Heron Av. Pedmeler Rd. d
~
~ z
m g
Padal Av.
Blaney Av.
i. Blar ey Av.
Blaney Av.
fJ
~
Vkta Dc ~. ~
Blue Jay . y /
~ y
Dr. a $ Torre Av. ~
m
z
' ~
De Anxa
BNd m
6aratope Sunnyvale Rd.
~
N l
7
N N N a N ~
N
N . ~
N pp
f'I t7 N ~
M f7 ~
~
Bandley Dr.
~ Q
~
J~
.g ~ P~
Franco Cl. q ~ ~ i ~ ~
3 ~ ~ ~F-Oc
~i c
~ C
SlelAnp Rd.
a Stetlinp Rd.
~ ~ '~
8 ~, g
¢
'` o
Mary Av. N
Mary Av. Bubb Rd.
N ~y¢d• ~~te~ ~
WY•
0
wrgnt Av.
V
Maln Dr. Onrpe Av. O
J
~
~
L
Ma
l
e A
x
n
v.
V
N ~
c
C /
~
V
N
U
Foanm Bt. ~ ~ ~
~ m ~ C
U
~?
a~ ~
N ii a
Q~
~.,
.~
V
O
y
y
EdaWfLlaed
Local Assistance Procedures Manual
EXHIBIT 10-I
Disadvantaged Business Enterprise Agreement Requirtments
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
CONSULTANT CONTRACT REQUIREMENTS'
Project Location/Identification
The provisions of Title 49, Part 23, Code of Federal Regulations (49 CFR 23) and the Local
Agency 's adopted DBE Program require that Disadvantaged Business Enterprises
(DBEs) have the opportunity to participate in federally-funded, transportation projects. The
agency has established a goal of ( ep rcent) DBE participation in this consultant contract.
In order to meet these requirements, the following criteria have been established:
Participation by Caltrans' certified DBEs as a prime consultant or sub-consultants in this
contract or
2. A good faith effort by the prime consultant in trying to secure participation by DBEs prior to
award of this contract. Documentation of agood-faith-effort is to be submitted in writing
and consists of the following:
a) A list of Caltrans' certified DBEs solicited.
b) Description of efforts to use the services of available minority community organizations;
minority contractor groups; women contractor groups; and local, State, and Federal
minority business assistance centers in the recruitment and placement of DBEs including
name of contact, date of contact, and information they provided.
c) Identification of the portions of the work to be performed by DBEs including type of
work and dollar-value.
d) Documentation of good-faith negotiations between subcontractors and interested DBEs
including names and dollar-values of all bids.
' Include goal as part of the contract announcement & DBE use in contract requirements and negotiations
Page 10-47
February 1, 1998
EXHBIT 10-I Local Assistance Procedures Manual
Disadvantaged Business Enterprise Agreement Requirtments
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
CONSULTANT CONTRACT VERIFICATION
Project Location/Identification
The provisions of Title 49, Part 23, Code of Federal Regulations (49 CFR 23) and the Local
Agency 's adopted DBE Program require that Disadvantaged Business Enterprises
(DBEs) have the opportunity to participate in federally-funded, transportation projects. The
agency has established program goals of ercent) for the (fiscal year). The agency has
established a goal of ercent) DBE participation in -this consultant contract.
In order to meet these requirements, the following ac;tions have been achieved:
1. ( ercent) DBE participation for this consultant contract has been achieved by participation by
Caltrans' certified DBEs as a prime consultant or sub-consultants in this contract. or
2. A good faith effort was made by the agency to solicit participation by DBE prime consultants
and by the prime consultant in trying to secure participation by DBEs prior to award of this
contract. Documentation of a good faith effort is included in writing and consists of the
following:
a) A list of Caltrans' certified DBEs solicited.
b) Description of efforts to use the services of z.vailable minority community organizations;
minority contractor groups; women contract~~r groups; and local, State, and Federal
minority business assistance centers in the recruitment and placement of DBEs including
name of contact, date of contact, and inform;ition they provided.
c) Identification of the portions of the work to Ise performed by DBEs including type of
work and dollar-value.
d) Documentation of good-faith negotiations between subcontractors and interested DBEs
including names and dollar-values of all bids:).
Signed
Agency DBE Liaison Officer
Agency Contract Administrator
Page 10-48
February 1,1998
P.O.#
CONTRACT AMOUNT $
ACCOUNT NO.
AGREEMENT
THIS AGREEMENT, made and entered into this day of , 2000, by and between the
CITY OF CUPERTINO, a municipal corporation of California, hereinafter referred to as "CITY", and
• , a consulting firm with offices at
,hereinafter referred to as "CONSULTANT";
WITNESSETFI:
WHEREAS, CITY desires to retain traffic engineering services in conjunction with
and
WHEREAS, CITY desires to engage CONSULTANT to provide these services by reason of its
qualifications and experience for performing such services, and-CONSULTANT has offered to provide
the required services on the terms and in the manner set forth herein;
NOW, THEREFORE, in consideration of their mutual covenants, the parties hereto agree as
follows: '
1. DEFII~IITIONS.
~• (a) The word "City" as used in this agreement shall mean and include all the territory
lying within the municipal boundaries, of the City of Cupertino, California, as presently existing, plus all
territory which may be added thereto during the term of this agreement by annexation or otherwise.
(b) The term "City Manager" shall mean the duly appointed City Manager of the City of
Cupertino, California, or his designated representative.
(c) The term "City Attorney" shall mean the duly appointed City Attorney of the City of
Cupertino, California, or his designated representative.
(d) The term "City Clerk" shall mean the duly appointed City Clerk of the City of
Cupertino, California, or her designated representative.
2. CONSULTANT CONTRACT ADMINISTRATION.
(a) Cam. The City Manager shall be representative of CITY for all purposes under
this agreement. is hereby designated as the CONTRACT
ADMINISTRATOR for the City Manager and shall supervise the progress and execution of this
agreement. •
(b) Consultant. CONSULTANT shall assign a PROJECT MANAGER to have
overall responsibility for the progress and execution of this agreement for CONSULTANT.
is hereby designated as the PROJECT MANAGER. Should circumstances or
conditions subsequent to the execution of this consultant agreement require a substitute PROJECT
MANAGER for any reason, the PROJECT MANAGER designee shall be subject to the prior written
acceptance and approval of the CONTRACT ADMINISTRATOR.
3. DESCRIPTION OF WORK.
(a) Services to be Furnished., CONSULTANT shall provide all specified services as
set forth in the following documents:
(1) CONSULTANT`'s " ~~
dated , 2000, attached as Exhibit A.
(b) Laws to be Observed. Cc~NSULTANT shall:
(1) Procure all permits and licenses, pay all charges and fees, and give all
notices which may be necessary and incident to ttie due and lawful prosecution of the services to be
performed by CONSULTANT under this agreement.
(2) Keep itself fully informed of all existing and future federal, state, and
local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed
under this agreement, any materials used in CONSULTANT's performance under this agreement, or the
conduct of the services under this agreement.
(3) At all times, exercise due professional care to observe and comply with,
and cause all of its subconsultants and employees„ if any, to observe and comply with all of said laws,
ordinances, regulations, orders, and decrees mentioned above;
(4) Immediately report to the CONTRACT ADMINISTRATOR in writing
any discrepancy or inconsistency it discovers in s~iid laws, ordinances, regulations, orders, and decrees
mentioned above in relation to any plans, drawings, specifications, or provisions of this agreement.
~.
r (c) Release to Reports and Information. Any reports, information, data, or other
material given to, or prepared or assembled by CONSULTANT or its subconsultants, if any, under this
agreement shall be the property of CITY following final payment to CONSULTANT, and shall not be
made available to any individual or organization try CONSULTANT or its subconsultants, if any, under
this agreement without the prior written approval of the ,City Manager.
(d) Qualifications of CONStLTANT. CONSULTANT represents that it is
qualified to furnish the services described under this agreement.
4. TIME OF BEGINNING AND CC)MPLETION.
CONSULTANT shall begin work after letter of notification has been sent to the CONSULTANT
from the CITY. Work will be completed by
5. PAYMENTS.
The basis of payment for the services provided by the CONSULTANT under this
agreement shall be on a time and expenses basis iii accordance with the CONSULTANT'S Fee Schedule,
attached as Exhibit B.
Total expenditures made under this agreement shall not exceed the sum of $
?age 2
RECORDS RETENTION.
The CONSULTANT'S records shall be retained for inspection by the CITY, or their duly
authorized representative for three years after final payment to the CONSULTANT.
CONTINGENT FEES.
Covenant Against Contingent Fees. The CONSULTANT warrants that he/she has not
employed or retained any company or person, other than a bona fide employee wocking for the
CONSULTANT to solicit or secure this agreement, and that he/she has not paid or agreed to pay any
company or person, other than a bona employee, any fee, commission, percentage, brokerage fee, gift, or
any other consideration contingent upon or resulting from the award or formation of this agreement. For
breach or violation of this warranty, the CITY shall have the right to annul this agreement without
liability, or at its discretion to deduct from the agreement price or consideration, or otherwise recover, the
full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
8. DESIGN STANDARDS.
The CONSULTANT shall provide services that conform with the appropriate standards
for design or other standards for work performance as stipulated as follows:
(1) Caltrans' Highway Design Manual
(2) Caltrans' Traffic Manual
(3) National Transportation Communications for ITS Protocol ~~
(4) National Intelligent Transportation Systems Architecture
9. DOCUMENTS.
The CONSULTANT shall document the results of the work to the satisfaction of the
CITY and, if applicable, the State and FHWA. This may include preparation of progress and final
reports, plans, specifications and estimates, or similar evidence of attainment of the agreement
objectives.
(a) Ownership of Documents. The tracings, plans, specifications, and maps
prepared or obtained under the terms of the agreement be delivered to and become the property of the
CITY, and that basic survey notes and sketches, charts, computations, and other data prepared or
obtained under such agreement shall be made available, upon request, to the CITY without restriction or
limitation on their use except as follows. The.CITY shall hold CONSULTANT harmless against any use
of such notes, sketches, drawings, charts, computations or designs for any use other than the specific
scope of work covered under this agreement.
10. CHANGES IN WORK.
following:
All changes and/or extra work shall be performed and paid for in accordance with the
(a) Only the City Engineer or City Council may authorize extra and/or changed
work. CONSULTANT expressly recognizes that other City personnel are without authorization to either
order extra and/or changed work or waive contract requirements. Failure of CONSULTANT to secure
the Council's or City Engineer's prior written authorization for such extra and/or changed work shall
constitute a waiver of any and all right to adjustment in contract price due to such unauthorized work and
CONSULTANT thereafter shall be entitled to no compensation whatsoever for performance of such
work.
Page 3
(b) If the CONSULTANT i;~ of the opinion that any work he has been directed to
perform is beyond the scope of this agreement acid constitutes extra work, he shall promptly notify the
CITY of the fact. The CITY shall make a detemination as to whether or not such work is, in fact,
beyond the scope of this Agreement and constitutes extra work. In the event that the CITY determines
that such work does constitute extra work, it shall provide extra compensation to the CONSULTANT on
a fair and equitable basis. A supplemental agreement providing for such compensation for extra work
shall be negotiated between the CITY and the CONSULTANT. Such supplemental agreement shall be
executed by the CONSULTANT and be approved by the necessary CITY officials.
(c) In the event CITY determines that such work does not constitute extra work,
CONSULTANT shall not be paid extra compensation above that provided herein and if such
determination is made by CITY staff, said determination may be appealed to the City Council as long as
a written appeal is submitted to the City Manager within five (5) days after the staff s determination is
received by the CONSULTANT. Said written appeal shall include a description of each and every
ground upon which CONSULTANT challenges the staff's determination.
11. DELAYS AND EXTENSIONS.
The CITY shall consider an appropriate extension of time in case of unavoidable delays
and for consideration of corresponding warranted' adjustments in payment: In the event that the services
called for under this agreement are not completed within the time specified above, the City Manager shall
have the option to extend the time for completion. This paragraph does not preclude the recovery of
damages for delay by either party. In no event shall CONSULTANT be responsible for delays from
causes beyond its reasonable control.
12. TERMINATION OR ABANDONMENT.
(a) Risht to Suspend or Ternrinate. Either party may suspend or terminate this
agreement for any reason by giving thirty (30) da;~s' written notice. Upon receipt of such notice
CONSULTANT shall immediately discontinue his performance under this agreement. The City Manager
shall have the authority to suspend this agreement:, wholly or in part, for such period as he deems
necessary due to unfavorable conditions or to the failure on the part of the CONSULTANT to perform
any provision of this agreement.
(b) Payment. Upon such susl~erision or termination, CONSULTANT shall be paid
for all services actually rendered to CITY to the date of such suspension or termination; provided,
however, if this agreement is suspended or terminated for fault of CONSULTANT, CITY shall be
obligated to compensate CONSULTANT only for that portion of CONSULTANT services which are of
benefit to CITY.
(c) Return of Materials. Upon such suspension or termination, CONSULTANT
shall turn over to the City Manager immediately any and all copies of studies, sketches, drawings,
computations, and other data, whether or not completed, prepared by CONSULTANT or its
subconsultants, if any, or given to CONSULTANT or its subconsultants, if any, in connection with this
agreement. Such materials shall become the permanent property of CITY. CONSULTANT, however,
shall not be liable for CITY's use of incomplete materials or for CITY's use of complete documents if
used for other than the project contemplated by this agreement.
r.___ ~
13. REMEDIES
Upon a breach or default of any of the terms or obligations of this Agreement by
CONSULTANT, the CITY shall be entitled to exercise all rights and remedies hereby reserved under this
agreement or made available under applicable taws.
14. RESPONSIBILITY FOR CLAIMS AND LIABILITY (INDEMNIFICATION).
CONSULTANT hereby agrees to indemnify and save harmless CITY, its gfficers,
agents, and employees of and from:
.~
(a) Any and all damages to or destruction of the property of CITY, its officers,
agents, or employees occupied or used by or in the care, custody, or control of CONSULTANT caused
by any negligent act, error, or omission of CONSULTANT or any subconsultant under this agreement or
of CONSULTANT'S or any subconsultant's employees or agents.
(b) Any. and all claims and demands which may be made against CITY, its officers,
agents, or employees by reason of any injury to or death of or damage suffered or sustained by any
employee or agent of CONSULTANT or any subconsultant under this agreement, to the extent that the
above are caused by the negligent acts, errors, or omissions of CONSULTANT, excepting, however, any
such claims and demands which are the result of the sole negligence or willful misconduct of CITY, its
officers, agents, or employees.
(c) Any and all penalties imposed or damages sought on account of the violation of
any law or regulation or of any term or condition of any permit by CONSULTANT to the extent that the
above are caused by the negligent acts, errors, or omissions of CONSULTANT.
(d) The CONSULTANT is not responsible for the accuracy of data from any other
sources or from conclusions reached as a result of utilizing information supplied by third persons.
(e) The CITY agrees to provide legal defense to challenges of the adequacy and
completeness of the services provided. The CONSULT~INT shall assist the CITY in responding to such
challenges. If it is subsequently ruled by a court of jurisdiction that errors of facts, procedures, or scope
have occurred and that these errors and/or omissions were the result of the CONSULTANT'S own
negligent professional services, then the CONSULTANT shall be responsible for providing whatever
remedies may be required to make the analysis adequate and complete.
15. GENERAL COMPLIANCE WITH LAWS AND WAGE RATES.
The CONSULTANT shall comply with all Federal, State, and local laws and ordinances
applicable to the work. This includes compliance with prevailing wage rates and their payment in
accordance with California Labor Code, Section 1775.
(a) Subconsultants. Assignment and Transfer. The subcontracting, assignment or
transfer of any of the work, except as otherwise provided for in the executed agreement, is prohibited.
All contracts shall provide that subcontracts exceeding $25,000 in cost shall contain all required
provisions of the prime contract.
(1) Assignment. Both parties shall give their personal attention to the
faithful performance of this agreement and shall not assign, transfer, convey, or otherwise dispose of this
agreement or any right, title, or interest in or to the same or any part thereof without the prior written
consent of the other party, and then only subject to such terms and conditions as the other party may
require. A consent to one assignment shall not be deemed to be a consent to any subsequent assignment.
Page S
Any assignment without such approval shall be void, and, at the option of the other party, shall terminate
this agreement and any license or privilege granted herein. This agreement and any interest herein shall
not be assignable by operation of law without the prior written consent of the other party.
(2) subconsultants; .Employees. CONSULTANT shall be responsible for
employing or engaging all persons necessary to perform the services of CONSULTANT hereunder. No
subconsultant of CONSULTANT will be recognized by CITY as such; rather, all subconsultants are
deemed to be employees of CONSULTANT, and it agrees to be responsible for their performance.
CONSULTANT shall give its personal attention ~`o the fulfillment of the
provisions of this agreement by all of its employees and subconsultants, if any, and shall keep the work
under its control. If any employee or subconsulta.nt of CONSULTANT fails or refuses to carry out the
provisions of this agreement or appears to be incompetent or to act in a disorderly or improper manner,
he shall be discharged immediately from the work under this agreement on demand of the CONTRACT
ADMINISTRATOR.
(a) Consultant's Endorsement on Plans, Specifications. & Estimates/Other Data.
The responsible CONSULTANT/engineer shall sign all plans, specifications, estimates, and engineering
data furnished by him/her and where appropriate, indicated his/her registration number.
16. INSPECTION.
CONSULTANT shall furnish CI"CY with every reasonable opportunity for CITY to
ascertain that the services of CONSULTANT are being performed in accordance with the requirements
and intentions of this agreement. All work done ~md all materials furnished, if any, shall be subject to the
CONTRACT ADMINISTRATOR'S inspection acid approval. The inspection of such work shall not
relieve CONSULTANT of any of its obligations to fulfill its agreement as prescribed.
~r.
17. ~ INDEPENDENT JUDGMENT.
Failure of CITY to agree with CCINSULTANT's independent findings, conclusions, or
recommendations, if the same are called for under this agreement, on the basis of difference in matters of
judgment shall not be construed as a failure on the; part Qf CONSULTANT to meet the requirements of
this agreement.
18. NOTICES.
All notices hereunder shall be given in writing and mailed, postage prepaid, by certified
mail, addressed as follows:
TO CITY:
Contract Administrator
City of Cupertino
10300 Torre Avenue
Cupertino, CA 95014
TO CONSULTANT:
l~oRO ~
19. INTEREST OF CONSULTANT.
z
CONSULTANT covenants that it presently has no interest, and shall not acquire any
interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the
performance of the services hereunder. CONSULTANT further covenants that, in the performance of this
agreement, no subconsultant or person having such an interest shall be employed. CONSULTANT certifies
that no one who has or will have any financial interest under this agreement is an officer or employee of
CITY. It is expressly agreed that, in the performance of the services hereunder, CONSULTANT shall at all
times be deemed an independent contractor and not an agent or employee of CITY.
20. INSURANCE. `
CONSULTANT, at its sole cost and expense, shall obtain and maintain in full force and
effect throughout the entire term of this agreement, the insurance coverage of at least an "A" rating as
determined in accordance with the Best's Guide Rating, and class VII in financial rating, insuring not
only CONSULTANT, but also (with the exception of workers' compensation and employer's liability
insurance), CITY, its officers, agents, and employees, and each of them with respect to activities and
services performed by CONSULTANT for or on behalf of CITY under the provisions of this agreement.
Certificates of such insurance, on the forms provided by CITY, shall be filed with CITY
concurrently with the execution of this agreement attached as Exhibit E-1 to E-7. With the exception of
professional liability insurance, said certificates shall be subject to the approval of the City Attorney and
shall contain an endorsement stating that said insurance is primary coverage, and will not be canceled or
altered by the insurer except after filing with the City Clerk thirty (30) days written notice of such)
cancellation or alteration, and that the City of Cupertino is named as an additional insured. Current
certificates of such insurance shall be kept on file at all times during the term of this agreement with the
City Clerk. ,
21. WORKERS' COMPENSATION.
CONSULTANT certifies that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against liability for workers' compensation or
to undertake self-insurance in accordance with the provisions of that Labor Code, and it certifies that it
will comply with such provisions before commencing the performance of the work of this agreement.
22. 'AGREEMENT BINDING.
The terms, covenants, and conditions of this agreement shall apply to, and shall bind the
heirs, successors, executors, administrators, assigns, and subconsultants of both parties.
23. WAIVERS.
The waiver by either party of any breach or violation of any term, covenant, or condition
of this agreement or any provision, ordinance, or law shall not be deemed to be a waiver of any other
term, covenant, condition, ordinance, or law of or any subsequent breach or violation of the same or of
any other term, covenant, condition, ordinance, or law. The subsequent acceptance by either party of any
fee or other money which may become due hereunder shall not be deemed to be a waiver of any
preceding breach or violation by the other party of any term, covenant, or condition of this agreement or
of any applicable law or ordinance.
24. COSTS AND ATTORNEY'S FiEES.
The prevailing party in any action brought to enforce the terms of this agreement or
arising out of this agreerrEent may recover i~s reasonable costs and attorney's fees expended in
connection with such an action from the other p<<rty.
25. NONDISCRIMINATION.
No discrimination shall be made in the employment of persons under this agreement
because of the race, color, national origin, ance~~try, religion, or sex of such person.
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 performance of this agreement, it shall thf:reby be found in material breach of this agreement.
Thereupon, CITY shall have the power to cancel or suspend this agreement, in whole or in part, or to
deduct from the amount payable to CONSULTANT the sum of Twenty-five Dollars ($25) for each
person for each calendar day during which said person was discriminated against, as damages for said
breach of contract, or both. .Only a finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer shall constitute evidence of a violation of
contract under this paragraph. .
If CONSULTANT is found in violation of the nondiscrimination provisions of this
agreement or the applicable affirmative action guidelines pertaining to this agreement, CONSULTANT
shall be found in material breach of this agreement. Thereupon, CITY shall have the power to cancel or
suspend this agreement, in whole or in part, or to deduct from the amount payable to CONSULTANT
the sum of Two Hundred Fifty Dollars ($250) For each calendar day during which CONSULTANT is
found to have been in such noncompliance as damages for said breach of contract, or both.
26. AGREEMENT CONTAINS ALJ!, UNDERSTANDINGS.
This document represents the ~:ntire ,and integrated agreement between CITY and
CONSULTANT and supersedes all prior negoti~itions, representation, or agreements, either written or
oral. This document may be amended only by written instrument, signed by both CITY and
CONSULTANT. All provisions of this agreerent are expressly made conditions. This agreement
shall be governed by the laws of the State of California.
Page 8
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this agreement
the day and year first written above.
ATTEST:
CITY OF CUPERTINO
City Clerk Mayor
APPROVED A5 TO FORM:
City Attorney
Name & Title
Mailing Address:
Telephone:
,. r.
Social Security Number
or
Tax Identification Number
Local Assistance Procedures Manual EXHIBIT 10-F
Certification of Consultant, Commissions & Fees
CERTIFICATION OF CONSULTANT
I HEREBY CERTIFY that I am the
representative of the firm of
expressly stated, neither I nor the above firm that I represent have:
and duly authorized
whose address is
,and that, except as hereby
(a) employed or retained for a commission, percentage, brokerage, contingent fee, or other
consideration, any firm or person (other than a bona fide employee working solely forme or the above
consultant) to solicit or secure this agreement; nor
(b) agreed, as an express or implied conditi~~n for obtaining this contract, to employ or retain the services
of any firm or person in connection with carrying out the agreement; nor
(c) paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working .
solely for me or the above consultant) any fete, contribution, donation, or consideration of any kind for, or
in connection with, procuring or carrying out this agreement.
I acknowledge that this Certificate is to be made available to the California Department of Transportation
(Caltrans) in connection with this agreement involving participation of Federal-aid Highway funds, and is subject
to applicable State and Federal laws, both criminal and civil.
(Date)
(Signature)
Page 10-41
February 1, 1998
Local Assistance Procedures Manual
EXHIBIT 10-G
Certification of Local Agency, Fees
CERTIFICATION OF LOCAL AGENCY
I HEREBY CERTIFY that I am the of the
(local agency) ,and that the consulting firm of
or its representative has not been required (except
as herein expressly stated), directly or indirectly, as an express or implied condition in connection
with obtaining or carrying out this Agreement to:
(a) employ, retain, agree to employ or retain, any firm or person; or
(b) pay or agree to pay, to any firm, person or organization, any fee, contribution, donation, or
consideration of any kind.
I acknowledge that this Certificate is to be made available to the California Department of Transportation
(Caltrans) in connection with this Agreement involving participation of Federal-aid Highway funds, and
is subject to applicable State and Federal laws, both criminal and civil.
(Date)
(Signature)
Page 10-43
February 1, 1998
Local Assistance Procedures Manual
EXHIBIT 10-H
Sample Cost Proposal
SAMPLE CIJST PROPOSAL
Date:
Project Identification/Location
Consultant Name
LABOR
Hours Rate Total
Project Director
Senior Engineer
Staff Engineer
Traffic Technician
Clerical
Total Labor $
INDIRECT COSTS (Overhead)
Overhead Rate
Total Overhead $
DIRECT COSTS
Quanti ~Jnit cost Total
Equipment
Supplies
Others
Total Direct Costs $
FEE (profit) g
TOTAL COST $
* The listing covers all classifications to be assigned to the project. It is recommended that the listing be by name
as well as classification.
Page 10-45
February 1, 1998
INSURANCE FORMS INSTRUCTIONS
FOR ITEMS 3, 4, 5 AND 6, THE FORMS PROVIDED BY THE CITY OF CUPERTINO
MUST BE USED. FORMS OTHER THAN THESE WILL NOT BE ACCEPTED.
ALL DOCUMENTS MUST BE ORIGINALS -SUBMIT IN TRIPLICATE
1. Insurance Agreement - Must be signed by Contractor.
2. Certificate of Insurance to the City of Cupertino -must be completed by the insurance
agent or must provide a certificate on the company's form. They must contain the same
information.
3. Endorsement of Primary Insurance -must be signed by the' •insurance agent for general
liability and automobile liability only.
4. Additional insured endorsement -must be signed by the insurance agent for general liability
and automobile liability only.
5. Comprehensive general liability/commercial general liability endorsement of aggregate limits
of insurance per project -must be signed by the insurance agent for general liability only.
6. Waiver of subrogation endorsement worker's compensation insurance -must be signed by
the insurance agent for worker's compensation only.
7. Notice of policy cancellation endorsement -must be signed by the insurance agent or must
be on the company's certificate of insurance form for all insurances.
Insurance Instructions -Page 1 OF 1
CUPEI~TINO
INSURANCE AGREEMENT
A. Contractor is aware of the provisions of Section 3700 of the Labor Code, which requires
every. employer to be insured against liability for worker's compensation or undertake self-
insurance in accordance with the provisions of that Code, and will comply with such provisions
before commencing the performance of the work of this Contract.
B. Contractor and all subcontractors will carry worker's compensation insurance for the
protection of its employees during the progre;~s of the work. The insurer shall waive its rights of
subrogation against the City, the City's officers, agents and employees and shall issue an
endorsement to the. policy evidencing same.
C. Contractor shall carry at all timer, on all operations hereunder, commercial or
comprehensive general liability insurance, a~rtomobile liability insurance and builder's all risk
insurance. All insurance coverage shall be in amounts required by the City and shall be
evidenced by the issuance of a certificate in a form prescribed by the City and shall be
underwritten by insurance companies satisf~ictory to the City for all operations, sub-contract
work, contractual obligations, product or completed operations, all owned vehicles and non-
, owned vehicles. Said insurance coverage obtained by the Contractor, excepting worker's
compensation. coverage, shall name the Cite, its engineer, and each of its directors, officers,
agents and employees, as determined by tike City, as additional insureds on said policies.
Insurers must be licensed to do business in tree State of California. The Insurers must also have
an "A" policyholder's rating and a financial rating of at least Class VII in accordance with the
current Best's Guide Rating.
D. Before Contractor performs any work at, or prepares or delivers materials to, the site of
construction, Contractor shall furnish cerl:ificates of insurance evidencing the foregoing
insurance coverages and such certificates sr:~all provide the name and policy number of each
carrier and policy and that the insurance is in force and will not be canceled or modified without
thirty (30) days written notice to the City. Contractor shall maintain all of the foregoing
insurance coverages in force until the work under this Contract is fully completed. The
requirement for carrying the foregoing insurance shall not derogate from the provisions for
indemnification of the City by Contractor under this Contract and for the duration of the'.
warranty period. Notwithstanding nor diminishing the obligations of Contractor with respect to
the foregoing, Contractor shall maintain in fial force and effect during the life of this Contract,
the following insurance in amounts not less trian the amounts specified and issued by a company
admitted in California and having a Best's Guide Rating of A, Class VII or better.
Worker's Compensation Liability Iii accordance with the Worker's Compensation
~,ct of the State of California - $1,000,000 per
occurrence.
Tnniranre Agreement _ PnoP 1 of 2
Public Liability -either commercial general
liability or comprehensive general liability;
including provisions for contractual liability,
personal injury, independent contractors and
property damage coverages. _
Automobile Liability -comprehensive covering
owned, non-owned and hired automobiles.
Consultants only: Errors and Omissions liability.
By:
Combined single limit of $1.0 million per
occurrence; $2.0 million in the aggregate.
Combined single limit of $1.0 million per
occurrence.
$1.0 million per occurrence.
(Contractor's Name) Dated: - 20_
Insurance Agreement -Page 2 of 2
CUPft~TINO
CERTIFICATE OF INSURANI~E TO THE CITY OF CUPERTINO
This certifies to the City of Cupertino that the following described policies have been issued to
the insured named below and are in force at this time. .
~S
Insured:
Address:
Description of operations/locations/products insured (show contract name and/or number, if
any):
WORKER'S COMPENSATION * Statutory Min.
* Employer's -
Liability
(name of insurer)
$_
Insurance Company's State License No.
Check Policy Type:
COMPREHENSIVE GENERAL
LIABILITY
[ ] Premises/Operations
[ ] Owners & Contractors
Protective
[ ] Contractual for Specific
Contract
[ ] Products Liability
[ ] XCU Hazards
[ ] Broad Form P.D.
[ ] Severability of Interest
Clause
[ ] Personal Injury with
Employee Exclusion Removed
or
COMMERCIAL GENERAL LLABILITY
Each Occurrence $
General Aggregate $
(if applicable)
Aggregate $
Personal Injury $
I~ ire Damage (any one fire) $
r/Iedical Expense $
(any one person)
>elf-Insured
Retention $
(name o f insurer)
Policy No.
Expiration Date
Certificate of Insurance - Paee 1 of 2
AUTOMOTIVE/VEHICLE LIABILITY BODILY INJURY PROPERTY DAMAGE
Commercial Form Each Person Each Accident
Liability Coverage -
$ $
(name of insurer)
Each Accident
$ or
Combined Single Limit
Policy No. Expiration Date.,
A copy of all Endorsements to the policy(ies) which in any way "
(agent's initial) limit the above-listed types of coverage are attached to this
Certificate of Insurance.
This Certificate of Insurance is not an insurance policy and does not amend, extend or alter the
coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or
condition of any contract or any other document with respect to which this Certificate of
Insurance 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.
IT IS HEREBY CERTIFIED that the above policy(ies) provide liability insurance as required by
the Agreement between the City and the insured.
By:
Dated:
Attach Certificate of Insurance and Additional Insured Endorsement on company forms.
20
Certificate of Insurance -Page 2 of Z
itr o
CUPEI~TINO
ENDORSEMENT OIL PRIMARY INSURANCE
In consideration of the policy premium and' notwithstanding any inconsistent statement in the
policy to which this Endorsement is attached or any other Endorsement attached thereto, it is
agreed as follows:
The insurance afforded by this policy is primary insurance, and no additional insurance
held or owned by the designated additional in;~ured(s) shall be called upon to cover a loss under
said additional policy.
'POLICY INFORMATION
1. Insurance Company:
2. Insurance Policy Number:
3. Effective Date of this Endorsement:
20
4. Insured:
All notices herein provided to be given by the Insurance Company to the City in
connection with this policy and this Additional Insured Endorsement, shall be mailed to or
delivered to the City at 10300 Torre Avenue; Cupertino, California 95014. !,
I, ~ ~ (print/type name)
warrant that I have authority to bind the below listed Insurance Company and by my signature
hereon do so bind this Company.
Signature of Authorized Representative:
(Original signature required on all Endorsements furnished to the District)
name of
Agent/Agency:
Title:
Address:
Telephone:
Facsimile:
;~~
c
CUPEI~TINO
ADDITIONAL INSURED ENDORSEMENT
In consideration of the policy premium and notwithstanding any inconsistent statement in the
policy to which this Endorsement is attached or any other Endorsement attached thereto, it is
agreed as follows:
The City of Cupertino ("City") and its directors, officers, engineers, agents and employees,
and all public agencies from whom permits will be obtained and their directors, officers,
engineers, agents and employees are hereby declared to be additional insureds under the terms of
this policy, but. only with respect to the operations of the Contractor at or upon any of the
'~ premises of the City in connection with the Contract with the City, or acts or omissions 'of the'
', additional insureds in connection with, but limited to-its general supervision or inspection of said
I, operations. ' •
POLICY INFORMATION
1. Insurance Company:
2. Insurance Policy Number:
3. Effective Date of this Endorsement:
4. Insured:
20
All notices herein provided to be given by the Insurance Company to the City in connection
with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the
City at 10300 Torre Avenue; Cupertino, California 95014.
I, •~ (print/type name)
warrant that I have authority to bind the below listed Insurance Company and by my signature
hereon do so bind this Company.
Signature of Authorized Representative:
(Original signature required on all Endorsements furnished to the District)
Names of
Agent/Agency: Title:
Address: Telephone:
Facsimile:
Additional Insured Endorsement- Page I of 1
~ ;,
.~;., -
Ct OF
CUPE(~TINO
COMPREHENSIVE GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
ENDORSEMENT OF AGGREGATE LIMITS OF INSURANCE PER PROJECT
.~
In consideration of the policy premium and notwithstanding any inconsistent statement in the
policy to which this Endorsement is attached or any other Endorsement attached thereto, it is
agreed as follows:
This Endorsement modifies the insurance provided under the General Liability Coverage part
of the below-referenced policy of insurance.
The general aggregate .limit under LIMITS OF INSURANCE applies separately to the
project described ` ~ as
POLICY INFORMATION
1. Insurance Company:
2. Insurance. Policy Number:
~ 3. Effective Date of this Endorsement:
4. Insured:
20
S. Additional Insured: City of Cupertino, its directors, officers, agents and employees.
All notices herein provided to be given b;/ the Insurance Company to the City in connection
with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the
City at 10300 Torre Avenue; Cupertino, California 95014.
I, ~ (print/type name)
warrant that I have authority to bind the below listed Insurance Company and by my signature
hereon do so bind this Company.
Signature of Authorized Representative:
(Original signature required on all Endorsements furnished to the District)
Names of
Agent/Agency:
Address:
Title:
Telephone:
Facsimile:
.Aggregate Limiu Endorsement-Page 1 of 1
CUPEI~TINO
WAIVER OF SUBROGATION ENDORSEMENT
WORKER'S COMPENSATION INSURANCE
In consideration of the policy premium and notwithstanding any inconsistent statement in the
policy to which this Endorsement is attached or any other Endorsement attached thereto, it is
tgreed as follows:
It is agreed that with respect to such insurance as is afforded by the policy, the Insurance
~ompany waives any right of subrogation it may require against the City of Cupertino, and each
~f its directors, officers, agents, consultants and employees by reason of any payment made on
account of injury. ,including death resulting therefrom, sustained by any employee of the insured,
arising out of the performance of the above-referenced Contract.
POLICY INFORMATION
1. Insurance Company:
2. Insurance Policy Number:
3. Effective Date of this Endorsement:
4. Insured:
20
All notices herein provided to be gs~ Endorsemen ,shall be mailed to or delivered t tthe
with this policy and this Additional In
City at 10300 Torre Avenue; Cupertino, California 95014.
(print/type name)
I,
warrant that I have authority to bind the below listed Insurance Company and by my signature
~ hereon do so bind this Company.
Signature of Authorized Representative:
(Original signature required on all Endorsements furnished to the District)
Names of
AgentlAgency: Title:
Address: Telephone:
Facsimile:
Subrogation Endorsement -Page 1 of 1
,~ `
.:
tt
CUPE(~TINO
- NOTICE: OF POLICY
CANCELLATION ENDORSEMENT
In consideration of the policy premium and notwithstanding any inconsistent statement in
the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is
,agreed as follows:
Cancellation Notice. The insurance afforded by this policy shall not be suspended,
voided, canceled, reduced in coverage or in limits, or materially altered, except after thirty (30)
days' prior written notice by certified mail, re-turn receipt requested, has been given to the City of
Cupertino ("City"). Such notice shall be addressed to the City as indicated below.
POLICY INFORMATION
1. Insurance Company:
2. Insurance Policy Number:
3. Effective. Date of this Endorsement:
4. Insured:
20
All notices herein provided to be given b;y the Insurance Company to the City in connection
with this policy and this Additional Insured Indorsement, shall be mailed to or delivered to the
City at 10300 Torre Avenue; Cupertino, California 95014.
I, (print/type name)
warrant that I have authority to bind the below listed Insurance Company and by my signature
hereon do so bind this Company.
Signature of Authorized Representative:
(Original signature required on all EndorsE;ments furnished to the District)
Names of
Agent/Agency:
Address:
Title:
Telephone:
Facsimile:
Subrogation Endorsement -Page 1 of 1
EXHIBI~C "B"
WORK FLAN
Kimley-Horn and Associates, Inc. will provide the following services in association with
the De Anza ATMS project:
Task 1- Proiect Management
Task 1.1-Project Administration
Kimley-Horns project management approach consists of the following:
^ Prepare and update Project Contact List;
^ Prepare meeting agendas, meeting minutes. including action actions;
^ Develop a clear understanding of what the ~~roject is to accomplish;
^ Develop a comprehensive Work Plan;
^ Coordinate with other consultants on related projects;
^ Create an atmosphere that encourages clear communications and teamwork;
^ Define project reporting arrangements;
^ Define the schedule and cost management procedures;
^ Define the risk and problem management procedures;
^ Identify the appropriate standards to be applied to the project and its products;
^ Define the management team structure and interfaces with the City staff; and
^ Provides relevant quality assurance procedures, such as internal quality audit, design
verification, and value engineering; and
^ Keep a project log.
Task 1.2 -Administrative Meetings
Kimley-Horn will arrange for akick-off administrative meeting within one week of the
notice to proceed. The meeting will serve to clarify the lines of communication and other
administrative details. Kimley-Horn will meet with the City of Cupertino on regular basis
to discuss project issues. Eight (8) staff meetings are included in scope of services.
Task 1.3 -Project Schedule
Kimley-Horn will provide a CPM project sche~.lule showing project meetings and project
deliverables.
Page 1
Task 1.4 -Project Status Reports
Kimley-Horn will provide a monthly project progress report, as required by the RFP,
itemizing accomplishments during the prior month, in addition to a summary of hours
spent on the project. The monthly project progress report shall be submitted to the City of
Cupertino.
Task 1. S -Project Coordination
Kimley-Horn will coordinate with the City of San Jose and other SV-ITS project partners
to coordinate the project.
Task 1-Deliverables:
^ Eight staff meetings
^ Project Schedule
^ Monthly Project Status Reports
^ Coordination with SV-ITS program
Task 2 -Conceptual Design
Task 2.1-Concept of Operations
Kimley-Horn team will develop a Concept of Operation plan for the project consistent
with the City of Cupertino's program. The purf-ose of the Concept of Operations Report
is to establish the means and procedures for the SMART corridor operation, preliminary
control of field devices, data and video exchange requirements, and other aspects
associated with the project.
The Concept of Operations will typically define: the final project and identify the
technical and institutional actions that should b~: taken to achieve the desired system. The
following issues will be investigated in the Concept of Operations Report:
^ The roles and responsibilities of participating agencies with regard to the project;
^ The existing or required agreements for operation of the resulting system;
^ The resources (equipment, operations and maintenance staff) to operate the system;
^ Analysis of any concerns and comments received from staff;
^ Analysis of upgrades/revisions required to the existing communication network to
accommodate the CCTV and data transfer needs;
^ Evaluation of the means for expanding the data exchange network communication
infrastructure and the equipment requireme~its; and
^ Revised estimates of work for any changes identified.
Page ~:
^ Kimley-Horn team will coordinate the projf;ct with the Silicon Valley-West
partnership to ensure the effectiveness of the regional management plan.
Task 2.2 -Camera Types and Locations
CCTV locations are dictated by their ability to monitor strategic locations for traffic
management purposes. One of the primary areas of use for the CCTV will include
incident detection. As an optional feature, strat~:gies will be investigated to notify the
operator in events where the CCTV is in the automatic mode without an operator present.
The required quality of the video feed is the m<<jor cost factor in deploying CCTV.
Kimley-Horn will review different camera type technologies for the project. The Kimley-
Horn team will investigate the benefits of fixed versus PTZ camera deployment in the
corridor and will provide appropriate recommendations. It is important that the
recommendations for this project be consistent with the Silicon Valley West project to
continue the partnership between the agencies.
Kimley-Horn will review Caltrans video transmission requirements and will develop
recommendations for Caltrans video image processing.
Task 2.3 -Communication Requirements
Kimley-Horn will investigate communications mediums to interconnect the proposed
CCTV locations. An effective communication medium for this project could be either
microwave or other forms for video transmission. Other choices include fiber optic, DSL
and twisted pair.
Kimley-Horn will investigate the microwave dE;sign requirements, including licensing,
line of sight requirements and antenna installation requirements. Availability of space,
including easement requirements will be investigated with the property owners. If a
microwave option is not selected, Kimley-Horn will reallocate the budget from the sub-
consultant to KHA for the design services.
Based on the type and number of devices that i:> selected, the Kimley-Horn team will
develop the communication requirements for tl-~e project and recommend a configuration
meeting the budgetary requirements of the project.
Task 2. =l -Prepare Base Plans
Based on the final location of the field devices, communication system and other
improvements, The Kimley-Horn team will prepare base plans for the project. The base
plans will be prepared in the City of Cupertino's format. The base plans will be prepared
at appropriate scale for the intended design. The base plans will be prepared in AutoCAD
Release 14 format.
Page :i
Task 2. S -Prepare Concept Plans and Estimates of Probable Costs
Based on the approved preliminary design requirements, Kimley-Horn will prepare
concept design plans and estimates of probable costs. The concept plans will include
sufficient detail for project construction requirements. The design plans will be prepared
at appropriate scale for the intended design. Th:, plans will be prepared in AutoCAD
Release 14 format and will adhere to the City design guidelines.
An estimate of probable costs will be prepared for the project. Estimates of probable cost
will be based on other recent Intelligent Transportation System construction cost
estimates. Estimates of probable costs will be prepared in Microsoft Excel format. The
Kimley-Horn team will prepare a project to be within the project proponent's budgetary
limitations.
Task 2.6 -Submit Concept Plans and Estimates
The Kimley-Horn team will submit Concept Plans and Estimates package to the agencies
for review. We also recommend the PS&E package to be submitted to the SV-ITS
partnership as applicable.
Task 2.7 -Review Meeting
In order to review comments from the City, we propose a meeting to receive comments.
Task 3 -Final Design
Task 3.1 -Prepare 65% Plans, Specifications crud Estimates of Probable Costs
Based on the approved preliminary design requirement plan, the plan will be advanced to
65% completion level. The 65% plans will include sufficient detail for project
construction requirements. 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 and Caltrans design guidelines.
Kimley-Horn will prepare specifications for they project construction. We will develop an
appropriate specification to meet the City of Cupertino and Caltrans requirements. The
specifications will be prepared in Microsoft Word and will adhere to City and Caltrans
design guidelines.
Estimates of probable costs will be prepared fo;r the project. Estimates of probable cost
will be based on other recent Intelligent Transportation System construction cost
estimates. Estimates of probable costs will be prepared in Microsoft Excel format. The
Kimley-Horn team will prepare a project to be within the project proponent's budgetary
limitations.
Page ~I
Task 3.2 -Submit 65% PS&E
Kimley-Horn will submit the 65% PS&E pack<<ge to the City of Cupertino for review.
We also recommend the PS&E package to be submitted to the SV-ITS partnership as
applicable.
Task 3.3 -Prepare 95% Plans, Specifications cznd Estimates
Based on the review comments on the 65% PS~4~E, the approved version of the 65% plans
will be advanced to 95% completion level. The 95% plans will include sufficient detail
for project construction requirements. We will use one format for the overall plan set
preparation. The design plans will be prepared at appropriate scale for the intended
design. The estimate of probable costs will be update to reflect the 95% plans and
specifications.
Task 3.4 -Quality Assurance/Risk Assessment Review
Kimley-Horn will conduct an independent Quality Assurance Review of the 95% PS&E
package. In addition, responses to Risk Assessment Evaluation will be prepared based on
comments received from the City and other agencies. Any modification to the PS&E
package that can reduce the risks and identified by the agencies will be incorporated into
the PS&E package.
A written Quality Control Report will be submitted with the PS&E package to show the
level of review and subsequent changes in the 1'S&E package.
Task 3.5 -Submit 95% PS&E
Kimley-Horn will submit 95% PS&E package ~:o the City for review.
Task 3.6 - Caltrans Encroachment Permit
For the work in State right-of--way, an Encroachment Permit will be prepared and along
with five (5) sets of the PS&E will be submitted to the State for review.
Any comments received from the Encroachment Permit division will be incorporated and
will be re-submitted for the final approval.
Task 3.7 -Prepare 100% PS&E
Based on the final review comments, the plans, specifications and estimates will be
finalized
Task 3.8 -Submit 100% PS&E
One set of final contract documents will be submitted to the ~'ounty for construction.
Page :>
Task 3 -Deliverables:
^ Five sets of 65% PS&E
^ Ten sets of 95% PS&E
^ Encroachment Permit Application
^ Quality Control/Assurance Report
^ One set of the final plans in mylar format
^ One set of the specifications in Word form~it and electronically
^ One set of estimate of probable cost in Excel format and electronically
Task 4 -System Implementation and Construction Support
Task -t. l -Bidding Assistance
Kimley-Horn will assist the City of Cupertino during the bidding process. Kimley-Horn
will answer any questions and prepare Request: for Information (RFI) for the
Contractors. Kimley-Horn will assist the City of Cupertino to evaluate the bids received.
Kimley-Horn will review cost proposal and bid documents to establish the lowest
responsive bidder for the project.
Task -1.2 -Review and Respond to Contractor':; Request to Information (RFI)
This task will include review of Contractor's RI; I, and providing response to the
Contractor.
Task =1.3 -Review Contractor Change Order ((:'CO) Requests
This task will include review of Contractor's Requests for Change Orders (CCO), and
providing response to the contractor for authorization for extra work.
Task 4.4 -Review Meetings
This task will include periodic meetings with the Contractor for pre-construction meeting,
and other key project meetings. Up to five (5) review meetings are included in the scope
of services.
Task 4. S -Integration and Testing
Kimley-Horn staff will assist the City of Cupertino to review system testing by the
Contractor. For CCTV transmissions, both a quantitative and qualitative assessment will
be made. The qualitative assessment will invol~~e observing the video image and visually
assessing its quality in terms of picture clarity, ~~ontrast, brightness, and "snow level."
Page f.
Task 4.6 -System Evaluation
Kimley-Horn will provide an evaluation of the system performance upon the completion
of the project. It is envisioned that this task wil l involve a qualitative evaluation of the
CCTV performance. Other tasks, if necessary, will be provided as additional services.
Task ,l -Deliverables:
^ Assistance during bidding and construction
^ Field meetings - 5 meetings
^ Functional Testing Review
^ Post-Installation Evaluation Report
Page 7
^ ~ ^ Kimley-Horn
~ antl Associates, Inc.
May 17, 2001
Mr. Raymond Chong
City Traffic Engineer
City of Cupertino
10300 Torre Avenue
Cupertino, CA 95014
Re: De Anza Boulevard Corridor fdvanced Traffic Management System
Proposal
Dear Mr. Chong and Members of the Selection Committee:
^
Suite 260
5776 Stonendge Mall Road
Pleasanton, California
94588
The City of Cupertino is looking for more than a design consultant for this important
project. The successful partner will be the team that combines the needed technical
expertise with vision and creativity...a partner with a proven track record of bringing
multiple interests together to develop l~~ng-term operational strategies that work...a
local firm with exceptional similar project experience, including work on the Silicon
Valley Smart Corridor Program...one that can apply lessons learned, as well as
develop innovative solutions that will result in a win-win project for all concerned.
The Kimley-Horn team is that partner.
Our team offers the City of Cupertino ;in experienced group of ITS professionals who
have successfully planned, designed, implemented, and integrated Advanced Traffic
Management Systems for agencies thrc-ughout the nation. More importantly,
members of our team have been instrumental in several local ITS projects in Santa
Clara and Alameda Counties as well a~, in San Jose, Fremont, Milpitas, and
Hayward-this experience provides us with an exceptional knowledge of the unique
needs and issues surrounding the De Anza Blvd. Corridor ATMS.
Kimley-Horn has hand-picked a team of top-notch professionals who provide an
exceptional combination of ITS planning, design, communications and software
engineering, system integration, microwave design, and successful project
implementation:
Project manager Anush Nejad, P.1% has over 18 years of ITS planning and
design experience and is a recognised leader in the local ITS community. He has
served as project manager for the 7'ravInfo Traveler Information System
Procurement Management project; SMART Corridors Program for Alameda and
Contra Costa Counties; ATMS Master Plan and Design for the City of Hayward;
and the Signal System and ATMS Feasibility Study for the City of Palo Alto. In
addition, Anush has played key roles on the Silicon Valley Smart Corridor
Fremont/Milpitas Project; the Silicon Valley ITS Strategic Plan; and the Santa
Clara County ITS Plan. His involvement with these projects provides him with
unique insight into the long-term I'TS goals of the Bay area.
^
TEL 925 463 5640
FAX 925 463 5641
~ ~ Kimley-Horn
~ antl Associates, Inc.
City of Cupertino, May 17, 2001, Page 2
^ Ron Freeman and Ted Moss are t\vo well-respected design engineers with a
wealth of ITS design experience in the Bay area. They will serve as team leaders.
^ Communications and systems engineers Rich Semer and Dave Haines have
served in lead roles for design, integration, and implementation of arterial and
freeway control systems involving detection, traveler information, field
communications, and central system design. They are both registered as
Electrical Engineers.
^ To supplement our in-house resources, Kimley-Horn has selected two
exceptional subconsultant firms. CCS Planning and Engineering and Western
Technical Services bring extensive prior experience working on local ITS
projects. CCS is a WBE/MBE firn-i, with experience working on phases 1 - 3 of
the Silicon Valley Smart Corridor project.
^ Western Technical Services specializes in microwave design and video and
microwave systems. Their expertise will be especially valuable to our team.
The approach contained in this propos~il emphasizes quality at every stage of the
project, commitment to meeting your s~~hedule and budget requirements, and ongoing
communications with the City's Project Manager to discuss and resolve project
design issues. Our team knows the imf~ortance of getting all of the issues and agendas
out on the table early in the project, and involving all of the key players and decision-
makers. We will work with you to dev~:lop winning strategies for implementation,
integration, and long-term cooperative operations.
While we are confident that our experience speaks for itself, Kimley-Horn
encourages you to contact any of the references listed to inquire about our expertise,
commitment, and quality of service.
Kimley-Horn is genuinely excited abo~~t the opportunity to be a partner with the City
of Cupertino on this important project.
Sincerely,
KIMLEY-HORNAND ASSOCIATES, INC.
~i~!%~ .
Anush Nejad, P.E.
Project Manager
^-^
IIIIIIIIII~ and 14SSOCIa~S, t1C. cinof
CUPEI~TINO
TABLE OF CONTENTS
Title Section
Introduction ..........................................................................................................................................
Qualifications ....................................................................................................................................... I I
• Resumes
Work Plan ........................................................................................................................................... III
Project Schedule ................................................................................................................................ IV
Statement of Acceptance .................................................................................................................... V
U
~i
N
O
H
Q
C
R3
E
0
t
a~
Y
0
0
N
4
O
U
0
ui
0
0
0
N
m
Q
AIMS Project
^-^
. a~,~.
I. Introduction
Name of Offeror
Kimley-Horn and Associates, Inc.
5776 Stoneridge Mall Road, Suite 260
Pleasanton, California 94588
Phone: (925) 463-5640
Fax: (925) 463-5641
Contact: Anush Nejad, P.E.
Introduction -Understanding and Approach
The De Anza Boulevard Corridor Advanced Traffic
Management System (ATMs) project will install nine
(9) Closed Circuit Cameras (CCTV) to provide
monitoring capabilities along this highly congested
Metropolitan Transportation System (MTS) arterial
between Homestead Road and Prospect Road. This
project involves three cites and Caltrans, and would
respond to traffic congestion along the corridor. The
De Anza Blvd. ATMS project will deploy video
hardware/software to monitor traffic congestion and
provide a link to the Silicon Valley Smart Corridor
project. There are eight (8) additional cameras along
Stevens Creek Road and Wolfe Road that will be a
part of the Silicon Valley Smart Corridor (SV-ITS)
project.
The Silicon Valley ITS program is a partnership
between the Cities of Cupertino, San Jose, Campbell,
Santa Clara, San Jose, Los Gatos, Milpitas, Fremont;
Santa Clara County; and Caltrans to provide a
regional transportation management system. The
Silicon Valley ITS and De Anza Boulevard ATMs
goals include:
^ Improvement of traffic signal coordination across
agency boundaries through deployment of traffic
responsive and incident signal timing;
^ Providing capabilities for agencies to implement
incident signal timing plans to return regional
traffic back to the freeways;
^ Minimizing congestion and reducing delay on
project corridors resulting from freeway traffic
diverted onto local streets due to congestion and/or
incidents;
CUPEI~TINO
^ Minimizing delay caused by incidents on freeway
and surface streets and rapidly respond to and clear
incidents;
^ Sharing resources between agencies;
^ Improving collection and dissemination of travel
conditions in real time for TM staff and the public;
^ Supporting regional traveler information web sites
and TM data sharing;
^ Deploying equipment to facilitate fine-tuning of
signal timings, monitor conditions during
incidents, and collect operational data at arterial
and freeway interchanges; and
^ Integrating TMCs to permit regional traffic
management activities.
The Kimley-Horn team has developed a project
approach that is fully responsive to the stipulations of
the Request for Proposals (RFP). The Kimley-Horn
team's approach to providing the design services for
the installation of the communication system, CCTV
cameras, and TOC upgrades presents a methodical
and logical approach to the design of the project. The
Kimley-Horn team's knowledge, experience, and
attention to detail will allow us to develop an optimal
and functional plan package included in this project.
Several design issues will need to be addressed for
the various field elements. Kimley-Horn will
coordinate this project with the Silicon Valley Smart
Corridor West project to ensure consistency between
the two efforts.
Kimley-Horn will address the following as a part of
our design services:
^ Effectiveness and reliability of communication
systems, including microwave design;
^ Effectiveness of the site design as related to the
microwave antenna and site conditions;
^ Coordination with Federal Communication
Commission (FCC) for licensing requirements;
^ Effectiveness of the location of CCTV sites as
related to clear and unobstructed views of the
corridor and in locations that provide the most
efficient means of transmitting the video feedback
to the Cupertino's TOC;
De Anza Boulevard Comdor ATMS Project 1 I. Introduction
^ ^ I~tT1~Ey~'IO~fI
~ a<ld ASSOCIa~S, M1C.
^ Effectiveness of field devices for maintenance
activities considered; and
^ Coordination with Silicon Valley West and other
project partners during the project development
and construction phases of the project.
Coordination with the SV-ITS Program
Kimley-Horn will coordinate this project with the SV-
ITS West project. There are several components of
this project that have to match the design in the SV-
ITS West project. These include:
^ Concept of Operations;
^ Communications medium;
^ TOC upgrades; and
^ Data Exchange Network (DEN) interface.
It is assumed that the CCTVs along Stevens Creek
Boulevard and Wolfe Road will be installed as a part
of the Silicon Valley West project. It is also assumed
that the DEN interface and TOC upgrades have to be
accomplished as a part of the Silicon Valley West
project. These assumptions are the most logical
approach to this project.
Communications Analysis
Kimley-Horn will place a strong emphasis on
developing an effective and reliable communications
solution for this project. Kimley-Horn believes the
success of any ITS project relies heavily on the
communications system. In order to develop effective
recommendations, Kimley-Horn will rely on our three
decades of experience in developing effective
solutions for our clients.
Kimley-Horn will investigate alternative
communication media, including licensed and
unlicensed Microwave, DSL, and fiber optics to
recommend an effective solution to the City. We
would highly recommend that the communication
design for this project be consistent with the Silicon
Valley West project to minimize any potential
interface issues.
The Kimley-Horn team includes Western Technical
Services, a firm with expertise in microwave design
and video application, to provide the required design
services for the project. Microwave communication is
available in both licensed and unlicensed bandwidth.
m
CI~PEf~TINO
The licensed option, however, requires an FCC
license.
Field Reviews
Kimley-Horn places a strong emphasis on field
review. Accurate and complete information is
essential for preparing concise and logical plans. The
majority of the field activities will need to be
performed for the communication design
requirements. Early identification of site distances,
utilities (and potential conflicts), easement
requirements, and details relating to construction will
be the primary input into the initial submittal.
Functional requirements of the field-related
equipment will also be essential early in the project to
identify right-of-way and easement needs at the initial
submittal.
Kimley-Horn will conduct a field inventory related to
this project including relevant field measurements
and intersection photos. Road segments that may
involve installation of underground conduit for field
devices will be field reviewed to identify
constructibility issues and potential conflicts that may
have an impact on conduit routing. Existing
communication hub locations, conduit, pull boxes,
and splice points will be field reviewed as needed.
Physical features identified in the field will be
measured, logged, and photographed for discussion
with City staff.
Microwave Design
If microwave is selected as the medium for
transmission, the Kimley-Horn team will provide the
necessary site reviews, recommend placement for
antennas, discuss easement requirements on
buildings, and will coordinate licensing with the
Federal Communication Commission (FCC). This
will be provided early in the process to ensure all
design issues are considered as the design concept is
finalized.
Utility Notification and Coordination
Kimley-Horn will provide draft plans and utility
notification letters to utility companies identified as
potentially having facilities in the immediate vicinity
of work to be performed. The companies will be
requested to identify, review, and comment on the
plans. Kimley-Horn will notify the City if there are
De Anza Boulevard Corridor AIMS Project 2 I. Introduction
~ 1fld , hC.
any utility conflicts. Known utilities in the vicinity of
underground construction (i.e. conduit, cabinet, and
pole foundations) will be shown on the design plans.
Plans, Specifications, and Estimates
A clear definition of the operational requirements of
the project will be developed in the preliminary
design phase to facilitate the refinement and
translation of functional design into the basic stages
of the PS&E. Kimley-Horn will develop a detailed
work plan, including using a checklist of guidelines
to be followed by our design team, which will outline
the specific tasks and requirements for developing
each submittal.
Throughout the project, we will systematically
document the decisions made along with the action
items, individuals responsible for each action item,
and dates for completion to facilitate meeting the
schedule established for this project.
A production team of technical writers will produce
the specification documents using technical input
provided by the professional team. This approach
provides for the most efficient use of our team's time
and will produce high quality, consistent documents.
Preliminary Design Requirements
The preliminary design documents will identify the
specific location of each field device and the utilities
in the vicinity of any proposed underground work.
The concept of limiting the identification of utilities
on plan sheets to the area in which underground work
would be performed could potentially provide a
design cost savings. Conduit and pull boxes will be
located, along with the proposed CCTV locations.
Our team will identify power and communication
opportunities as well as constraints for each location,
including line of site requirements for potential
microwave antennas, and will make allowances for
future expansion of field devices. Right-of-way or
easements will be identified at this stage of the
development. A preliminary, itemized cost estimate
will accompany the submittal.
m
cuPERriNo
65% Submittal
The 65% design will provide the detailed design
required to install the field equipment. The electrical
power distribution, communications cabling, cabinet
contents, and any special details required to construct
the system will be developed. Right-of-way and
easements will also be shown. A draft copy of the
special provisions and preliminary construction cost
estimate will be developed as part of the 65% design.
Our team suggests that an early constructibility
review be conducted at the preliminary design level
to minimize potential problems.
95% Submittal
Following review of the 65% design documents and
incorporation of the accompanying comments, the
95% plan set will be prepared. This step in the design
process involves completion of the design with all of
the general sheets, title sheets, summary of quantities,
block diagrams, and other details required for the
system. This submittal will include a contingency
plan that will outline the requirements for minimizing
the disruptions to the public and businesses. Final
revisions to the Special Provisions will also be made,
and a detailed bidding schedule listing all bid items
with their descriptions, quantities, and units of
measurement will be incorporated. At the conclusion
of 95% design, the PS&E documents will be
essentially complete. Following submittal of the 95%
PS&E package, a utility and agency coordination
meeting will be scheduled to obtain any final
comments. The PS&E package will be mailed to
Caltrans along with an Encroachment Permit.
100% Submittal
The final design stage will incorporate any final
review comments from the 95% design submittal, the
preparation of the final bidding schedule, and
detailed cost estimates in the approved format. We
will coordinate with the City to provide a sealed and
signed PS&E ready for advertisement. The final
PS&E package will include an estimate of the
construction time frame including construction,
testing, and operational milestones.
De Anza Boulevard Comdor AIMS Project 3 I. Introduction
^_^ ~Rl,
and llssocial~s, lnc.
Estimate of Probable Construction Cost
Project scope and construction cost expansion are
major issues that face project managers once a project
is programmed. At the preliminary and 65%
submittals, a progressively more detailed preliminary
cost estimate will be prepared to validate that the
estimated cost for implementing the project is
consistent with the budget for this project. We will
prepare estimates of probable costs commensurate
with the design effort to ensure that all estimates
incorporate appropriate costs and items of work. Any
escalation in the construction costs will be identified
early and options offered to keep the costs within the
budgeted amount.
Post Design Services
After the sealed and signed plans and Special
Provisions are submitted, Kimley-Horn will support
the City of Cupertino with the advertisement and
bidding process. This will include preparing any
necessary addenda resulting from apre-bid
conference and questions submitted during the
bidding process. We will assist in the review and
evaluation of any required contractor pre-
qualification of technical proposals. We recommend
"walking" the project with the Resident Engineer
prior to the pre-bid conference.
Meetings
Status and project meetings with the City of
Cupertino will be conducted on a regular basis. The
purpose of these meetings will be to apprise the
participating agency of project status issues such as
work in progress, work completed, and delivery
schedule. The meetings will also be used as a forum
for discussion of various technical issues and
strategies associated with all phases of the project.
Meetings will be held with the City and other
agencies as needed to coordinate multi-jurisdictional
components of this project. Meeting minutes will be
prepared and submitted to the attending parties
documenting the decisions made and action items.
Design of the Closed Circuit Television (CCTIf)
One of the measures of success of this project will be
defined by the effectiveness of each CCTV camera
site to produce quality, full-motion video, for the
intended area of coverage. It has been our
~_
~.
CUPEI~TINO
experience, of over 250 recent camera designs, that
site selection and selection of technology are two very
important steps that should be completed prior to
preparation of plans, specifications and estimates.
A two-step process will be employed to select the
appropriate site for the CCTV camera at each
location. The candidate locations identified in the
ground level survey will be evaluated based on
anticipated coverage; constructibility; accessibility for
maintenance activities; obstruction of view at
turnouts; safety; apparent underground conflicts; cost;
and other applicable criteria identified at the kick-off
meeting. A refined list of candidate locations will be
prepared and discussed with participating agency
staff.
Kimley-Horn will conduct surveys for locations
approved by the participating agency. Videotapes
from the survey will be reviewed and analyzed by
Kimley-Horn to determine a recommended location
for the CCTV camera at each of the project locations.
The analysis will include comparative coverage
analysis for multiple sites, cost trade-off of coverage
versus construction cost, and confirmation of other
relevant considerations identified during the ground
level survey.
Coverage obtained for each recommended location
will be presented to the City for review and approval.
Video from alternative sites and photographs of
conflicts will be made available to the City during
this review.
An analysis will be made for off-the-shelf
technologies for the camera lens, camera enclosure,
pan/tilt unit, and camera control unit. The objective of
this task will be to review new camera assembly
features, effectiveness, and cost budget factors to be
considered for this project, and make specific
equipment and/or performance recommendations.
Existing standard plans for CCTV poles will be
evaluated to determine the appropriate pole type to be
used for each installation. The CCTV evaluation will
identify each pole type and reference the City
standards. It is desirable to build consensus with the
Silicon Valley West project to standardize the types
of CCTV installation.
De Anza Boulevard Corridor AIMS Project 4 L Introduction
~ ~ ~, lint. rrr =
CUPEI~TINO
The following table and map show the proposed
locations of the CCTVs and those that are currently
included in the Silicon Valley West project.
De Anza Blvd & Homestead •
De Anza Blvd & I-280 N •
De Anza Blvd & I-280 S •
De Anza Blvd & Stevens Creek Blvd •
De Anza Blvd & Rodri ues Ave •
De Anza Blvd & Bollin er Road •
De Anza Blvd & SR 85 (N) •
De Anza Blvd & SR 85 S •
De Anza Blvd & Pros ect Rd •
Wolfe Road & Homestead Rd •
Wolfe Road & I-280 N •
Wolfe Road & I-280 S •
Stevens Creek Blvd & SR 85 W •
Stevens Creek Blvd & Stellin Rd. •
Stevens Creek Blvd & Blane Ave •
Stevens Creek Blvd & Wolfe Road •
Stevens Creek Blvd & SR 85 E •
De Anza Boulevard Corridor AIMS Project 5 I. Introduction
Wolfe Rd.
0
Mlller Ave.
U
a
> U
C
p`~
PerimeTer Rd.
m
Portal Ave. _c
Blaney Ave. Blaney Ave.
Blaney Ave.
Vista Dc
a Torre Ave ~
~
1~
1 a
a ~n
De An;:a Blvd. m
s
so~oro9o s~~~P a .
~
,
1
L1 ~ ~L.1
L]
Bandley Dr. a' e
m a ~
U c ~
g
c
~
Stelling Rd. O
c
c
c
~o U
1 ^
^
~ M
~
~
Mary Ave. Mary Ave. Bubb Rd.
Wright Ave.
Orange Ave.
c
am
E
0
Foothill Blvd.
~~
E '~
Y td
'1
~~~
d
U
^-^ ~ ~.
~ ana Associates, hc. ~„
CUPEt~TINO
Subconsultants
We have added two highly qualified firms to the
Kimley-Horn team for this project. CCS Planning
and Engineering, a WBE/MBE firm, will assist with
the PS&E task, and Western Technical Services will
provide microwave design services. Qualifications
for these firms are presented in Section II of this
proposal.
De Anza Boulevard Comdor ATMS Project 7 I. Introduction
^ ^ IGmley-~iom
~ and Associames, Inc.
II. Qualifications
Company Resume
Kimley--Horn and Associates
Throughout our 30-year history, Kimley-Horn has
built a reputation for providing innovative, high-
qualiryconsulting services. In the 1960s, as a
5-employee outfit, the firm's focus was traffic
operations and planning studies. Today, however, we
are one of the largest engineering, planning, and
environmental consulting firms in the U.S. with over
1,300 employees in 48 offices, including our offices
in Pleasanton and Oakland. Our menu of services
includes:
^ Advanced traffic management systems
^ High-occupancy vehicle studies and
design/congestion management
^ Transit rail studies and design
^ Roadway and streetscape design
^ Freeway and Corridor Management System Design
and Deployment
^ Signal System Design and Implementation
^ Strategic Planning and Early Deployment of ITS
Technologies
^ Traveler Information Systems and Services
^ Communications Systems and ITS Architecture
Development
^ Technology Assessment and Life Cycle Costing
^ Intermodal Transportation Access and Interface
^ ITS Construction Support
^ Rural ITS Corridor Studies and Operational Tests
^ Software Development and Integration
^ Network Simulation and Analysis
^ Innovative Funding for ITS Improvements
^ Partnership Development and Maintenance
^ Public Involvement Processes
cm of
CUPEI~TINO
A founding member of ITS America, we have
remained at the forefront of transportation technology
for more than a quarter century. We are traffic
management specialists, software developers,
communications engineers, and systems integrators.
Vision is a necessary characteristic of those who work
with ITS because systems are continually shaped by
advancing technology. With Kimley-Horn, you'll be
on the leading edge. We know the technology: What's
out there, what works, what doesn't, and why. We
stay abreast of what is on the horizon so our systems
wont be obsolete the day after tomorrow. They will
grow with you. We have planned, designed, and
implemented high technology systems and control
centers with networked computer systems, large-scale
video and graphical user interfaces, dial-up traveler
information systems, automated emergency
dispatching, computer generated voice messaging,
and links with other traffic signal control centers.
The 116-mile freeway management system Kimley-
Horn designed for the Phoenix transportation network
currently monitors and controls traffic along 42 miles
of freeway while simultaneously controlling signals
in the freeway corridors and linking the system to
existing computerized municipal signal systems. As
a consultant to the Florida Department of
Transportation's Turnpike Division, we implemented
electronic toll and traffic management and automatic
vehicle identification systems for the state's 313-mile
turnpike. In Los Angeles, Kimley-Horn designed field
surveillance and control subsystems and afiber-optic
communications system for 47 miles of the network.
The Houston Metropolitan Transit Authority selected
us to develop their urban traffic control system. This
system will ultimately control more than 2,800
intersections and includes fully integrated traffic
control centers for four operating agencies. The
system is also designed to interface with advanced
traveler information subsystems.
Our ITS work reflects innovative thinking and
technical expertise. Our team of experts understands
how to make this intelligence work for our clients and
their systems. With our clients, Kimley-Horn is
defining the future of ITS.
De Anna Boulevard Corridor ATMS Project 1 II. Qualilications
^ ^ IGmley-Hom
~ and Associahes, tic.
CCS Planning and Engineering
CCS Planning and Engineering, Inc. (CCS) is a
transportation consulting firm founded in 1989 that
specializes in transportation planning and design
projects. CCS is both aWoman-owned Business
Enterprise (WBE) and Minority-owned Business
Enterprise (MBE) firm. CCS has afull-time staff of
more than 40 professionals including civil engineers,
traffic engineers, transportation planners, traffic
modelers, electrical engineers, and AutoCAD
specialists. The firm's corporate office is located in
San Jose, California, with full-service branch offices
in San Ramon, Oakland and Sacramento.
CCS provides comprehensive transportation
planning, traffic engineering, and civil engineering
design for successful project implementation. CCS
staff has been involved in every phase of project
development, from feasibility and location studies,
preliminary plans and environmental assessment
through final construction plans, specifications, and
estimates, and construction administration. This
includes Intelligent Transportation Systems studies
and designs, traffic studies, environmental review
studies (EIR/EIS), traffic operations analyses, and the
preparation of preliminary and final highway design
plans, specifications, and cost estimates.
CCS has demonstrated excellent capabilities in
performing the following services:
^ Intelligent Transportation Systems
^ Traffic Signal System Design and Timing Plans
^ Preparation of Caltrans Project Study
Reports/Project Reports (PSR/PR)
^ Satisfying Grant Funding Requirements
^ Traffic Operations Analyses
^ Travel Forecasting and Simulation
^ Area Wide Circulation System Planning
^ Transportation Impact Assessments for
Environmental Review Documents
^ Data Collection and Surveys
^ Alternative Transportation Mode Studies
^ Lighting Analysis and Design
n of
CUPEI~TINO
^ Highway and Local Street Improvement Projects
(PS&E)
^ Construction Traffic Control and Management
The CCS key staff selected for this project bring
detailed knowledge of the existing and planned road
system in the I-880 Corridor, having worked on the
following I-880 Corridor projects:
^ Silicon Valley Smart Corridor, Phases 1-3
^ Tasman East Light Rail Design, traffic signal
modification plans (10 intersections in Milpitas)
^ Route 237/880 Interchange Improvement Project,
traffic and electrical engineering design
^ I-880/Stevenson Interchange Reconstruction
Project, traffic engineering design
^ Hesperian Signal Interconnect, preliminary and
final design and signal timing
^ Milpitas Fiber Optic Duct Design
The majority of the projects listed above included
improvements to traffic signals, signal interconnect,
ramp metering, and/or traffic operating system
components.
Western Technical Services
Western Technical Services was formed in 1990 to
provide technical support for entities with Microwave
Communications systems and networks which were
typically only ancillary to their business. They
identified that although these entities owned and
operated expensive, sophisticated systems, they did
not have the in-house means to maintain the
equipment. This demand for Qualified Service
Providers is ever growing, which is why their
business has prospered and their customer list has
grown to nearly 500 private and public entities. The
firm's customers range through many industries from
Broadcast Television, Cable Television, Radio
Broadcast, Te1Co, Cellular, Paging, Satellite
Common Carriers, Wireless Internet Provider, Local
and Federal Government, to Private Industry. WTS
has evolved into a 45-person corporation from atwo-
man, home-based partnership in less than 10 years.
This evolution has been slow and methodical over
this period. The success of WTS is a direct result of
management style, method, and work ethic. They
De Anza Boulevard C~onidor ATMj Project 2 II. Quaiilications
^-^ ~,
and lam, inc.
have cultivated a diverse client base in excess of 500
entities; many of which are national companies, all
are repeat long-term relationships.
Based in Orange, California with an additional office
in Richardson Texas, Western Technical Services has
the technical expertise, and required installation and
test equipment for complete video, voice, and data
communication system installations, testing, and
maintenance.
Resumes of Kev Personnel
Kimley-Horn has a long history of achieving
successful project completion through a combination
of effective project management and technical
expertise. We know that when you select an
engineering consultant, you are really choosing
people who offer you technical expertise, extensive
"hands-on" experience with similar projects, and a
demonstrated record of quality and responsiveness
that will make your project a success. We have
carefully selected a core team of seasoned
professionals to provide a high level of
responsiveness to the City of Cupertino, both in terms
of exceptional local understanding and support, and
extensive technical experience in the disciplines you
require. Our local engineering staff is backed by more
than 1,300 employees nationwide.
Resumes for key personnel are presented at the end of
this section.
Similar Project Experience
Kimley-Horn and Associates Experience
Silicon Valley Smart Corridor -
Fremont/Milpitas, CA -Kimley-Horn is providing
planning, design and implementation of the Silicon
Valley Smart Corridor project north for the cities of
Fremont and Milpitas. The project involves
development of concept of operations, fiber optic and
communication system design, design of field
elements, signal timing, and development of an
operations and management plan. Kimley-Horn is
coordinating the project with the cities of Fremont,
Milpitas, and City Jose, as well as Santa Clara
County, Caltrans, and MTC. Kimley-Horn will also
be preparing an evaluation report for the project.
cirr of
CUPEI~TINO
Client: City of San Jose
George Constantin
Project Manager
(408) 277-5346
Team: Pierre Pretorius, Anush Nejad, Ted Moss,
Rich Semer, Shadi Anani
SMART Corridors Program, Alameda and
Contra Costa Counties, CA - Kimley-Horn is
responsible for planning, design, integration and
implementation of a $9.8 Million Advanced
Transportation Management Program for Alameda
County CMA. The SMART Corridors program is a
cooperative effort by 26 agencies to plan and
implement amulti-modal advanced transportation
management system along the San Pablo Avenue (I-
80) corridor; and the I-880 corridor, which includes
International Boulevard, East 14"' Street, San Leandro
Boulevard/Street, Hesperian Boulevard, and Union
City Boulevard.
The goal of the project is to allow the participating
agencies to better manage congestion and incidents
along regional routes, to improve transportation
mobility, efficiency and safety, and provide timely
and multi-modal transportation information to agency
transportation managers and to the public. The
project is divided into four phases:
^ Phase I -Strategic Plan (Systems Engineering
Study);
^ Phase II -Design and Preparation of Plans,
Specifications and Estimates;
^ Phase III -Construction; and
^ Phase IV -Integration, Testing, and Systems
Acceptance
Client: Alameda County CMA
Cyrus Minoofar
Senior Transportation Engineer
(510) 836-2560
Team: Anush Nejad, Pierre Pretorius, Rich Semer,
Ted Moss, Dave Haines
ATMS Master Plan and Design, Hayward, CA -
Kimley-Horn provided engineering and commun-
ication services for design and implementation of a
fiber optics master plan for the City of Hayward's
Advanced Traffic Management System (ATMS).
This project involves the design of the fiber optics
De Anza Boulevard Corridor ATMS Project 3 II. Qualilications
^ ^ IGmley-Isom
~ and Associates, Inc.
backbone, spurs
and connections
to the City Hall,
libraries, fire
stations,
corporation yards,
and the traffic
signal system.
Kimley-Horn has reviewed various communication
architecture, such as Fast Ethernet ATM, and SONET
for a recommendation to the City. We will also
prepare a Basis of Design Document for the City of
Hayward to establish future implementation design
elements of the fiber optics system.
Client: City of Hayward
Ms. Jeanette E. Peck
Design Services Manager
(510) 583-4760
Team: Anush Nejad, Ron Freeman
Freeway and Arterial System of Transportation
(FAST), Las Vegas, NV - Kimley-Horn was
selected by the Nevada Department of Transportation
to develop a freeway management system (FMS) for
the Las Vegas metropolitan area. The first phase of
this project included preparing a High Level System
Design that provided the framework for the FMS to
be designed and constructed in phases over the next
several years. As part of the High Level System
Design task, Kimley-Horn developed
recommendations for various field equipment,
communications requirements, and jurisdictional
interties to create a seamless transportation network
for the area.
Following the
development of the
Functional
Requirements for
the FMS, the
System
Architecture was
prepared using the
National ITS Architecture as a tool for the
development. The resulting architectures (both
physical and logical) for the existing, intermediate,
and build-out stages of the system are consistent with
the National ITS Architecture and emerging
standards.
m of
CUPEI~TINO
ICimley-Horn is preparing the design plans for the
initial phase of the Las Vegas FMS, which will be
implemented on a 17-mile pilot corridor, and will
include CCTV, variable message signs, ramp
metering, detection, and associated communications.
A new traffic management center is being designed to
serve as a centralized hub for incident management
and traveler information. Integration with the Las
Vegas Area Computerized Traffic System will be a
key component of the FMS design.
Client: Nevada Department of Transportation
Keith Maki
ITS Program Manager
(775) 888-7446
Team: Ron Freeman, Rich Seiner, Dave Haines
Phoenix Freeway Management System,
Phoenix, AZ - Kimley-Horn served as system
manager for the Arizona DOT to provide design,
construction support, software development, system
integration, testing, training, and system
documentation services for the Freeway Management
System. The initial phase of this system provides
monitoring and control for nearly 30 miles of urban
freeway in
metropolitan Phoenix.
Key system features
and system manager
activities include:
^ Design and
implementation of an
18,000-square-foot
Traffic Operations
Center that provides
central control of the
system
^ Loop detectors
installed in pairs in
each lane at one-third
mile spacing between detector stations
^ CCTV cameras located every mile half-way
between traffic interchanges on I-17 and segments
of I-10, utilizing pan-tilt-zoom units to give full
visual coverage of the freeway. The video is routed
through a video switcher at the ADOT TOC and
displayed at operator workstations and on a 32-
monitor matrix of 37-inch color monitors.
De Anza Boulevard Cocri~or AIMS Project ~ II. Qualilications
s
0
0
0
N
m
Q
. ~I~,~.
^ Fiber-optic CMS installed approximately every two
miles and in advance of the freeway-to-freeway
interchanges
^ Ramp metering at freeway entrance ramps using
Model 179 microprocessor controllers and loop
detectors. HOV priority bypass lanes are also
incorporated into the entrance ramp design
^ Traffic interchange signal coordination with
alternative phasing to permit normal three-phase
operation as well as allow for four-phase operation
during heavy volume periods
^ Tunnel management system which monitors and
controls aone-half mile tunnel under an inner-city
park
^ Development, testing, debugging, and
implementation of system software. Computer-
Aided Software Engineering (CASE) tools were
used in the FMS software development process,
which provided a more structured software
development and will ultimately allow for addition
of new software modules and more comprehensive
system documentation for ADOT
^ Construction support and contractor coordination
services for equipment installation and testing,
often at off-peak (night) hours to avoid impacts to
motorists.
Kimley-Horn was also a
major contributor to
ADOT's Operations and
Maintenance Plan for
the FMS. Our staff also
developed a
comprehensive
implementation staging
plan with estimates of
cost as well as innovative procurement procedures
featuring two-step bidding and total-life-cycle cost
bidding. Phase I of this system was officially
dedicated in September 1995.
Client: Arizona Department of Transportation
Manny Agah
Traffic Operations Center Manager
(602) 712-7640
Team: Anush Nejad, Rich Semer, Dave Haines
CITY OF
CUPEt~TINO
CCS Experience
Silicon Valley Smart Corridor, Santa Clara
County, CA - The I-880/Route 17 Smart Corridor,
dubbed the Silicon Valley Smart Corridor, was
conceived as a means to help agencies deal with
overflow commute traffic. When construction is
complete, the corridor will contain surveillance
equipment to give traffic operations staff a clear
picture of field conditions, Traveler Information
equipment to show motorists how best to steer
through the commute, and a wide area network to
connect the traffic operations staff from many
agencies in a single network.
CCS was responsible for the preliminary design of
field equipment. This task involved identification of
the location, type, and approximate cost of each piece
of equipment such as existing signals, system loops,
and Intelligent Transportation Systems. CCS also
assisted in the preliminary design of the commun-
ications network, especially in the field reconn-
aissance. This task included identifying the location
for and type of new system equipment, such as
routing and type of conduit and cable for each link of
the system. CCS assisted in performing the necessary
environmental review of the project, including
preparing the environmental clearance documentation
pertaining to the PS&E for field equipment. CCS was
also responsible for providing drawings, technical
specifications, and a construction cost estimate for the
system, including more than 50 CCTV surveillance
cameras. The final design work was completed in a
tight time frame to meet grant requirements.
Reference: Jon Elson
County of Santa Clara
Department of Roads and Airport
408/494-1365
Hesperian Boulevard Signal Interconnect,
Alameda County, CA -The Alameda County
Congestion Management Agency wished. to provide
continuous signal interconnect across agency
boundaries on this MTS arterial. This interconnect
project included a study of interconnect needs,
preliminary design to estimate construction costs and
finalize the project definition, final design to install
needed infrastructure, and preparation of signal
coordination plans. The project addresses 43
signalized intersections along Hesperian Boulevard,
De Anza Boulevard Corridor ATM n" Project
II. Qualilications
^ ^ IGmley-lion
~ and Associabe~s, Inc.
Union City Boulevard, and Ardenwood Boulevard,
stretching from San Leandro to Fremont.
Reference: Cyrus Minoofar
Alameda County CMA
S 101836-2560
Transportation System Management Master Plan,
Cupertino, CA -The City of Cupertino is a
medium-sized (pop. 60,000) city in Santa Clara
County. The City has controlled its traffic signals for
several years with aVMS-330 signal system, which is
nearing the end of its design life. As the countywide
population and employment levels in Cupertino have
increased, City staff have begun looking for a means
to provide inter-jurisdictional signal coordination, and
decided to consider ITS applications in conjunction
with replacement of its signal system. Potential. TTS
elements in the draft report include the following:
^ ATIS, to be used in conjunction with special events
at the Flint Center and for freeway incident
diversions from I-280 to parallel Stevens Creek
Boulevard.
^ Video surveillance as part of a new ATMS, to
replace the VMS-330.
Advanced transit priority treatment, to include a
combination of GPS and wireless preempt
equipment for queue jumping.
CCS was hired to prepare a Transportation System
Management Master Plan. The report used an
extensive analysis of existing conditions, deficiencies,
and opportunities to define projects for
implementation. Each project description included a
construction cost estimate, possible funding source,
and implementation priority.
Reference: City of Cupertino
408/777-3240
Santa Clara County TOS, Santa Clara County,
CA -The Santa Clara County Traffic Operations
System (TOS) project examined ways to improve
traffic flows on the County expressway system and
ways to relieve signal operations and maintenance
staff of time-consuming duties so they will be able to
fully utilize the new TOS. The project included
conducting a feasibility study, developing a project
definition, preparing contract documents to install the
s
0
0
0
N
m
Q
m of
CUPEI~TINO
selected system, implementing the new system, and
training staff to operate the system. The project is
currently in the construction stage.
Potential TOS components include a new traffic
management center with improved graphical displays
of traffic flows, distribution of current travel
information to motorists through the Internet or
another conduit, monitoring of traffic signal
equipment with automatic warnings sent to
maintenance staff if equipment stops functioning, or a
computer network to link staff from different
departments working on the same project. CCS
conducted an inventory of existing signal locations
and equipment, identified TOS features to support
County staff responsibilities, and selected location for
and designed field elements. In the final design
phase, CCS designed the first phase of field
deployment, which included 5 CCTV installations
with 17 surveillance cameras.
Reference: John Elson
County of Santa Clara
Department of Roads and Airport
408/494-1333
Western Technical Services Experience
Las Vegas Area Computer Traffic System
(ENACTS), Las Vegas, NV - This is a one-of-a-
kind system using a very wide mix of technology. The
network consists of a redundant ring architecture,
which connects intersection traffic control devices
throughout the city to the master control center
enabling traffic condition monitoring and
instantaneous corrective action. In addition to data,
the system also provides 40 video channels allowing
the traffic control manager to see the traffic
conditions. Although WTS joined the project after
the concept design had already been completed, there
were many specific integration and operational details
to overcome. WTS worked closely with the
equipment manufacturers and other integrators to
overcome these items to a successful completion.
WTS has remained under contract for system
maintenance.
Alameda Corridor, Los Angeles, CA - Provide
camera systems to monitor and archive the
construction of the project. The camera systems are
deployed to specifically observe a task or operation in
De Anza Boulevard Corridor ATMS Project h II. Qualifications
~ IGmley+lom
~ pISSOCIc'd~.S, t1C. in of
CUPEf~TIN0
a heavy construction zone. Therefore, deployment of
the system requires very creative and unique
solutions. This project is still underway.
Traffic.com, New York, NY - Traffic.com is a
private company, which provides high (Broadcast)
quality video to local government entities for traffic
management purposes. WTS has provided design
and integration services. Currently we are deploying
systems in New York, Pittsburgh, Chicago and
Florida.
Los Angeles County Sheriff, Los Angeles, CA -
Project Management, system design and installation
of Airborne Video Surveillance and Land-Based
Microwave System. This is a helicopter mounted
high-powered, agile camera and Forward Looking
Infrared (FLIR) system with a microwave return
system. The camera system is controllable from the
helicopter and remotely. The land based microwave
system is tower mounted, agile and auto tracking.
These systems are similar to those used by broadcast
television entities for news reporting.
Orange County Sheriff, Orange, CA -Project
Management, system design and installation of
Airborne Video Surveillance and Land-Based
Microwave System. This is a helicopter mounted
high-powered, agile camera and Forward Looking
Infrared (FLIR) system with a microwave return
system. The camera system is controllable from the
helicopter and remotely. The land based microwave
system is tower mounted, agile and auto tracking.
De Anza Boulevard Corridor AIMS Project 7 II. Qualilications
~ ~ Kimley-Horn
~ and Associates, Inc.
Anush A. Nejad, P.E.
Professional Credentials
Master of Science in Transportation Engineering, University of California
at Berkeley, 1982
Bachelor of Science in Civil Engineerir.~g, North Carolina State University, 1980
Professional Civil Engineer in California, Arizona, Washington, Oregon, and Nevada
Professional Traffic Engineer in California and Oregon
Professional Organizations
Intelligent Transportation Systems (ITS) Council
ITS America
California Alliance for Advanced Tran:~portation Systems (CHATS)
Institute of Transportation Engineers (I'TE)
American Society of Civil Engineers (.SCE)
American Public Works Association (APWA)
Special Qualifications
^ More than 18 years of comprehensive traffic, transportation, communications, civil
engineering and transportation planning experience
• Managed Intelligent Transportation Systems, CCTV, VMS, HAR and communication
systems planning and design, signal system feasibility studies and implementation, signal
interconnect design, and traveler inFoimation system planning and procurement
^ Manager of the San Francisco-Bay Area operations with authority to commit resources
Relevant Experience
Silicon Valley Smart Corridor, Frem~nt/Milpitas, CA -Kimley-Horn is providing
planning, design and implementation oi'the Silicon Valley Smart Corridor project north for
the cities of Fremont and Milpitas. The project involves development of concept of
operations, fiber optic and communication system design, design of field elements, signal
timing, and development of an operations and management plan. Kimley-Horn is
coordinating the project with the cities ~of Fremont, Milpitas, and City Jose, as well as Santa
Clara County, Caltrans, and MTC. Kimley-Horn will also be preparing an evaluation report
for the project.
Smart Corridors Program, Alameda and Contra Costa County, CA -Project Manager
for planning, design and implementation of an Intelligent Transportation System for the San
Pablo Avenue and I-880 corridors, incli.~ding the Cities of Oakland, Berkeley, Emervyille,
Albany, El Cerrito, Richmond, San Pablo, Pinole, El Cerrito, San Leandro, Union City,
Hayward, Contra Costa County, Alameda County, Alameda County Congestion Management
Agency, Contra Costa Transportation Authority, West Contra Costa Transportation Advisory,
Metropolitan Transportation Commission, Caltrans, AC Transit, Union City Transit,
WestCAT, and CHP. This is a $9.0 million program.
^ ~ a Kimley-Horn
~ and Associates, Inc.
Anush A. Nejad, P.E.
Relevant Experience cont.
San Pablo Avenue Signal Interconnect (Smart Corridor Phase I), Alameda and Contra
Costa County, CA -Project Manager for planning, design and implementation of
communication system, signal timing strategies and Intelligent Transportation System
concepts for this 15 agency corridor, including the Cities of Oakland, Berkeley, Emervyille,
Albany, El Cerrito, Richmond, San Pablo, Pinole, El Cerrito, Contra Costa County, Alameda
County Congestion Management Agency, Contra Costa Transportation Authority, West
Contra Costa Transportation Advisory, Metropolitan Transportation Commission, Caltrans,
and AC Transit. Kimley-Horn managed for six separate PS&E packages (over $4.0 Million)
and provided construction support services to the agencies involved in the project. Anush
Nejad was also successful in completing; and promoting the passage of a Memorandum of
Understanding (MOU) between the agencies, which is very unique in term of issues and
number of agencies involved.
City of Hayward Fiber Optic Master Plan and Backbone Design, Hayward, CA -
Project Manager for preparation of a finer optic master plan for the City of Hayward
Advanced Transportation Management System, Signal System and Information System
communication requirements. Kimley-born coordinated with the City's Information Systems
Department to incorporate both functio~ialities into the system. Kimley-Horn also prepared
PS&E for two major backbones segments (over 10 miles) to interconnect both the traffic
signal system and the City facilities, including the Police Department, Corporation Yard,
Main Library, Main Fire Station and thc; City Hall. Kimley-Horn also evaluated various
network strategies, including Fast Ethernet, ATM, Sonet and provided recommendation for
existing and future system connectivity.
City of Palo Alto Signal System and ~-dvanced Transportation Management System
Feasibility Study, Palo Alto, CA -Project Manager for evaluation of various signal
systems for the City of Palo Alto. This ~~roject involved evaluation of the existing VMS 330
signal system and recommendation for a new integrated signal system/ATMs system for the
City. Kimley-Horn evaluated City's Advanced Transportation Management System
requirements and developed recommendations for a signal system replacement program. This
project is over $2.0 Million and Kimley-Horn will be providing design services for the City
during the next phase of the project.
City of San Jose Intelligent Transportation Systems (ITS) Plan, San Jose, CA -Project
engineer for the development of the City of San Jose and the Silicon Valley ITS Strategic
Plan. The plan reviewed all major ITS e;ffort by the City of San Jose as well as the Silicon
Valley Smart Corridor project. Responsible for evaluation and development of
recommendations for the signal system and controller upgrade, signal interconnect program,
Traffic Operations Center, and all of th~~ associated ITS activities within the Street and
Traffic group. Kimley-Horn will be designing the upgrades for 100 traffic signals with new
communication system.
^ ~ ~ Kimley-Horn
~ antl Associates, Inc.
Anush A. Nejad, P.E.
Relevant Experience, cont.
TravInfo® Traveler Information Sysitem Procurement Management, Metropolitan
Transportation Commission, Oakland, CA -Project Manager for development of
specifications and procurement documents for the San Francisco-Bay Area's advanced
traveler information system. This contr~ict is between $40 to $60 million and is a multi-year
program. Kimley-Horn evaluated the existing system, developed functional requirements for
design and operations of the data collection, data fusion, data dissemination, marketing and
project management aspects of the project. Kimley-Horn also developed evaluation criteria
and will be assisting MTC with the selection of the successful contractor. Kimley-Horn will
also monitor the performance of the Co;atractor for the duration of the contract to ensure
compliance with the Functional Requirements. A special contracting requirement was
developed to provide incentive-based p~ryments to the contractor based on performance
measures developed for the program.
Santa Clara County -General Design Consultant, Santa Clara County, CA -Project
Task Manager for general engineering support services for the Santa Clara County. Managed
the work for Kimley-Horn to provide quality control reviews, communications system
design, field reviews, base plan preparation, and development of the master specifications.
The Santa Clara County project is a multi-year Traffic Operations System (TOS) project for
expressways in Santa Clara County. Thy s project is funded through Measures A & B Sales
Tax Program, estimated at $25 million 1.'or the next five years. Kimley-Horn provided design
support services for three expressway, as well as developing the communication system
reviews and recommendations.
Santa Clara County Valley Intelligent Transportation Systems (ITS) Plan, Santa Clara,
CA -Task manager for the Santa Clara County ITS plan. The plan follows the same steps
as a federal Early Deployment Plan to develop a 20-year ITS solution for the County. Key
tasks include the identification and inventory of existing conditions, public awareness
campaign, evaluation of ITS elements and infrastructure, development of a prioritized list of
ITS improvements, development of an f;xpenditure and implementation plan, and integration
with the County's 20-year planning process. Anush Nejad developed market package
requirements, evaluated existing and future projects, ranked projects for future funding,
develop list of potential project fora 5, 10 and 20-year implementations, prepared cost
estimates for projects (totaling over $1C~0 million), and assisted with the preparation of the
final report.
~ ~ Kimley-Horn
~ . and Associates, Inc.
Anush A. Nejad, P.E.
Relevant Experience, cont.
Seattle-Tacoma Airport Communication Systems Design, Seattle, WA -Project
Engineer for planning, design and cons~ruction support services for the Seatac Airport
communications system for vehicle detection and congestion management system. The
project included the communications li~iks for the sensor units, Variable Message Signs and
CCTVs. The project involved evaluation of the traffic patterns at the Seatac Airport and
design of a fiber optic communication backbone for current and future ITS deployments.
These elements would interface with the Seattle-Area MDI program. Kimley-Horn also
provided the design and implementatio~l of the Parking Revenue Control System and the
communications to the central system..Also evaluated various network equipment and
systems for Seatac Airports master corrimunication plan.
~ Kimley-Horn
~ ^ and Associates, Inc.
Petrus S. "Pierre" Pretori'us, P.E.
Professional Credentials
Bachelor of Science, Civil Engineering, University of Pretoria, South Africa, 1978
Bachelor of Engineering, Transportation Engineering, University of Pretoria, South
Africa, 1982
Registered Professional Engineer in Arizona
Special Qualifications
^ More than 20 years of ITS ,traffic management, and transportation planning
experience.
^ Project manager/engineer for ITS, transportation planning, traffic management, and
trafEc signal projects.
^ Past-President of ITS Arizona
^ Chair of the ITS America ATIS Committee
^ Member of the FHWA ITS Deployment Technical Advisory Committee (DTAG)
^ Member of the ITS America Coordinating Council
Relevant Experience
Silicon Valley Smart Corridor, Fremont/Milpitas, CA -Project Manager. Kimley-
Horn is providing planning, design and implementation of the Silicon Valley Smart
Corridor project north for the cities of l~remont and Milpitas. The project involves
development of concept of operations, fiber optic and communication system design,
design of field elements, signal timing, and development of an operations and
management plan. Kimley-Horn is coo;~dinating the project with the cities of Fremont,
Milpitas, and San Jose, as well as Sant~i Clara County, Caltrans, and MTC.
SMART Corridors Program, Alameda and Contra Costa Counties, CA -Task
Leader. Kimley-Horn is responsible for planning, design, integration and implementation
of a $9.8 million Advanced Transportation Management Program for Alameda County
CMA. The SMART Corridors program is a cooperative effort by 26 agencies to plan and
implement a multimodal advanced transportation management system along the San
Pablo Avenue (I-80) corridor; and the 1-880 corridor, which includes International
Boulevard, East 14th Street, San Leandro Boulevard/Street, Hesperian Boulevard, and
Union City Boulevard.
^ ~ ~ Kimley-Horn
~ and Associates, Inc.
Petrus S. "Pierre" Pretor~-us, P.E.
Relevant Experience, cont.
Fontana/Ontario ATMIS Project Management, Fontana, CA -Technical Advisor.
Kimley-Horn is currently serving in an advisory role as project management staff for the
City of Fontana as part of this Advanced Traffic Management Information System
(ATMIS) project. KHA staff direct the design consultants in their efforts to complete the
project documentation, conceptual design and detailed design of the system elements.
KHA also provides technical advice to the City's traffic engineering staff regarding
traffic signal system upgrades. The project management responsibilities include
coordination activities between the Cit}~ of Fontana and the other project stakeholders.
This includes the City of Ontario, Caltrans, SANBAG and major activity centers such as,
the California Speedway, The Ontario 1vlills Mall, the Ontario Airport and the Ontario
Convention Center. The completed ATMIS will include traveler information, traffic
systems management, emergency servi~~es, and event management elements.
Silicon Valley Intelligent Transportation Systems (ITS) Strategic Plan, San Jose,
CA -Project Manager. Kimley-Horn is developing ITS systems to address local needs
for Silicon Valley, paying particular attention to the coordination and compatibility of the
system with other ITS technologies that have already been implemented in the region.
The project involves assessing existing systems, as well as analyzing potential areas for
system expansion. Kimley-Horn is advising on the operations and management
implications of the system, the organizsrtional structure, and the institutional
arrangements needed to assure a world~~class ITS deployment. The project includes the
following issues: incident/emergency management systems, traveler information systems,
traffic control systems, and the development of a new traffic operations center.
TravInfo Traveler Information System Procurement Management and Technical
Advisor, San Francisco Bay Area, CEO -Project Manager. Kimley-Horn provided
technical advice for development of sp~:cifications and procurement documents for the
San Francisco-Bay Area's advanced traveler information system. This is a multi-year,
$38 million, program. Kimley-Horn as;~isted in evaluating the existing system, developed
functional requirements for design and operations of the data collection, data fusion, data
dissemination, marketing and project management aspects of the project. Kimley-Horn
assisted in developing evaluation criteria and assisted MTC with the selection of the
successful contractor. Kimley-Horn will also monitor the performance of the Contractor
and provide technical advice for the duration of the contract to ensure compliance with
the Functional Requirements.
^ ~ ~ Kimley-Horn
~ and Associates, Inc.
Petrus S. "Pierre" Pretorius, P.E.
Relevant Experience, cont.
ITS Strategic Plan Update, Maricopa County, AZ -Project Manager. Kimley-Horn
was responsible for updating the 1995 1\~IAG ITS Strategic Plan. The Strategic Plan
Update includes such components as an inventory of existing and planned systems,
development of a regional architecture ;stakeholder Involvement Plan, Project
Implementation Plan, ITS Telecommunications Plan, Evaluation Plan, and a Training and
Capacity Plan. The Plan involved close coordination with transportation and emergency
management agencies in the MAG regicm to determine how ITS technologies can address
the needs of the transportation system. ITS and telecommunications projects for short-
term, mid-term and long-term deploymc;nt were developed and recommended, as well as
plans for ITS evaluation.
I-5 Corridor Inter-County Smart Street Feasibility Study, L.A. and Orange
Counties, CA -Project Manager. Kirr~ley-Horn is currently leading a major ITS study
in Southern California to identify ways of improving the operation of intercounty
arterials. The study is determining the best way to coordinate the operation of arterials
between Orange and Los Angeles Counties and the types of improvements to be made. It
is emphasizing signal synchronization, intelligent transportation systems (ITS), and other
nonstructural means of achieving improved mobility.
AZTech Model Deployment Initiative, Phoenix, AZ -Program Manager. Kimley-Horn
served as the system integrator and sofr,vare developer between the ADOT FMS and the
AZTech Model Deployment Initiative. AZTech built upon the existing infrastructure in
the area (including the Arizona DOT Freeway Management and Traveler Information
System, municipal signal systems, and Dissociated communications networks) to connect
multiple jurisdictions' TOCs to share information and enhance travel information
distribution to the public (via public/private partnerships). This expanded ATIS includes
a significant transit information component, kiosks with multimodal information,
expanded Web page information, and dissemination via CATV, FM radio broadcasts,
and personal digital assistants. Information is collected and disseminated via a
centralized, privatized ATIS server co-located at the ADOT Traffic Operations Center in
Phoenix, which currently serves as the lcub for the FMS.
^ ~ ^ Kimley-Horn
~ antl Associates, Inc.
Richard J. Semer, P.E.
Professional Credentials
Bachelor of Science in Electrical Engineering, Arizona State University, Tempe, AZ
Professional Electrical Engineer in Ari:~ona, California, Colorado, Florida, Nevada and
Washington
Institute of Electrical and Electronics )~.ngineers (IEEE), Member
IEEE Standards Association, Member
Special Qualifications
Twenty years of experience in the f fields of systems design, testing, and
implementation.
^ Experienced in highway and airport runway lighting design.
Varied industrial experience including system design specifications, interface
validation and documentation, harclware/software system development, and field
testing.
Relevant Experience
ADOT FMS Communications Master Plan, Phoenix, AZ -Wrote ADOT FMS
Communications Master Plan which shall serve as a guideline to ADOT and future
designers for the evolution of the FMS SONET backbone. The Master Plan shows a
proposed buildout of the FMS Commu~iication System to encourage the tota1200+ miles
of freeway based on the ADOT construction phases and communication needs.
ADOT Freeway Management System, Phoenix, AZ -Systems design and integration
of amulti-member team for conceptual and final design of $120M, 140-mile surveillance
and control system which includes a SONET communications backbone, VMS, CCTV,
ramp metering, fiber optic communications, incident detection systems, pump station
monitoring, and a tunnel management ;system all centrally controlled from the ADOT
Phoenix District Traffic Operations Center. Communication system was designed to
accommodate integration of over 400 miles of freeway field elements, as well as provide
links to area jurisdictions' TOCs for rapid exchange of traffic information.
FAST (Freeway and Arterial System of Transportation), Las Vegas, NV -
Responsible engineer in charge of design team for the communications and power
distribution portion of this Las Vegas freeway management project. Project includes video
detection, CCTV surveillance, dynamic; message signing, trailblazer signs, HAR and a
SONET communication backbone.
~ Kimley-Horn
~ ^ and Associates, Inc.
Richard J. Seiner, P.E.
Relevant Experience, cont.
ADOT FMS Phase IV Software Development, Phoenix, AZ -Project manager for
FMS Phase IV software effort. Scheduled activities and verified project milestone
completion, as well as periodic customer updates and status reports. Project included
development of the software for the Phase IV FMS. The project included communication
software for traffic controllers, node processors (communication hubs) and the
modification of existing FMS communication protocol.
Special Event Parking System, Temf~e, AZ -Served as system design engineer for the
City of Tempe's Special Event Parking System. Designed a comprehensive parking
control system that included 14 CCTV cameras, vehicle traffic monitoring for 12 parking
areas, 22 VMS used to display parking availability, and four perimeter VMS. The system
routes all the vehicle ingress and egres;; data to a central location for processing.
Parking Revenue Control System, Phoenix Sky Harbor International Airport,
Phoenix, AZ -Served as design engi~zeer. Responsibilities included the design of the
SONET based communication system ;end CCTV vehicle identification system used for
this state of the art parking control system. This parking revenue central system (PRCS)
links five parking structures via the SONET equipment and fiber optic cable. The system
includes automated license plate identification at entry and exit lanes and a card access
system for designated employees.
Virginia Department of Transportation, VA -Served as project design engineer for
the lighting of several miles of rural hi;;hway in the Hampton Roads area. Project included
hundreds of lighting fixtures.
Williams Gateway Airport, Mesa, A;~ -Served as responsible engineer for runway and
taxiway lighting for this $17-million n;nway reconstruction project.
Highway Advisory Radio (HAR) Technology Assessment, VA - Performed a study of
current HAR technology available for the Virginia Department of Transportation (VDOT).
The study included assessing HAR tecl--nology to aid VDOT in the selection and design of
a HAR system.
I-25 North HOV/Bus Traffic Management System, Denver, CO -Reviewed design
specifications and schematics for variable message signs (VMS), blank out signs, and
various cabinets for traffic control.
^ ~ ~ Kimley-Horn
~ and Associates, Inc.
Richard J. Semer, P.E.
Relevant Experience, cont.
I-95 Intelligent Corridor System Final Design, Packages A, B, and C, FDOT District
Six, Miami-Dade County, FL - Cotr~munications Engineer. Kimley-Horn provided
systems engineering, software development, and post-design and system integration
services for this 17-mile corridor in Miami-Dade, Broward, and Palm Beach counties.
Sunguide provides an integrated control center for managing freeway traffic, using
multiple UNDO servers and workstations. Sunguide employs ramp metering and main line
vehicle flow metering, trailblazer signs, dynamic message signs, and CCTV traffic control
elements. A component of the system is a central database in which traffic and
transportation information from variou;~ local and state agencies is collected for
dissemination to interested parties. Thi:~ system also provides timely traveler information
to the public on a dedicated Web site.
Hampton Roads Traffic Management System, Phase III, Southeastern VA -
Communications Engineer. Kimley-Horn provided design of a traffic management system
covering 63 miles of freeway in the Tidewater region. Currently under construction, this
program involves deployment of communication infrastructure enabling motorists to
receive real-time information about the levels of congestion or locations of incidents on
the freeway network. Project features a SONET-based fiber-optic communication network
linking field components to the Smart 'Craffic Center, which, in addition to being the focal
point for incident and congestion management, will be closely allied with bridge and
tunnel operations, local jurisdictions, and other traffic centers in Virginia.
AZTech Model Deployment Initiative, Phoenix, AZ -Communications Engineer.
Kimley-Horn served as the system integrator and software developer between the ADOT
FMS and the AZTech Model Deployment Initiative. AZTech will build upon the existing
infrastructure in the area (including the Arizona DOT Freeway Management and Traveler
Information System, municipal signal :systems, and associated communications networks)
to connect multiple jurisdictions' TOCs to share information and enhance travel
information distribution to the public (~/ia public/private partnerships). This expanded
ATIS will include a significant transit information component, kiosks with multimodal
information, expanded Web page information, and dissemination via CATV, FM radio
broadcasts, and personal digital assistants. Information will be collected and disseminated
via a centralized, privatized ATIS server to be co-located at the ADOT Phoenix District
Traffic Operations Center in Phoenix, ~Nhich currently serves as the hub for the FMS.
^ ~ ~ Kimley-Horn
~ and Associates, Inc.
Richard J. Semer, P.E.
Relevant Experience, cont.
The following projects were completes! while Mr. Semer worked for other firms prior to
joining Kimley-Horn in 1994.
Global Positioning System (GPS) Lal~, San Diego, CA -Designed and built the GPS
System Integration Laboratory and all ~iecessary test fixtures in the San Diego office of
ARINC Research Corp.
Interface Verification and Validation, San Diego, CA -Project leader of the group
responsible for the writing, revising, ar.~d verification of all GPS User Equipment (UE)
Interface Control Documentation. These documents define all the message traffic
between the GPS and all other systems.
Reduced Vertical Separation Performance Study, San Diego, CA -Installed GPS
reference stations worldwide with specially designed software to collect data for the FAA.
This information, used by high-accuracy navigation devices, is used to determine the
safety of vertical distance reduction between two aircrafts.
F-18/Cruise Missile Inertial Navigation System, Woodland Hills, CA -Wrote the
procedures and performed the tests which proved the design integrity of all performance
upgrades. Responsible for coordinating with the software and hardware engineers to
resolve all design problems.
Ground Launch Cruise Missile System, San Diego, CA -Electrical systems engineer
on the ground launch cruise missiles flight test team. Responsible for the proper operation
of the Launch Control Center, Transporter Erector Launcher, and the missile during flight
testing. Avionics system engineer responsible for writing and performing the test
procedures necessary to prove new design concepts.
^ ~ ^ Kimley-Horn
~ and Associates, Inc.
David S. Haines, P.E.
Professional Credentials
Bachelor of Science, Electrical Engineering with Honors,
Florida Atlantic University, 1995
Registered Professional Engineer in AZ; (Electrical) and VA
Member, Institute of Electrical and Ele~;tronics Engineers (IEEE)
Special Qualifications
^ Specializes in wide area communications architecture design, communication
equipment and ITS equipment tech~lology assessments, fiber optic network design,
local area network design, lighting ;protection design, power distribution design, and
roadway lighting design.
^ Experienced in specification writin;;, plans package production, constructibility
evaluations, software functionality writing, construction support for fiber optic
network installations, and troubleshooting/repair of communication equipment.
Relevant Experience
Hampton Roads Traffic Management System, Southeastern VA -Responsible for
designing the wide area network communication architecture, which includes a
combination of SONET and frequency ~3ivision multiplexer systems, communication
signal bridges and routers, Ethernet hul=~s, low speed signal terminal servers, and node
processors to manage multi-drop channels. Also designed field cabinet hardware and
communication hub building configurations, power distribution designs, and many other
details that relate to the constructibility of the closed circuit television, variable message
sign, and detector subsystems. Responsible for designing an extensive fiber optic
network that included a combination of various topologies, fiber optic cable installation
plans, network communication schematics with Eber assignments, and splicing tables
that identified a119,168 splices that need to occur. Responsible for laying out the
structure, the generation of details, tables, and diagrams, and performing quality control
checks throughout many portions of the; plans package. Responsible for researching and
writing various portions of the technology assessment, basis of design document,
communication architecture options paper, and technical specifications.
Greensboro Signal System Communications Planning, Greensboro, NC -Assisted
in the evaluation of various communication architecture alternatives available to the City.
The job required evaluating a variety oi'communication technologies, including SONET,
ATM, channel banks, optical transceivers, and long range copper modems, and
evaluating the different network topolo;;y options available based on the use of the
existing copper based communication rzedium infrastructure and fiber optic cables
obtained through resource sharing agre~;ments.
~ Kimley-Horn
~ and Associates, Inc.
David S. Haines, P.E.
Relevant Experience, cont.
Intelligent Corridor System, South FL -Responsible for designing a communication
architecture that has a cost effective migration path to a future SONET communication
system. The design of the communications architecture included interfaces to leased T-3
circuits, M-1/3 multiplexers, intelligent multiplexers for managing multi-drop low speed
communication channels, communication signal bridges and routers, Ethernet hubs, and
low speed signal terminal servers. Resf~onsible for designing the wide area closed-circuit
television communication system, which included electrical NTSC video signals devices
and communication mediums, fiber optic transceivers for both data and video signal
transport over optical fibers, video signal switches, compressed digital video signal
devices and communication mediums, ;ind various types of image enhancement devices,
projection screens and video wall equif~ment. Also responsible for designing the
communication system for inductive loop detector and video image detector subsystems.
Responsible for designing the local are: network, which included designing the cabling
plan and performing bandwidth calculations based on virtual LAN capabilities of various
network switching technologies. Responsible for designing the power distribution and
UPS systems throughout all subsystem:. Responsible for designing the fiber optic
network that included a combination ofvarious topologies, network communication
schematics with fiber assignments, and splicing tables that identified all splices that need
to occur. Assisted in designing lightning protection methods; writing the functional
requirements for software development; evaluating the constructability of different
locations; writing of technical specifications; and producing plan packages.
Advanced Traffic Management System, Norfolk, VA -Responsible for designing the
local area network, which included designing the cabling plan and performing bandwidth
calculations based on virtual LAN capabilities of various network switching
technologies. Responsible for assessing; computer hardware and peripheral technologies
and writing specifications for related elements in the ATMS platform. Responsible for
designing the expansion of the wide are:a network, which included the addition of a new
SONET node and various communication support devices. Responsible for designing
the reconfiguration and expansion of the fiber optic network. Responsible for supporting
construction efforts during the installation of the fiber optic network and communication
infrastructure.
La Mesa Traffic Signal System, La 1V[esa, CA -Provided technical support in
evaluating potential fiber optic networ•; and communication equipment interface
incompatibilities, which included an evaluation of a fiber optic network which is
comprised of both multi mode and single mode fibers and various generations of
optical transceivers configured in a multi-drop topology.
^~^ Kimley-Horn
~ antl Associates, Inc.
David S. Haines, P.E.
Relevant Experience, cont.
Metrowide Communications Interconnection, Denver, CO -Responsible for
generating wide area fiber optic network topology options, based on a combination of
various new fiber optic cable routing plans and existing fiber routes provided through
resource sharing agreements with a variety of different agencies and companies. Assisted
in the generation of various wide area communication architecture options, which
included the evaluation of SONET, ATM, MPEG 2 digital video compressors, IP based
digital video compressors, analog NTSC optical transceivers, and various communication
signal bridging and routing technologies.
Congestion Avoidance and Reductio~i for Autos and Trucks (CARAT), Charlotte,
NC -Responsible for evaluating prof~osed "Value Engineering" options against the
specified communication technologies and the communications architecture topology in
design plans. This effort included an evaluation of a proposed multiplexer to
demultiplexer alternative that would effectively home-run all multi-drop low speed
channels to one central processor, as opposed to the distributed approach which off
loaded central processing requirements by having the low speed multi-drop channels
managed out at the field node location;.
Intelligent Transportation System Early Deployment Study, Jacksonville, FL -
Responsible for creating the framework in which multiple design approaches can be
developed, each one specifically tailor~:d to meet the needs of the user, while maintaining
the benefits of a common architecture. The architecture defined the functions that must
be performed to implement a given user service, the physical entities or subsystems
where the functions reside, the interfaces/information flows between the physical
subsystems, and the communication requirements for the information flows.
Glendale Transportation Management Center, Glendale, CA -Responsible for
researching the various functions of the ATMS platform, such as AVLS, CMS/VMS,
CCTV, congestion monitoring, incident detection, dynamic kiosk, dynamic trailblazer,
emergency vehicle preemption, GUI/C~IS, HAR, interconnections with other agencies,
parking system monitoring, traffic intersection control, and transit system monitoring,
and evaluating the required processing power, data storage capacity and local area
network communication bandwidth re~Iuirements of the ATMS.
Burlington-Graham Signal System, Burlington, NC -Responsible for writing
various parts of the technical special provisions. Which included contacting members on
the 2070E committee and researching the most current activities in generating the
CALTRANS 2070E Standard, for its implementation within the Burlington-Graham
Signal System.
^ ~ ~ Kimley-Horn
~ -_ and Associates, Inc.
David S. Haines, P.E.
Relevant Experience, cont.
Tucson Freeway Management Systenn, Tucson, AZ -Responsible for designing the
wide area network for distribution of the variable message sign and CCTV video
information to/from the traffic operations center and multiple remote user sites. This
wide area network design included corriponents like single mode fiber optic cable, optical
transceivers, video and data multiplexi~ig equipment, video and network switching
components, interfaces to dial-up and l~:ased Tl circuits from the local telephone service
provider. Responsible for the producti~~n of the communication components within the
Plans and the Special Provisions, which included fiber optic cable design layout and
splice details, communication block di~igrams, and technical specifications for many
communication and software compone~its.
Freeway and Arterial System of Tra~isportation, Las Vegas, NV -Responsible for
writing the communications master plan, portions of the implementation plan, designing
the local area network at the FAST TMC, designing the wide area network which
incorporates SONET, ATM, and Ethernet components, designing the various types of
topologies and identifying the communication components that will be used for the field
distribution networks. Responsible for writing technical specifications for many different
communication and computer hardwar~° components and developing special details
within the Plans. Also responsible for designing the various power distribution systems
needed throughout all subsystems within the project.
Parking & Traffic Guidance System.. Nashville, TN -Responsible for designing the
communications infrastructure components and writing various portions of the technical
specifications.
Special Event and Parking Management System, Tempe, AZ -Responsible for
designing the fiber optic network which included the creation of many splice and
connection details. Responsible for designing the communication platform used to collect
information from the field hubs and se~ld this consolidated data back to the operations
center for processing. Responsible for designing the computer hardware and software
platform used to provide the automated and operator interface functionality of the
system. Responsible for designing the local area network that will be used to connect the
system components together and provide a common communications medium between
them.
Military Highway Automated Traffic Management System Interface, VA -
Responsible for designing the various fiber optic network topologies for the field
distribution network. Identifying the fiber optic edge equipment that will be deployed.
Researching the existing infrastructure and identifying the most optimum interface
method. Producing Plans and Special Provisions for the fiber optic and communication
components of the system
^ ~ ~ Kimley-Horn
~ and Associates, Inc.
David S. Haines, P.E.
Relevant Experience, cont.
Fayetteville Signal System, Fayetteville, NC -Responsible for designing the local area
network and its interfaces to the central: hardware platform, the video display system, and
the wide area network traffic signal controller and CCTV communication subsystems.
Responsible for assessing computer hardware, wide area network, and local area network
equipment technological advances and writing specifications for related elements in the
Fayetteville Signal System. Responsible for performing quality assurance checks in the
wide area fiber optic network design ar-d the central hardware platform.
Phoenix Freeway Management System, AZ -Responsible for providing construction
support services on various project phases. These services included evaluating
equipment submittals for determining their compliance with the specifications, evaluation
of schedules and test procedures, evaluating proposed design modification by the
Contractors, evaluating test results, determining sight specific design details and
providing equipment integration advice; to help make the construction process go
smoothly.
Phoenix Downtown Special Event Parking Management System, AZ -Responsible
for designing the wide area network communication infrastructure which included
various topologies supported over the fiber optic communications medium. Responsible
for designing field device communication equipment configurations for CCTV, VMS,
LCS, and BOS ITS elements. Responsible for designing the central communication
platform which included existing computer and network devices as well as new central
components needed to support this added functionality of the City of Phoenix ATMS.
SIEMENS Stromberg-Carlson, Bocci Raton, FL -Responsible for
designing/upgrading digital telephone switches at many different installations for
clients such as Ameritech, Bell Atlantic and BellSouth.
Persian Gulf Area, Riyadh, Saudi Airabia -Responsible for installing, maintaining,
and repairing AM/FM transmitting anti receiving radio communications and related
electronic equipment for various U.S. Army combat units deployed during the Persian
Gulf war.
^ ~ ~ Kimley-Horn
~ and Associates, Inc.
Ronald W. Freeman, CET'
Professional Credentials
Associate of Arts, Architectural Drafting, Forsyth Technical Institute, 1968
Associate of Arts, Fundamentals of Data Communications,
University of California-Berkeley, 1995
Associate of Arts, Signal Timing Optimization, Texas A&M Engineering
Extension Service, 1987
Certified Engineering Technician
Professional Organizations
Fundamentals of Data Communication;>, University of California, Berkeley Extension, 1995
Signal Timing Optimization, Texas A&:M Engineering Extension Service, 1987
Seminar for Traffic Engineering Technicians, Traffic Institute, Northwestern University, 1968
Architectural Drafting, Forsyth Techni~;al Institute, 1967
Special Qualifications
More than 25 years of ITS, traffic ~;ignal system design, and transportation engineering
support experience.
Specialized fiber optic communication design expertise for regional traffic control
systems.
Relevant Experience
Basis of Design Directive, Denver, CIJ -Project designer for development of a Basis of
Design Directive for Denver signal system communication infrastructure. The project
developed a guideline document to est~iblish uniformity in design and installation of
communication network and its components. Methods, materials and procedures for design
were established for construction and i~zstallation of a fiber optics communication system.
Communication architecture and interconnectivity were developed based on communication
needs. A description and installation procedure for each design element were developed to
provide uniform design criteria and gu~.delines for a fully functional and compatible system.
Central Business District Signal System, Denver, CO - Senior designer for design of
fiber optic interconnect cable installati~~n for over 175 initial signals, with ultimate system
buildout of over 750 signals. Fiber optic cable routing included aerial and conduit
installations.
Central Business District Signal System, Memphis, TN -Senior designer for design of
fiber optic interconnect cable installati~an for over 175 initial signals, with ultimate system
buildout of over 750 signals. Fiber opt~.c cable routing included aerial and conduit
installations.
^ ~ ~ Kimley-Horn
~ and Associates, Inc.
Ronald W. Freeman, CE7'
Relevant Experience, cont.
City of Palo Alto Signal System Upgrade Feasibility Study, Palo Alto, CA - Kimley-
Horn evaluated various signal systems for the City of Palo Alto. This project involved
evaluation of the existing VMS 330 signal system and recommendation for a new integrated
signal system/ATMS system for the City. Kimley-Horn evaluated the City's Advanced
Transportation Management System re~~uirements and developed recommendations for a
signal system replacement program. This project is over $2.0 Million, and Kimley-Horn will
be providing design services for the City during the next phase of the project.
City of South San Francisco Signal System Design, South San Francisco, CA - Kimley-
Horn designed an interconnect system ~md selected a master traffic control system for the City
of South San Francisco. The selected master traffic control system was the Bitrans, closed
loop, signal control system. The project included preparation of PS&E for the interconnect
design along Spruce Avenue, and acquisition of the software and hardware for the operation
of the master traffic control system. A :separate signal timing analysis was conducted for the
Spruce Avenue.
Communication System and Traffic ~~perations System Field Hardware, Los Angeles
County, CA -Kimley-Horn was selected by Caltrans District 7 for this advanced traffic
systems assignment involving over 45 miles of freeway in Los Angeles County. Our team's
services include preparation of the project report and five PS&E packages for complete
communication networks; freeway system elements (including closed circuit television,
changeable message signs, and ramp meter installations); and system integration along the
entire length of State Routes 57, 91, an~i 60.
Fiber Optics Master Plan and Design, Hayward, CA -Kimley-Horn provided
engineering and communication services for design and implementation of a fiber optics
master plan for the City of Hayward. Tliis project involved the design of the fiber optics
backbone, spurs and connections to the city hall, libraries, fire stations, corporation yards and
the traffic signal system (CCTV, video detection and other ATMS elements). Kimley-Horn
reviewed various communication archil:ecture, such as Fast Ethernet, ATM, and SONET for
recommendation to the City. Kimley-Horn prepared a Basis of Design Document for the City
establishes the design elements of the fiber optics system for future implementation. In
addition, Kimley-Horn prepared the P~~&E for the fiber optics installation along Winton
Avenue, "D" Street and Soto Road. This project involved retrofit of existing conduits and pull
boxes, installation of new interconnect conduit and pull boxes and installation of conduit
along I-880 along Caltrans bridge structure. Coordination with Caltrans was required for the
installation of the conduit on the I-880 bridge and connection to State Route 92 and 182.
^ ~ ~ Kimley-Horn
~ __ and Associates, Inc.
Ronald W. Freeman, CET'
Relevant Experience, cont.
Foothill Expressway Interconnect De;~ign, Santa Clara County, CA -Project engineer
for interconnect design along Foothill Expressway for Santa Clara County. The project
involved design of interconnect, signal :modifications, coordination with various agencies, and
preparation of plans, specifications, and estimates.
Freeway Management Systems, California and Arizona -Project designer for work for
Caltrans involving installation of CCT`', HAR, CMS, count stations, communication and
ramp metering on 15 miles of I-405 in I.os Angeles. Senior technical designer, developed
design guide for installation of system interconnect conduit for power, fiber optic, and multi-
connector cable for the Transportation (:orridor Agency in Orange County, California.
Designed conduit and control equipment placement on Arizona Department of Transportation,
Freeway Management System in Phoenix, Arizona.
Market Street/Willow Pass Road Signal Modification and Street Lighting, Concord,
CA -Kimley-Horn and Associates designed the plans, specifications, and estimates for
signal modification and street lighting at Market Street and Willow Pass Road in the City of
Concord. The project involved the PS&E for the modification of the existing signal, the design
of a video detection system, and the installation of a CCTV camera for intersection
monitoring. The project also included the PS&E preparation for street lighting along Market
Street east of the intersection and Willow Pass Road north of the intersection.
Microwave Signal Interconnect Evaluiation and Design, Daly City, CA -Project manager
and designer for traffic signal microwave signal interconnect for City Hall to local street
master controllers. Project included equipment evaluation and path analysis for 23 GHz and
31 GHz microwave and PS&E for City to bid. Also included in the project was preparation of
FCC license application for the City.
Mt. Diablo Boulevard, Moraga Road, and Plaza Park Street Lighting and Signal PS&E,
Lafayette, CA -Kimley-Horn and Associates is providing engineering and design services
for street lighting, signal interconnect, a.nd signal installation and modifications along several
roadway segments and the downtown p;~rk in the City of Lafayette. The project involves the
design of street lighting along Mt. Diablo Boulevard, Moraga Road, Golden Gate Way, Plaza
Way, and in Plaza Park; signal interconnect for six signals along Mt. Diablo Boulevard and
Moraga Road; and signal design and modifications at three intersections. The project includes
field review, utility review, preparation of PS&E, and coordination with the local agency and
several project consultants.
Paseo Padre Parkway, Mission Boulevard, Washington Boulevard & Driscoll Road
Signal Interconnect, Fremont, CA -Kimley-Horn prepared plans, specifications, and
estimates (PS&E) for 4.0 miles of signal interconnect along four major arterials. The project
included field review, utility verificatio;~s, coordination with other agencies, and preparation
of interconnect plans, quantity estimate;~, and specifications. Several trenching and cabinet
retrofit details were developed for the project.
^ ~ ~ Kimley-Horn
~ antl Associates, Inc.
Ronald W. Freeman, CET
Relevant Experience, cont.
San Pablo Avenue Signal Interconnect Project, Alameda/Contra Costa Counties, CA -
Kimley-Horn was the prime consultant for this multi-agency signal interconnect and
coordination project. The project involved 15 agencies including Alameda County CMA,
Contra Costa County Transportation Authority, Contra Costa County, AC Transit, MTC,
Caltrans and the Cities of Oakland, Emc;ryville, Berkeley, Albany, El Cerrito, Richmond, San
Pablo, Pinole, and Hercules. The goal of the project was to develop and implement a traffic
responsive signal operation along San Pablo Avenue for over 85 traffic signals. The project
included project development, design o~' interconnect system, design of advanced traffic
management elements, including video detection and CCTV, and signal timing development
and implementation.
Signal Coordination Study, North Dallas County, TX -Project engineer for signal timing
and implementation of 230 traffic signals along inter-city routes in North Dallas County. The
project included development of timing plans for coordination of major arterial and arterial
grids among the cities of Dallas, Richardson, Garland, Farmers Branch, and Carrollton.
Responsibilities included coordination <<mong cities for inter-city timebase signal
coordination, development of timing plums, implementation of timing plans and fine-tuning of
installed plans. AAP, TRANSYT-7F, and PASSER-II and III were used for signal timing
analysis.
Signal Coordination Study, Dade Cou~,nty, FL, Dade County, FL -Project analyst for
development of signal timing plans along inter-city routes in the Miami metro area. The
project included development of intersection timings and timing plans for coordination of
major arterial and arterial grids between. the cities within the region.
Signal Coordination Study, Long Beach, Long Beach, CA -Project manager/engineer for
signal timing and implementation for 5`• intersections in the City of Long Beach. Coordination
plans were developed for the major arterial in the northeast section of the City.
Responsibilities included project management, supervision of data collection, before and after
studies, timing plan generation using P~~SSER-II and TRANSYT-7F, implementing timing
plans, fine-tuning of plans, and preparation of the final report.
Signal Coordination Study, Lubbock, TX -Project designer for signal system
implementation for CBD and major arterial centralized signal system of 132 intersections. The
project included signal interconnect design, intersection phasing modification
recommendations, development of timi~ig plans for coordination of CBD, major arterials,
arterial grids, and special timing plans for events and emergency preemption within the project
area. Responsibilities included input of UTCS system database, intersection timing plan
generation, downloading, implemented timing plans from TOC, and fine-tuning timing plans.
^ ~ ~ Kimley-Horn
~ and Associates, Inc.
Ronald W. Freeman, CET'
Relevant Experience, cont.
Spread Spectrum Interconnect, Hayvrard, CA -Project manager and designer for traffic
signal controller upgrades and spread-spectrum radio interconnect at nine locations in the City
of Hayward. Project included review and selection ofspread-spectrum vendor. Work involved
a comprehensive field review to test radio transmission signals and determine optimum
antenna locations at each intersection. Tests were also conducted to review existing RF
interferes. Design PS&E were prepared for signal controller and master upgrades, spread-
spectrum radio installation, antenna installation, and the communication system between the
field master and locals.
Traffic Operation System Design, Lo;~ Angeles, CA -Senior technical designer for
preparation of a Traffic Operation System (TOS) for Caltrans District 7 along 115 miles of
freeway in Los Angeles County includi~lg I-110, I-105, I-405 and State Routes 101, 118, and
170. Designed camera locations for CCTV, CMS, and HAR. Communication elements
included design for fiber optic cable routing and installation.
Traffic Operations Center (TOC) PS~ScE, Communication Master Plan, and CCTV
Camera Design, Bakersfield, CA - K:imley-Horn prepared a feasibility study and
developed plans, specifications, and bid documents for a remodel of the Bakersfield City Hall
Annex to install a TOC. This comprehensive project also included development of a
communication master plan and prepar~ition of PS&E for traffic signal control system
software and hardware elements. The communication master plan identified existing
transportation control needs along with the forecasted needs associated with the City's
transition to an Advanced Traffic Management System (ATMS). The report defined existing
and future communication requirement:., established fiber optic cable routing schemes for the
proposed synchronous optical network I;SONET) backbone and distribution circuits, illustrated
top-level interconnect schemes, and recommended an implementation strategy. Summary
descriptions of standard procedures and practices for the proper installation of a fiber optic
system was prepared along with genera: procurement specifications for communication
network hardware. The City currently uses a Quiclook Bitrans system.
Traffic Signal Design, California and Nevada -Project manager and designer involving all
aspects of design and analysis with particular expertise in signal hardware specification
modification and installation. Recent design projects include roadway and signal design to
Caltrans standards as part of intersection improvements and signal design and modification in
the cities of Hayward, Concord, Oakland, West Hollywood, Ontario, Mountain View, Foster
City, Fremont, Napa, San Mateo, and Lafayette, California; also experience in Reno, Nevada.
^ ~ ^ Kimley-Horn
~ antl Associates, Inc.
Ronald W. Freeman, CET'
Relevant Experience, cont.
Traffic Signal Interconnect, Fremont, CA -Project manager and designer for four miles
of traffic signal interconnect along four major arterials in Fremont. Project included
comprehensive field review to locate nf;w conduit, utility coordination for potential utility
conflicts, and development of PS&E package for construction.
Traffic Signal System Upgrade and P'S&E, Stockton, CA -Developed PS&E for fiber
optic communication system to upgrade communications to over 300 city, state and county
traffic signals, including 120 new CCTV cameras for intersection surveillance. Also prepared
PS&E for radio-based communication to isolated intersections.
Traffic Signal Systems, Various Statf~s -Senior technical analyst and designer on
numerous conventional and computerized signal systems involving over 1,500 signals in over
20 cities in nine states. Responsibilities on projects included: design of system interconnect
routing and placement, signal timing, installation of timing plans, and hardware installation
design. Projects included twisted pair, fiber optic, and wireless design.
Transportation Management System, Orange County, CA - As senior technical designer,
developed design guide for installation of system interconnect conduit for power, fiber optic
and multi-conductor cable for the Transportation Corridor Agencies in Orange County.
^ ~ ~ Kimley-Horn
~ and Associates, Inc.
Theodore J. "Ted" Moss
Professional Credentials
San Jose State University
University of California, Berkeley
Institute of Transportation Studies
Special Qualifications
^ Over 34 years of experience encomp~issing various traffic engineering and civil
engineering functions in municipal g~~vernment
^ Performed traffic engineering and transportation planning studies, intersection levels of
service, signal design, signing and striping design, plans review, complaint investigations,
neighborhood traffic studies, project e~igineering, signal systems monitoring/control, grant
applications, consultant coordination, ;md supervision of technical support staff.
Relevant Experience
TE-TAP Program, San Francisco Ba~~ Area, CA -Technical Team. Kimley-Horn
staff is providing transportation and tral:tic engineering services to various agencies in the
Bay Area under the MTC Traffic Engineering and Technical Assistance Program
(TETAP). Projects under TETAP include the Highway 4 East Transportation
Management Plan Study, the City of Rio Vista Route 12 at Church/ Amerada Road
Intersection Improvement Study, the City of Pleasanton Hopyard/ Dougherty Road
Signal Coordination Study (15 signals), the City of Dixon A Street and First Street
Intersection Operation Study, and the City of Belmont Ralston Way and El Camino Real
Signal Timing Study (15 signals).
Non-KHA Experience
Signal System Design and Installation, City of Concord, CA -Designed and
prepared specifications for, and inspectc;d the installation of over 25 traffic signals for the
City of Concord. Conducted contract administration, system turn-on, final inspection and
prepared final reports. In addition, checked plans for each signal installed or modified
from 1969 to 1990. Concord had 12 signals in 1965 and had 105 signals as of 4/1/90.
Designed and prepared specifications for 23 new signal installations and 14 signal
modifications for various government agencies and developers since 1990.
While with the City of Concord, participated in the installation, setup, timing operation
and periodic fine tuning of a Multisonics VMS-220 master which controlled signalized
intersections. Input intersection geometrics, phasing, timing and displays for the 80 plus
intersections currently "on-line". Prepared and implemented various coordination
patterns for major arterials as well as the downtown CBD. Participated in the design and
installation of various types of signal interconnect systems, to include hard wire and
telephone.
^ ~ ~ Kimley-Horn
~ and Associates, Inc.
Theodore J. "Ted" Moss
Non-KHA Experience, cont.
FETSIM, City of Concord, CA -Project Manager for the City of Concord 1989 Fuel
Efficient Traffic Signal Management (FETSIM) project and was technical consultant for the
City of Daly City and City of Mill Valley 1991 Fuel Efficient Traffic Signal Management
(FETSIM) projects. Developed coordinated timing plans for Hillcrest Avenue and Lone
Tree Way in the City of Antioch.
Intersection Operational Improvements, City of Pittsburg, CA -Conducted the level of
service calculations for the City of Pittsburg, Railroad Avenue improvement
project, and completed level of service calculations for six adjacent intersections within the
City of Pittsburg.
Traffic Circulation Studies, City of Antioch, CA -Set up the `Traffix' model and
network for the Antioch - Hickmont De:velopment EIR and served as the `traffic' member of
development study team. Conducted level of service calculations for various other
intersections for the Coty of Antioch.
Construction Survey, City of Concord, CA -Assisted in plan checking and inspection of
sanitary sewer and storm drain projects. Assisted in the design, drawing and inspection of
the City of Concord Downtown Storm brain Project, built in the late 1960's and early
1970's in the area of Willow Pass Road and Market Street. alignment surveys, precise
leveling surveys and inspector activities; for various other projects. Performed construction
surveying for the Treat Boulevard extension from Oak Grove Road to Bancroft Road.
Traffic Signal Timing and Coordination, City of Concord, CA -Timing and
coordination of all traffic signals in the City of Concord was established and monitored
between 1978 and 1991. (106 signalized intersections).
Traffic Signal Design, Central Blvd. rind Griffith Lane, City of Brentwood, CA -
Provided signal design, signing and striping modifications for construction of a traffic signal at
anew intersection.
Traffic Signal Design, Central Blvd. rind Fairview Avenue, City of Brentwood, CA -
Provided signal design, technical specifications and signing and striping plans for
construction of a traffic signal at the intersection of major arterials.
Traffic Signal Design, Balfour Road :end Fairview Avenue, City of Brentwood, CA -
Provided signal design, technical specifications and signing and striping plans for
construction of a traffic signal at the intersection of major arterials.
~ ~ Kimley-Horn
~ and Associates, Inc.
Theodore J. "Ted" Moss
Non-KHA Experience, cont.
Traffic Signal Design, Balfour Road :xnd Summerset Avenue, City of Brentwood,
CA -Provided signal design, technical specifications and signing and striping plans for
construction of a traffic signal at entrance of a subdivision/golf course on a major arterial.
Traffic Signal Design, Deer Valley Road and blue Rock Drive, City of Antioch, CA -
Provided signal design, technical specifications and signing and striping plans for construction
of a traffic signal at entrance of a subdivision on a major arterial.
Traffic Signal Design, Railroad Avenue, City of Pittsburg, CA -Provide signal design
and contract documents for nine intersections along Railroad Ave. between Highway 4 and
Kirker Pass Road.
Fostoria Parkway, Traffic Improvennents, City of San Ramon, CA -Provided signal
design, signal modifications, street lighting and specifications for Fostoria Parkway as part
of a major street improvement project.:Prepared plans using AutoCAD.
Traffic Signal Design, City of Fremont, CA -Provide design, specifications and cost
estimate for the construction of a new ~~ignal at Warren Avenue and Fernald Street. Design
includes interconnection to Warm Spric-gs Boulevard.
^ ~ ^ Kimley-Horn
~ and Associates, Inc.
Shadi Bassam Anani, EIT'
Professional Credentials
Master of Science in Transportation Engineering, University of California, Berkeley, 2000
Bachelor of Engineering in Civil and Environmental Engineering, American University of
Beirut (Lebanon)
Special Qualifications
Experienced in programming, Microsoft Word, Excel, Access, AutoCAD, statistical
software packages, and civil engineering (especially transportation and air quality)
software.
^ Experienced in transportation research.
Relevant Experience
^ Ground Transportation Management System for Winnipeg International Airport
^ Landside Integrated Management System for Logan International Airport
^ Boston's Central Artery/Tunnel Integrated Project Control System
^ Strategic Work Plan for the Pioneer Valley Transit Authority
^ Survey of Smart Card Based Transportation Initiatives in the Northeast Corridor
JL ccs
~~ PLANNING AND ENGINEERING
1 N C 0 R P 0 R A T E D
STEVEN M. FITZSIMONS
Task Manager
Education University of California, Berkeley, M.S., (Transportation Planning), 1986,
University of California, Berkeley, B.S., (Civil Engineering), 1980
Registration Civil Engineer: California No. 36435
Traffic Engineer: California No. 1419
Professional Institute of Transportation Engineers, Northern California Section
Associations South Bay Transportation Offici~~l Association
Experience
Mr. Fitzsimons specializes in traffic studies, traffic engineering, and design projects. His twenty
years of experience as a project manager or project engineer includes traffic engineering
design, traffic and parking impact analyses, and highway corridor studies. Mr. Fitzsimons has
designed new traffic signals or signal modifications at over 200 locations in California and has
completed signal interconnect plans for more than 1,000 locations. In recent years, he has also
been involved with planning, analysis, design, and implementation of ITS projects. Examples of
his projects are highlighted below:
Advanced Traffic Management Systems
Project manager or design task manager for AThAS projects in downtown Sacramento, where
plans, specifications and cost estimate (PS&E) vvere prepared in Caltrans format to link 240
intersections to a traffic operations center (TOc~): in Modesto, where he was design task
manager in charge of preliminary PS&E for interconnect of 160 intersections; in San Jose,
where he assisted with recommendations for subarea grouping, definitions of benefit-cost ratios,
and implementation priorities; in Spokane, WA, where he managed the Traffic Control System
Specification project linking 200 intersections to ~~n upgraded system master; in the East Bay,
where he was the project manager of afive-agency project to provide amultiple-user arterial
system for 57 traffic signal on East 14th Street and Mission Boulevard and for another five-
agency project linking 43 intersections on Hesperian Boulevard and Ardenwood Boulevard in
Fremont; and in Sunnyvale for 16 intersections. He is currently completing a signal system
upgrade project in Redwood City that is replacing control equipment and establishing
communications linkages to 35 intersections.
Intelligent Transportation Sysfems
Project engineer responsible for existing system inventory and user services evaluation in
Intelligent Transportation System (ITS) Early Deployment Plan for the greater Sacramento area;
led workshops for transit providers within the five-county area to describe system architecture
requirements. Task manager in charge of utility coordination, Caltrans permit application, and
base map preparation for the Yosemite Area Traveler Information project involving installation of
three Highway Advisory Radio towers and five Changeable Message Signs in the counties
around Yosemite Park. Participated in a feasibility study of SMART PARKS in Santa Clara
County, involving use of ITS technologies at park-and-ride lots. Lead designer in the
implementation phase of the State Route 17/I-880 Smart Corridor project in Santa Clara County
JJL ccs
~~ PLANNING AND ENGINEERING
I N C 0 fl P 0 R A i E D
Steve M. Fitzsimons
page 2
which is interconnecting over 50 signalized intersections and providing a fiber optic trunk and
software to integrate the traffic operations centers of six agencies.
Traffic Impact Analyses
Lead traffic engineer for numerous traffic impact ;end environmental impact analyses. Types of
project include neighborhood traffic control plans, parking analyses, federal water project
improvement projects, residential and commerci~~l developments, power generation projects,
mining projects, Community and General Plan updates, and street widening or street closure
projects.
Traffic Operations
Task manager for development of traffic projections and capacity analysis in downtown Pueblo,
Colorado, South San Francisco, and for a freeway operational analysis and planning study for
State Route 237 in Santa Clara County. Assisted with the analysis of options for a traffic
operations system in Santa Clara County and was task manager for the design of the initial
implementation project.
Traffic Signal Design
Project manager or design engineer for numerous traffic signal design projects in California. He
has completed more than 100 intersection signalization plans using Model 170, Type 90, and
fixed time controller units. Designs have addressed isolated and coordinated applications,
including development of phasing sequences and timing plans. Several isolated signal designs
include advance warning flashers.
Ramp Metering Design
Completed plan, specifications and estimates for several freeway ramp metering systems in
California, including preparing construction cost estimates. Project engineer for traffic signal
and freeway ramp monitoring design for Interstate: 680, 880 and 580, State Routes 65, 84, 108,
168, 237, and US-101.
Traffic Design
Lead engineer/task manager for preparing signing, striping, and traffic detour plans for
numerous arterial and interchange projects in C;~lifornia. Tasks include preliminary and final
design, preparation of specifications and cost estimates, and construction assistance.
Traffic Calming
Lead engineer or project manager for projects in Saratoga, Sunnyvale, Sacramento, Fair Oaks
and Yountville. Prepared handouts for public meetings, made presentations to neighborhood
groups designed traffic calming devices or plans, and studied potential environmental impacts.
Parking Design
Designed several parking lots ranging from a 20-stall bank parking lot in San Leandro to a
1,700-stall lot for a regional shopping mall in Chico. Also reviewed several designs as part of
site development review assignments.
~JL ccs
`~`~ PLANNING AND ENGINEERING
11 I N C 0 fl P 0 R A i E D
Steve M. Fitzsimons
page 3
Caltrans PSR/PR
Provided traffic engineering input to several Project Study Reports and Project Reports for
Caltrans projects. These include interchanges on SR-237, SR-85, US-101, I-880, I-80, I-5, and
US-50. Co-author of a PSR for the I-880/Hegenberger Interchange in Oakland and authored a
combined PSR/PR for the I-80/SR-237 interchangE~ project.
Caltrans Permit Projects
Lead designer or project manager on several multidiscipline projects that required Caltrans
encroachment permits. Current assignments include the SR-92 widening in Half Moon Bay,
interchange modifications at the John Daly Boulevard/I-280 Interchange in Daly City, and design
of signal interconnection in Redwood City.
Transit
Served as lead ITS input to the Highway 17 Express study, which looked at upgrades to a
privately operated bus shuttle between Santa Cru;~ and San Jose, including ITS enhancements.
Project manager of the Route 22 Rapid Bus Corridor project in Palo Also, which includes design
of queue jump lanes on a State highway. Project rnanager of the Hesperian Bus Priority corridor
in Alameda County, which is installing transit priority equipment on buses and at traffic signals to
help reduce bus delays and travel times.
Grant Applications
Helped prepare successful grant applications for funds from TSM, CMAQ, RTSOP, TE-TAP,
TFCA, and PVEA.
Municipal Experience
Worked in the traffic engineering department of l~lameda County for three years, served as a
TE-TAP consultant to various Bay Area agencies for the last two years, served as on-call Traffic
Engineer to the City of Emeryville in 1988 and 1989, and currently provides on-call traffic
engineering support to the City of Saratoga.
JL ccs
~~ PLANNING AND ENGINEERING
1 N C 0 R P 0 R A 7 E D
WILLIAM C. SUN
Traffic Engineer
Education University of California at Berkeley, B.S., (Civil Engineering), 1992
University of California ITS Extension, Traffic Signal Equipment and
Operations, 1994
University of California ITS Extension, Highway Capacity Manual, 1995
Registration Civil Engineer: California No. 057664
Professional American Society of Civil Engineers
Association Institute of Transportation Enginl~ers
Experience
Mr. Sun has eight years of experience in traffic engineering. His experience includes traffic
signal design and modification, pavement deline;~tion and signing, highway and local street
lighting, ramp metering, traffic monitoring systE~ms, and traffic control plans. He is also
experienced in traffic signal warrant analysis, sign~~l coordination, protective/permissive left turn
phasing analysis, and traffic impact studies. He is familiar with and has prepared designs in
accordance with Caltrans and local agency st~indards. His computer knowledge includes
AutoCAD, Microstation, Highway Capacity Softw;~re, SYNCHRO, and GE ALADAN Lighting
Software. His relevant project experience is listed klelow:
1-580 Tassajara Road Interchange Improvements, Dublin, CA
The project involved the widening of Tassajara Ro~~d and the construction of Koll Center Drive.
Prepared PS&E for a new traffic signal at the intE~rsection of Tassajara Road and Koll Center
Drive and traffic signal modifications at Tassaj~ira Road and I-580 westbound off-ramp.
Provided signal interconnect between the two sign~~lized intersections.
I-580/Hacienda Drive Interchange Improvemenf:~, Dublin, CA
This project involved the widening of Hacienda Drive, I-580 westbound off-ramp, and I-580
eastbound off-ramp. Prepared plans, specifications, and estimates for traffic signal
modifications for the two Caltrans signals, highwa~~ and local street lighting, and ramp metering
for I-580 westbound on-ramp.
East 14"' Street/Mission Boulevard Signal Interconnect, Hayward, CA
Prepared final design of signal interconnect of 52 :signals in five Alameda County jurisdictions.
Design included controller replacement, fiber optil; duct installation, and wireless interconnect
using spread spectrum radio.
Iron Horse Trail, Mid-Block Traffic Signal, Town of Danville, CA
Project Manager for the preparation of the PS&E for the design of a mid-block signal, signal
interconnect and roadway modifications at the Iron Horse Trail Crossing on San Ramon Valley
Boulevard in the Town of Danville. This project is Bart of the rails to trails conversion project and
is being designed in conformance with Caltrans and East Bay Regional Park District standards.
The plans are being prepared in AutoCAD softvrare, using metric units, and conforming to
Caltrans standards.
William C. Sun
page 2
JL ccs
~~ PLANNING AND ENGINEERING
1 N C 0 R P 0 R A T E D
Union Landing Improvement Project, Union Cify, CA
Traffic Engineer responsible for design services foi~ traffic signal installation and modification and
street lighting design. The Union Landing site is ~~ 96-acre development consisting of a transit
center for timed transfer and retail commercial developments.
Abel Street/Junipero Drive, Milpitas, CA
Traffic engineer responsible for the final PS&E ~~nd construction documents for traffic signal
installation, street lighting, striping, pavement delineation, and signing. This project involves the
relocation of the existing driveway at St. John's School/Church and creating a new four-way
intersection.
1-680/Sycamore Valley Road Park and Ride Pro~lect, Confra Costa County, CA
Responsible for construction services for constru~~tion of traffic signals, temporary signals, and
lighting design for this project for improving the interchange operation and constructing apark-
and-ride lot.
Route 4 West Highway Upgrade Project, Contr~i Costa County, CA
Responsible for the preparation of PS&E for siclning, pavement delineation, ramp metering,
safety lighting, and construction traffic handling P3&E for approximately a 4.2-kilometer section
of State Route 4 in Contra Costa County from the interchange with I-80 to the Cummings
Skyway interchange. The project will upgrade and widen the existing 2-lane highway to a 4-lane
freeway.
Hesperian Boulevard and Industrial Boulevard Intersection Improvements, Hayward, CA
Responsible for the preparation of traffic handling, traffic signal modifications, and signing and
striping for the intersection improvement project. 'the traffic signal modification was designed to
take into account future widening.
Sfafe Route 238 Mission Boulevard Hot Spot Improvement, Fremont, CA
Prepared PS&E for traffic signal modifications anti installations and temporary traffic signal and
signal interconnect plans for three intersections along Mission Boulevard (at Niles Canyon
Boulevard, Mowry Avenue, and Orchard Drive) as part of Hot Spot Improvement project funded
by Alameda County Traffic Authority.
State Route 99/Kettleman Lane Improvements, Lodi, CA
Responsible for the preparation of plans, specific,~tions, and estimates for traffic signals, street
lighting, and signal interconnect. This project includes widening of freeway ramps and a major
arterial, construction of a portion of a new city strel~t, traffic signals, and roadway lighting.
Robert W. Jordan
Vice President of Operations, Western Technical Services
Contractor Licenses
1 General, California
C7 Limited Specialty, California
C7 Limited Specialty, Nevada
C7 Limited Specialty, Arizona
Special Qualifications
More than 19 years of experience in the RF industry, with hands on
participation from project inception to system operation. Including all
components from the business model, RF concept design, project management,
civil construction, system operation to technical service.
Relevant Experience
Los Angeles Police Department, Los Angeles, CA
Project Management and installation. of Microwave Network. This project was an
overbuild of an existing network. T1iis network is the PD's primary communications
system. The system connects 25 police stations through the central communications
facility/tower at Mount Lee. The police stations are located all over Los Angeles
County. Logistically this project was very difficult because service interruption was
not available. Typical facilities had barely enough space for the existing equipment,
so temporary systems had to be inst~~lled (out of the way). This allowed us to remove
the old equipment and install the permanent systems.
Los Angeles County Sheriff, Los Angeles, CA
Project Management, system design and installation of Airborne Video Surveillance
and Land-Based Microwave System. This is a helicopter mounted high-powered,
agile camera and Forward Looking Infrared (FLIR) system with a microwave return
system. The camera system is controllable from the helicopter and remotely. The
land based microwave system is tower mounted, agile and auto tracking. These
systems are similar to those used by broadcast television entities for news reporting.
Orange County Sheriff, Orange, C'A
Project Management, system design and installation of Airborne Video Surveillance
and Land-Based Microwave System. This is a helicopter mounted high-powered,
agile camera and Forward Looking Infrared (FLIR) system with a microwave return
system. The camera system is contr~~llable from the helicopter and remotely. The
land based microwave system is tower mounted, agile and auto tracking. These
systems are similar to those used by broadcast television entities for news reporting.
Las Vegas Area Computer Traffic System (ENACTS), Las Vegas, NV
Project Manager and installation of ~:he Microwave Backbone. This is a one of
a kind system using a very wide mix: of technology. The network consists of a
redundant ring architecture, which connects intersection traffic control devices
throughout the city to the master control center enabling traffic condition
monitoring and instantaneous corrective action. In addition to data, the system
also provides 40 video channels allowing the traffic control manager to see the
traffic conditions. Although WTS joined the project after the concept design
had already been completed there w~;re many specific integration and
operational details to overcome. WrCS worked closely with the equipment
manufactures and other integrators t~~ overcome these items to a successful
completion. WTS has remained under contract for system maintenance.
Alameda Corridor, Los Angeles, CA
Project Manager for video system. Provide camera systems to monitor and
archive the construction of the proje~~t. The camera systems are deployed to
specifically observe a task or operation in a heavy construction zone. Therefore
deployment of the systems requires ~rery creative and unique solutions. This
project is still underway.
Traffic.com, NY, NY
Project Management and systems engineering. Traffic.com is a private
company, which provides high (Broadcast) quality video to local government
entities for traffic management purpt~ses. WTS has provided design and
integration services. Currently we a;re deploying systems in New York,
Pittsburgh, Chicago and Florida.
US Air Force, Mississippi, Wisconsin and Alaska
Project Management and system integration. These are high-speed duplex data
systems, which connect a master control center to remote bombing range
locations. These systems monitor aircraft activity and performance. The
integration of systems is very intricate and technically advanced. WTS
provided only equipment and installation services of the microwave networks in
Wisconsin and Mississippi, which were upgrades to existing systems. We are
currently working on a third project in Alaska, which will be a much larger
effort. We will be providing evaluation and design services in addition to civil
and technical construction and management services.
Robert W. Jordan, Page 2
MCI Worldcom Broadband Servi~~es, Dallas, TX
Project Management and system inte:gration. MCI is one of a small group of entities
which secured most of the MDS, MP/IDS and ITFS (2 GHz) spectrum around the
country. Their intent is to deploy this broad band of spectrum into the Mobil
Wireless Internet market. We have been working with them constructing a small
network of sites in the Dallas area. "['his effort is a test; therefore construction of the
systems is on going and ever changi~ig. Services range from site acquisition, design
engineering, architectural engineering, permitting, construction and testing. We will
start a similar effort in San Diego this summer.
GTE, Prime One TeIeTV, now M(:I owned, Los Angeles, CA
Project Management and construction. TeIeTV is a wireless Cable TV
provider. WTS provided system cor.~struction services including civil and
technical construction of the satellite downlink antenna systems and broadcast
transmitter site development. This system starts as a typical CATV headend,
and then the video is digitally encod~:d, compressed and modulated. All of the
programming is then combined and transmitted via broadband 13 GHz point to
point microwave to the Broadcast Transmitter facility. The signal is split into
30 separate 2 GHz high power transmitters, combined once again and
transmitted from a common antenna,
Verizon Americast, Oahu, HI
Project Management, technical evaluation and construction. Americast is a
wireless Cable TV provider. This system was 90% built and operating when
WTS was asked to provide services. They were experiencing system failures
and could not identify specific correctable problems. WTS evaluated the
system, recommended corrections ar.~d implemented system improvements. The
corrections were extensive and involved equipment replacement as well as
expansion of coverage area by constructing new re-broadcast facilities. WTS
provided RF design engineering, architectural engineering, site acquisition,
zoning negotiation, permitting, site development and technical construction
services. This system starts as a typical CATV headend, and then the video is
digitally encoded, compressed and rrtodulated. All of the programming is then
combined and transmitted via broadband 13 GHz point to point microwave to
the Broadcast Transmitter facility. The signal is split into 30 separate 2 GHz
high power transmitters, combined once again and transmitted from a common
antenna.
Robert W. Jordan, Page 3
^ ^ IGmIe~Hom
~ and Associa6es, k~c.
III. Work Plan
Team Organization
Our team organization if presented in the chart on the
following page. The key personnel that comprise the
Kimley-Horn team each bring hands-on ITS and
transportation planning experience, including system
design, integration, testing, and ultimate
implementation and operation. Anush Nejad, P.E.
will serve as Project Manager and has more than 18
years of wide-ranging ITS experience, including
system integration and advanced traveler information
systems, Smart Corridors, incident management
systems, and ITS project management. He has
successfully managed numerous multi-million dollar
regional projects.
Additional key project team members are identified in
the organization chart. Collectively, they have more
than 50 years of experience with a majority of their
work in ITS and transportation planning. In addition,
they have the added benefit of working together on
previous, similar projects.
Approach and Methodology
Task 1-Project Management
Task 1.1 -Project Administration
Kimley-Horn's project management approach is
focused on delivery of the services in accordance with
the tentative time frame in the RFP. Kimley-Horn's
project management approach consists of the
following:
^ Prepare and update Project Contact List;
^ Prepare meeting agendas, meeting minutes,
including action items;
^ Develop a clear understanding of what the project
is to accomplish;
^ Develop a comprehensive Work Plan;
^ Coordinate with other consultants on related
projects;
^ Create an atmosphere that encourages clear
communications and teamwork;
~o
CUPEI~TINO
^ Define project reporting arrangements;
^ Define the schedule and cost management
procedures;
^ Define the risk and problem management
procedures;
^ Identify the appropriate standards to be applied to
the project and its products;
^ Define the management team structure and
interfaces with the City staff;
^ Provide relevant quality assurance procedures,
such as internal quality audit, design verification,
and value engineering; and
^ Keep a project log.
Task L2 -Administrative Meetings
Kimley-Horn will arrange for akick-off
administrative meeting within one week of the notice
to proceed. The meeting will serve to clarify the lines
of communication and other administrative details.
Kimley-Horn will meet with the City of Cupertino on
a regular basis to discuss project issues. Eight (8)
staff meetings are included in the scope of services.
Task 1.3 -Project Schedule
Kimley-Horn will provide a CPM project schedule
showing project meetings and project deliverables.
Task 1.4 -Project Status Reports
Kimley-Horn will provide a monthly project progress
report, as required by the RFP, itemizing
accomplishments during the prior month, in addition
to a summary of hours spent on the project. The
monthly project progress report shall be submitted to
the City of Cupertino.
Task 1.5 -Project Coordination
Kimley-Horn will coordinate with the City of San
Jose and other SV-ITS project partners to coordinate
the project.
De Anza Boulevard Corridor AIMS Project 1 III. Woriz Plan
CITY OAF
CUPEt~1~IN0
~i I:t~rt I rt~t~nl.in, (I 1
~~ ~liatli ~~n.fl~l
- __
-- I ---------=--- ~ -----_----
~ttwr I itr~inrun~ 1C(~)
I Willi,trn gun (((~1
L _ _ ~~
_Y
~~,rttr~,lr ~~t~i.i~i, f~~ ~
_. .. ~~~
I, I~ I l,utl ~~.~rllt~r, f' l
~),t~ it1 I Dili it~~, I' t
i
- --- ------------
+~~ ~
~Sul- Ju~~l,~~t IW I ~)
,~
WTS =Western Technical Services
CCS =CCS Planning and Engineering (WBE/MBE)
Note: Please see individual resumes for information on states of registration/cert
^~^ Kimley-Han
~ and Associates, Inc.
laszo0os. of
cU' 2001 Kimley-Horn and Associates, Inc.
-„ -
• ~~ ~
I'~r~rfr~ I'rr~lt,rlt~u~, E~_E.
^ ^ IGmley-+iom
~ and Associaimes, tic.
Task 1-Deliverables:
^ Eight staff meetings
^ Project Schedule
^ Monthly Project Status Reports
^ Coordination with SV-ITS program
Task 2 -Conceptual Design
Task 2.1 - Concept of Operations
The Kimley-Horn team will develop a Concept of
Operations plan for the project consistent with the
City of Cupertino's and the SV-ITS program. The
purpose of the Concept of Operations Report is to
establish the means and procedures for the AIMS
operation, preliminary control of field devices, data
and video exchange requirements, and other aspects
associated with the project.
The Concept of Operations will typically define the
final project and identify the technical and
institutional actions that should be taken to achieve
the desired system. The following issues will be
investigated in the Concept of Operations Report:
^ The roles and responsibilities of participating
agencies with regard to the project;
^ The existing or required agreements for operation
of the resulting system;
^ The resources (equipment, operations, and
maintenance staff) to operate the system;
^ Analysis of any concerns and comments received
from staff;
^ Analysis of upgrades/revisions required to the
existing communication network to accommodate
the CCTV and data transfer needs;
^ Evaluation of the means for expanding the data
exchange network communication infrastructure
and the equipment requirements; and
^ Revised estimates of work for any changes
identified.
The Kimley-Horn team will coordinate the project
with the Silicon Valley-West partnership to ensure
the effectiveness of the regional management plan.
0
0
0
0
N
Q
I OF
CUPEI~TINO
Task 2.2 -Camera Types and Locations
CCTV locations are dictated by their ability to
monitor strategic locations for traffic management
purposes. One of the primary areas of use for the
CCTV will include incident detection. As an optional
feature, strategies will be investigated to notify the
operator in events where the CCTV is in the
automatic mode without an operator present. The
required quality of the video feed is the major cost
factor in deploying CCTV. For this project, the best
position at the preferred locations for the cameras and
the optimum communications back to the individual
agencies video switch will be the two critical
elements in the successful deployment of the CCTV
cameras. The project approach describes in more
detail how the Kimley-Horn team's experience in this
field and understanding of multiple deployments
under local conditions will ensure the best results for
the CCTV systems.
Kimley-Horn will review different camera type
technologies for the project. The Kimley-Horn team
will investigate the benefits of fixed versus PTZ
camera deployment in the corridor and will provide
appropriate recommendations. It is important that the
recommendations for this project be consistent with
the Silicon Valley West project to continue the
partnership between the agencies.
Kimley-Horn will review Caltrans video transmission
requirements, and will develop recommendations for
Caltrans video image processing.
Task 2.3 -Communication Requirements
Kimley-Horn will investigate communications
mediums to interconnect the proposed CCTV
locations. An effective communication medium for
this project could be either microwave or other forms
for video transmission. Other choices include fiber
optic, DSL, and twisted pair.
Kimley-Horn will investigate the microwave design
requirements, including licensing, line of sight
requirements, and antenna installation requirements.
For the microwave option, the City has tentatively
selected the Twin Tower Office Complex for the hub
location. Availability of space, including easement
requirements will be investigated with the property
owners.
De Anza Boulevard Corridor AIMS Project 3 III. Woriz Plan
^ ^ IGmley~-lom
~ and Assaciabes, Inc.
It is important that this project coordinate with the
Silicon Valley West project to develop a common
communication medium to satisfy both project
requirements.
Based on the type and number of devices that are
selected, the Kimley-Horn team will develop the
communication requirements for the project and
recommend a configuration meeting the budgetary
requirements of the project.
Task 2.4 -Prepare Base Plans
Based on the final location of the field devices,
communication system and other improvements, the
Kimley-Horn team will prepare base plans for the
project. The base plans will be prepared in the City of
Cupertino's format. The base plans will be prepared at
appropriate scale for the intended design, and will be
prepared in AutoCAD Release 14 format.
Task 2.5 -Prepare Concept Plans and Estimates of
Probable Costs
Based on the approved preliminary design
requirements, Kimley-Horn will prepare concept
design plans and estimates of probable costs. The
concept plans will include sufficient detail for project
construction requirements. 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 design guidelines.
An estimate of probable costs will be prepared for the
project. Estimates of probable cost will be based on
other recent Intelligent Transportation System
construction cost estimates. Estimates of probable
costs will be prepared in Microsoft Excel format.
The Kimley-Horn team will prepare a project to be
within the project proponent's budgetary limitations.
Task 2.6 -Submit Concept Plans and Estimates
The Kimley-Horn team will submit a Concept Plans
and Estimates package to the agencies for review. We
also recommend the PS&E package to be submitted
to the SV-ITS partnership as applicable.
Task 2.7 -Review Meeting
In order to review comments from the City, we
propose a meeting to receive comments.
cin of
CUPEI~TINO
Task 2 -Deliverables
^ Concept of Operations Report
^ Five sets of concept plans and estimates
Task 3 -Final Design
Task 3.! -Prepare 65% Plans, Specifications and
Estimates of Probable Costs
Based on the approved preliminary design
requirement plan, the plan will be advanced to 65%
completion level. The 65% plans will include
sufficient detail for project construction requirements.
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 City
and Caltrans design guidelines.
Kimley-Horn will prepare specifications for the
project construction. We will develop an appropriate
specification to meet City of Cupertino and Caltrans
requirements. The specifications will be prepared in
Microsoft Word and will adhere to City and Caltrans
design guidelines.
Estimates of probable costs will be prepared for the
project. Estimates of probable cost will be based on
other recent Intelligent Transportation System
construction cost estimates. Estimates of probable
costs will be prepared in Microsoft Excel format.
The Kimley-Horn team will prepare a project to be
within the project proponent's budgetary limitations.
Task 3.2 -Submit 65% PS&E
Kimley-Horn will submit the 65% PS&E package to
the City of Cupertino for review. We also recommend
the PS&E package be submitted to the SV-ITS
partnership as applicable.
Task 3.3 -Prepare 95% Plans, Specifications and
Estimates
Based on the review comments on the 65% PS&E,
the approved version of the 65% plans will be
advanced to the 95% completion level. The 95%
plans will include sufficient detail for project
construction requirements. We will use one format
for the overall plan set preparation. The design plans
will be prepared at appropriate scale for the intended
De Anza Bouievart~ Corridor AIMS Project -~ III. ~otlz Plan
^ ^ IGmley-Hom
~ and Associaites, Inc.
design. The estimate of probable costs will be update
to reflect the 95% plans and specifications.
Task 3.4 -Quality Assurance/Risk Assessment
Review
Kimley-Horn will conduct an independent Quality
Assurance Review of the 95% PS&E package. In
addition, responses to the Risk Assessment
Evaluation will be prepared based on comments
received from the City and other agencies. Any
modifications identified by the agencies to the PS&E
package that can reduce risks will be incorporated
into the PS&E package.
A written Quality Control Report will be submitted
with the PS&E package to show the level of review
and subsequent changes in the PS&E package.
Task 3.5 -Submit 95% PS&E
Kimley-Horn will submit the 95% PS&E package to
the City for review.
Task 3.6 - Caltrans Encroachment Permit
For the work in State right-of-way, an Encroachment
Permit will be prepared along with five (5) sets of the
PS&E submitted to the State for review.
Any comments received from the Encroachment
Permit division will be incorporated and will be re-
submitted for the final approval.
Task 3.7 -Prepare 100% PS&E
Based on the final review comments, the plans,
specifications and estimates will be finalized.
Task 3.8 -Submit 100% PS&E
One set of final contract documents will be submitted
to the County for construction.
Task 3 -Deliverables:
^ Five sets of 65% PS&E
^ Ten sets of 95% PS&E
^ Encroachment Permit Application
^ Quality ControUAssurance Report
in of
CUPEI~TINO
^ 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
Task 4 -System Implementation and
Construction Support
Task 4.1 -Bidding Assistance
Kimley-Horn will assist the City of Cupertino during
the bidding process. Kimley-Horn will answer any
questions and prepare Requests for Information (RFI)
for the Contractors. Kimley-Horn will assist the City
of Cupertino to evaluate the bids received, and will
review cost proposal and bid documents to establish
the lowest responsive bidder for the project.
Task 4.2 -Review and Respond to Contractor's
Request to Information (RFl)
This task will include review of Contractor's RFI, and
providing response to the Contractor.
Task 4.3 -Review Contractor Change Order (CCO)
Requests
This task will include review of Contractor's Requests
for Change Orders (CCO), and providing response to
the contractor for authorization for extra work.
Tusk 4.4 -Review Meetings
This task will include periodic meetings with the
Contractor, including the pre-construction meeting,
and other key project meetings. Up to five (5) review
meetings are included in the scope of services.
Task 4.5 -Integration and Testing
Kimley-Horn staff will assist the City of Cupertino to
review system testing by the Contractor. For CCTV
transmissions, both a quantitative and qualitative
assessment will be made. The qualitative assessment
will involve observing the video image and visually
assessing its quality in terms of picture clarity,
contrast, brightness, and "snow level."
De Anza Boulevard Corridor AIMS Project 5 III. WorlZ Plan
~ ~ 8f ld ASSO(da~;.S, tIC. cm of
CUPEI~TINO
Task 4.6 -System Evaluation
Kimley-Horn will provide an evaluation of the system
performance upon the completion of the project. It is
envisioned that this task will involve a qualitative
evaluation of the CCTV performance. Other tasks, if
necessary, such as traffic counts, will be provided as
additional services.
Task 4 -Deliverables:
^ Assistance during bidding and construction
^ Field meetings - 5 meetings
^ Functional Testing Review
^ Post-Installation Evaluation Report
Estimate of Work Hours
An estimate of work hours for each task is presented
on the following page.
De Anza Boulevard Corridor ATM3 Project 6 III. Woriz Plan
~.~ ~~y~
a~,,~.
Level of Effort Estimate - De Anza Boulevard Corridor ATMS Project
KHA CCS
Tasks
~~~ Project
Manager Senior
Engineer Senior
Staff Staff
Engineer
Analyst
Clerical Senior
Engineer Project
Staff Senior
Engineer Total
Task 1 -Project Management
Task 1.1 -Project Administration is 4 is 3s
Task 1.2 -Administrative Meetings a 78 s 4 s 2 is 5s
Task 1.3 -Project Schedule a a 8
Task 1.4 -Project Status Reports a 1o t8
Task 1.5 -Project Coordination is a 2 22
Task 2 -Conceptual Design
Task 2.1 -Concept of Operations 2 2 ao is so
Task 2.2 -Camera Types and Locations a a s 2a 2 as
Task 2.3 -Communications Requirements a a is 8 2 200 23s
Task 2.4 -Prepare Base Plans 2 a 40 2 a ao 96
Task 2.5 -Prepare Concept Plans & Estimates a 8 a 2a ao 2 ao tss
Task 2.6 -Submit Plans and Estimates 2 2 2 s
Task 2.7 -Review Meeting a a a 2 to
Task 3 -Final Design
Task 3.1 -Prepare 65% PS&E a a s a 20 4o a s 2a so tss
Task 3.2 -Submit 65% PS&E 2 2 2 s
Task 3.3 -Prepare 95% PS&E a a 20 ao a so tao
Task 3.4 - QA/QC & Risk Assessment Review is 2 2 20
Task 3.5 -Submit 95% PS&E 2 2 2 s
Task 3.6 -Encroachment Permit 2 2 s a is
Task 3.7 -Prepare 100% PS&E 4 a a 4 is is a 52
Task 4 -Construction Support
Task 4.1 -Bidding Assistance 8 a s a is 40
Task 4.2 -Review and Respond to RFIs a a 16 a is 44
Task 4.3 -Review CCO's a a is a is as
Task 4.4 -Review Meetings a is 2 2s
Task 4.5 -Integration and Testing a a is 2 is as
Task 4.6 -System Evaluation 2 4 is is 24 s2
,otal'~oil~rs ~' _ _ 32 ~~~;~~~ ~~w~ .56,: ~ ..~2aJ6 - ~,~ f~ T
~ ~ of ld /~,SSOCk~.S, M7C. cilr of
CUPEI~TINO
IV. Project Schedule
Comprehensive Project Schedule
The project schedule is presented on the following
page.
Kimley-Horn and Associates, Inc. is in an excellent
position to undertake this project for the City of
Cupertino. We have the resources to meet the
anticipated project schedule. Through continuous
discussion with the City, Kimley-Horn will ensure
meeting your project schedule and deliverables.
De Anna Boulevard Corridor ATMS Project 1 IV. Project Schedule
Can Klmley-Hom
~ and Assoaates, Inc. CITY OF CUPERTINO
DE ANZA BOULEVARD ATMS PROJECT
PROJECT SCHEDULE
CUPEItTINO
p
1
Tesk Nerrw
Notke to Proceed
Duatbn
0 days
Start
7/17/01
Flnbh
7l17p1 S ember Odobsr Noverrbar Dacenrbsr Janua Februe
ro /1 n n It It 2 /1 2 l3 d 1 1/ l1 l1 2 2/ 7/ 7 re /1 2 2 17 It 2
7117 March Ma
!1 /1 2 l3 n /1 2 2 5 /1 /t 2 Jura J twt ember
/1 2 /J n /7 rz n 4 /1 /1 2 1 /1 2
2 Task 1 - ProJsd Msnsgsrrwnl 309 hys 7117107 9/20102
3 Tesk 1.7 - PropU AdMn6kntbn 309 drys 7/17/01 920102
4 Tsek 12 - AdminislrMNS Mssenps 2M days 7117N1 YLSN2 /~
~ O O O O 0
13 Tesk 1.3 - Proisd Schetlub 3 deya 7/17/01 7/19101 0
1/ Tssk 7.1 • Project BMUS RspaN 0 drys 7/17N1 7H7N1 O
10 Task 1.5 - Proied Coortlkiatbn 127 drys 7/17A1 18812
17 Task 2 • Cor7espluY Dsslgn 95 days 7/17101 1018101
18 Teak 2.1 - Concept d Operetlorra 10 Jaya 7/17/01 7130/07
19 CNy/Apencka Rsvbw 10 days 7/31N1 &13/07
20 Tsk 2.2 -Camera Types end Locetlom 75 tlays 8114/01 99107
21 Task 2.3 - Comnamimtlom Requhemeda 15 drys flx11/01 99101
22 Teek 2.1-Prepare Beae Pkns 10 days 9'4/01 9V17811
23 Teak 2.5 - Prepsro Concept Plena 8 Eatknetes 10 drys 9'18/01 10/1/01
2/ Teak 2.8 - Submll Plerro eM Estlrrrtas 0 tleya 10/1101 10/1/07
10/1
25 Cly/Pgerofse Revew 10 tleya 10/2101 1d15/O7
26 Tack 2.7 - Rsvbw Mssthq 0 days 10'15/01 10115N7 10/18
27 Task]-FbslDwipn 62 days td79g1 1KA12
28
29 Tesk 3.1 -Prepare 85% PSBE
Tesk 3.2 - SubmN 85%PSBE 10 drys
0 drys 10'78/01
1029/01 7029107
1029811
~
10/29
30 CNy Review 10 drys 70'30/01 11/17811
31 Tesk 3.3 - Prspero 95% PSBE 70 tleys 11/13101 1128/01
32 Teak 3.4 - ONOC 8 Risk Aaeeeamsd Review 5 days 1127101 12/3101
33 Teak 3.5 - SubrNl 95%PSBE 0 days 12/3x01 12/3101 i?/J
3d Cily/Agenclee Review 10 drys 12/4x07 72/77A1
35 Task 3.8 - Eneroechment PennN 2 days 12/dAt 72/5101
38 Celbarro Revknv 15 drys 12/8/01 12128/01
37
38 Task 3.7 -Prepare 100% PS6E
Tnk / - ConsWdlon Buppsri 10 drys
172 days 12/27107
121102 719102
92082
39 Advertlse end Bb Proisct 20 drys 12d/02 220102
00 Teak 4.1 -Bidding Aaalatencs 20 drys 12d/02 2201iD2
/1 Sebct Camraebr Odeys 3x72/02 3/12N2 ~~
/2 Notke d Award O days 5x73/02 5113/02 11J
13 CorMrudbn 89 days 5x11102 &18/02
d4 Teak 1.2 - Rsvlew antl ReapoM to RFd 89 drys Sxtd/02 BH8102
/S Task 1.3 -Review CCO's W days &14/02 811&02
/B Task/.4-RsvNw MssOnps /J days 917J102 M1JI02 O O 0
50 Task 4.5 - Intagntlan end TeMhrp 15 days &19102 9VBI02
51 Teak 1.8-Sysbm Eveluetlan 10 drys 9"9102 920102
Cupertino ATMS
Date: 5/74/01 Teak
SPIN
__ _~ ~
_ , _ _, Pmgreea
Mpeetone • Summery ^ ROAed Up SpR _ _._-,,.,.-_,-_,,..,.,--..,,._,
Rdbtl Up Teak ~ RoNetl UD MAeatone O RoNed UD Progress
ExtemN Tnlo ~~ ProJoct Summery
Prepared by Kimley-Horn and Associates, Inc.
^ ^ ~mle~Hom
~ and Associates, tic.
V. Statement of Acceptance
DBE Commitment
Given the number of projects we concurrently
perform as a prime contractor, the need frequently
arises to supplement our in-house services. Kimley-
Horn has made it a primary goal of the firm and our
project managers to engage the services of qualified
DBE subconsultants.
DBEs receive first consideration and priority in any
proposal we submit for government work, as well as
special consideration for proposals we submit for
private work. For the De Anza Blvd. Corridor ATMS
Project, we have identified a role for CCS Planning
and Engineering, a WBE/MBE firm, and we pledge
to meet the DBE goal of 10°Io for this project.
Insurance and Indemnification Requirements
With regard to the terms in Section C of the Insurance
Agreement, Kimley-Horn's insurers do not carry
builder's all risk insurance as we are not a contractor.
Consultant Agreement
We have identified one exception to the consultant
agreement:
Page 7, Item 20 under Insurance, second paragraph:
Certificates of such insurance, on the forms provided
by CITY, shall be filed with CITY concurrently with
the execution of this agreement attached as Exhibit
E-I to E-7. With the exception of professional
liability (and workers cornnensation) insurance, said
certificates shall be subject to the approval of the
City Attorney and shall contain an endorsement
stating that said insurance is primary coverage, and
will not be canceled et-c~eted by the insurer except
after filing with the City Clerk thirty (30) days
written notice of such cancellation e~-~tl~era~ie~, and
that the City of Cupertino is named as an additional
insured. Current certificates of such insurance shall
be kept on file at all times during the term of this
agreement with the City Clerk.
Kimley-Horn has previously negotiated a mutually
agreeable contract with the City of Cupertino.
cin of
CUPEI~TINO
Business License Requirement
Kimley-Horn and its subconsultants agree to obtain
business licenses in the City of Cupertino for any
work to be completed within City limits.
We look forward to discussing these issues with you
in the near future, and are confident that we can reach
a mutual agreement on contract terms.
Anush Nejad, P.E.
Vice President
De Anza Boulevard Corridor AIMS Project 1 V. Statement ~~ Acceptance
EXHIBI7C "C"
COST PROPOSAL
KHA CCS WTS
Tasks
QC~QA Project
Manager Senior
Engineer Senior
Staff Staff
Engineer
Analyst
Clerical Senior
Engineer Project
Staff Senior
Engineer Total
Task 1 -Project Management
Task 1.1 -Project Administration 16 a 16 36
Task 1.2 -Administrative Meetings a 1s s a s 2 1s 58
Task 1.3 -Project Schedule a a s
ask 1.4 -Project Status Reports s 10 18
Task 1.5 -Project Coordination 1s a 2 22
Task 2 -Conceptual Design
Task 2.1 -Concept of Operations 2 2 ao 1s so
Task 2.2 -Camera Types and Locations s a s 2a 2 as
ask 2.3 -Communications Requirements 8 ao ao 8 2 80 178
Task 2.4 -Prepare Base Plans 2 a ao 2 8 ao ss
Task 2.5 -Prepare Concept Plans & Estimates a s ao 2a a0 2 ao 158
Task 2.6 -Submit Plans and Estimates 2 2 2 s
Task 2.7 -Review Meeting a a a 2 1a
Task 3 -Final Design
ask 3.1 -Prepare 65% PS&E a a a ao 8o a0 s s 2a 2a 238
Task 3.2 -Submit 65% PS&E 2 2 2 s
ask 3.3 -Prepare 95% PS&E a e ao so ao e s 1sa
Task 3.4 - QA/QC & Risk Assessment Review 1s 2 2 20
Task 3.5 -Submit 95% PS&E 2 2 2 s
Task 3.6 -Encroachment Permit 2 2 8 a 1s
Task 3.7 -Prepare 100% PS&E a a a a 1s 1s a 52
Task 4 -Construction Support
Task 4.1 -Bidding Assistance a a s a 1s ao
Task 4.2 -Review and Respond to RFIs a a 1s a 1s as
Task 4.3 -Review CCO's a a 1s a 1s as
Task 4.4 -Review Meetings a 1s 2 2s
Task 4.5 -Integration and Testing 4 8 1s 2 1s as
Task 4.6 -System Evaluation 2 a 1s 16 24 s2
otal Hours 32 144 80 192 336 184 98 70 104 248 1488
Rate $70.00 $56.00 $52.00 $34.50 $33.65 $22.00 $18.50 $135.00 $80.00 $110.00
irectCost $2,240 $6,064 $4,160 $6,624 $11,306 $4,048 $1,813
verhead at 168.49% $3,774 $13,587 $7,009 $ 1,161 $19,050 $6,820 $3,055
ndired Expenses at 3.1% $214 $772 $398 '6634 $1,082 $387 $174
otal Labor $6.229 $22,423 $11,567 $8,419 $31,439 $11,256 $5,041 $9,450 $8,320 $27,280 $151,424
irect Expenses (Travel, Reproduction, Mileage, etc) $2,500
omputer Expense 100 hours $2,236
ee al 15% $23,424
Total $179,584
Notes:
1) All fees related to FCC licensing, Encroachment Permit or others will be paid by the City of Cupertino
2) FCC licensing task is based on nine camera installations (De Anza Blvd).
3) Microwave Design is based on camera installations on De Anza Blvd (Nine cameras).
4) KHA reserves the right to reallocate budget among task and among trecub-consultants
Page 1
C n wmley-lion
~ and Associates, Inc. CITY OF CUPERTINO
DE ANZA BOULEVARD ATMS PROJECT
PROJECT SCHEDULE
Ocbkx Novanka f3aoerrtEer F Mast
CUPFI`tiWO
Juke
tp T gkik.n+e Duation Snn Fnsn 7 8 /1 n n 5 It 71 n /1 n rJ a 1 1/ 11 n 1n 2/ 21 1 tp It n n /1 f1 n l1 /1 n !! l1 n n It h n l1 n 13 !1 I7 n n 1 /1 It n 1 /1 n
1 N otifi o PmaeA ~ 0 mys 7117A1 7f17A1 7/17 . _ I
2 T ask t --miact IWtkapamaM 109 mya 7H7p/ !120101
3 Task 1.1 • Roisd AMntrwtraien 909 myn 7/17A1 82QU2
1 lark 11. AAntkmUatlva Naatkps 209 AaYa 7H7p1 OnSA2 O O :. O O O ' O
13 Task 1.3 -Project SdaeWe 3 mys 7/17A7 7/1801 0
t
71 Task 7A - PraiaU Obtac Rtga4 O mys 7/17p1 7H7p1 O ~
18 Tack 1.5 - Propel Coordkkai^n 127 ttaya 7/t7A1 1/9102 ' '
.. ~
~
~
17 Tank 2-CwrwpWal Dasq^
.. 119 M's 7fl7p1 1a10701 ?
!
~
' i '.
~ ':
18 Tank 2.1 • Cortoept d OporalOra
. 10 Eats 7/17A1 7lJOA1 . i
~ {
'-
19 Cay/Ayertcies Revew 10 mys 7(J1A1 BJ73A1 ~ -j- '
20 Task 22 -Camera Types ad layeorts 15 mys d11A1 9/3101 '
Z _ '.. '..
21 Task 2.3 - Commutinkaa Repaanems 1 S eaYS 8/11A1 83/01 i
'-i
t~ '.
12 Task 21- Ptepere Base Plaits 10 mys
. _ B/101 9/17A1
....
_
23 Task 25 - Prepae fortceW Plain 8 Estmaes 10 mys
.. 9/18701 1a1A1
...
_ ~
21 Task28-$uMxt Plans etM Eatmates
~ Omys ta1A1 1a1A1 /at
25 prtylAgenues Revew 10 mys 1012A1 ta15A1
~----- y '' '
zs Taekv-Re~tc„nleeana
_..... __.. oeays
.. lonsrol
_ ialsrol
....
_.. lass
~ ~ '.
27 Tank 9-Fwl WSga 6x mys 1ata01
_ tKp2 .~
28 Task 3.1-Prepare 8516 PS8E 10 mys 1a16A1 tOn9A1
9. CuMnk RSY CCaF o mrs 1aa9/o~ 1a29/o1 - •-laxa
3o CtryReview loeaye 1a3oro1 w12/o1
31 Task 3.3 - Pmpae 9516 P56E 10 mys 11!13/01 11!28/01
32 Task 3.t - QAIOC 0 Risk Assesarant Revew 5 mys 11 n7A1 12/3A1 '. '
33 lack 3.5 - SuMte 95% PSQE 0 mys 1213101 12/3101 1x19
~
._-`
3t CMtylAgercxs Review ID mys 12f1A1 12/17A1 . '..
35 Tack 3.8 - Envosdtnam Perrri9 2 mya 12/1A1 12/5At
.
36 dsrara Review 15 days 1218101 12/28/01
37 Task 3.7 - Pmpre 100% PSJ,E 10 mys txl27p1 119102
i
38 Tank ~-r-aruVtkcttort OaPPa1 .172 mys 1nIp2 flJOpt
39 Aovertrae ana Bic Propel 20 da7s tnuoz 2120Ax
w Tack /.7 - Btaeirg Atts'atertoe '. 20 mys 1nIp2 2llOA2
I/ Sek±d Contractor O mys 3/12A2 3112A2 t.-i
/2 laolioe a Awste O tlayc ~ 5/13A2 S'13102
'
' 11
13 Ckaatrtrdien MBays SI14A2 a18A2 : _
.
-
~
N Task 1.2 -Review anE Recpad b RFIS
~ 09 drys
~ 111A2 x1802 ~. ~
~ - -
- ',.
IS Task 1.3 • Review CCO's 89 mys 5/t/A2 N18A2
'
~
16 iaak IA • Ravlw ttw9rga p mya V11A2 W 3102 - ' Q
. Q Q .
SO
St Task 1.5 - trae¢ation artd Tssartp
_.. _...... ...__..
Tank 1.8-Syaan Erakraon _...... 15 mys
...
100ryc x1802
_.. _.
89A2 91BA2
_._ _.._.
820A2
._
i t
''
.
' .
CAQCnlr10 ATMS Taal` ~ Props Summry ~7-~-~~~ ROMO W ~ kmwo w t-mv~ ~ ~r7ea ar,•,+7 ~ _. ~
Dau: S/14~01 Bpa MYaebrre . RoYE 6q Tart 1~ Rat1W tJP 1eYNbrts Q teAanW Tanks
Prepared by Kimley-More and Associates, Inc.
x
1"3
d
EXHIBIT F
CERTIFICATION ~~F CONSULTANT
he (Ce / ~~~ S ~ ,and dul
I HERESY CERTIFY that I am t Y
authorized representative of the firm of Kimley-Horn and Associates, Inc., whose address is
5776 Stoneridge Mall Road, Pleasanton, CA 94588, and that, except as hereby expressly stated,
neither I nor the above firm that I represent have:
(a) employed or retained for a commissic-n, percentage, brokerage, contingent fee, or
other consideration, any firm or person (other than a bona fide employee working
solely for me or the above consultant;i to solicit or secure this agreement; nor
(b) agreed, as an express or implied condition for obtaining this contract, to employ or
retain the services of any firm or person in connection with carrying out the
agreement; nor
(c) paid, or agreed to pay, to any firm, organization, or person (other than a bona fide
employee working solely for me or th_e above consultant) any fee, contribution,
donation, or consideration of any kind for, or in connection with, procuring or
carrying out this agreement.
I acknowledge that this Certificate is to be made available to the California Department of
Transportation (Caltrans) in connection with this agreement involving participation of Federal-
Aid Highway funds, and is subject to applicable State and Federal laws, both criminal and civil.
(Date) (Signat e)
14
EXHIBITS G
INSURANCE FORP~iS INSTRUCTIONS
FOR ITEMS 3, 4, 5 AND 6, THE FORMS PROVIDED BY THE CITY OF CUPERTINO
MUST BE USES. FORMS OTHER THAN ~CHESE WILL NOT BE ACCEPTED.
ALL DOCUMENTS MUST BE ORIGINALS -SUBMIT IN TRIPLICATE
1. Insurance Agreement - Must be signed by Contractor.
2. Certificate of Insurance to the City of CL~pertino -must be completed by the insurance
agent or must provide a certificate on the a~mpany's form. They must contain the same
information.
3. Endorsement of Primary Insurance -must be signed by the insurance agent for general
liability and automobile liability only.
4. Additional insured endorsement -must be signed by the insurance agent for general liability
and automobile liability only.
5. Comprehensive general liability/commercial general liability endorsement of aggregate limits
of insurance per project -must be signed by the insurance agent for general liability only.
6. Waiver of subrogation endorsement worker's compensation insurance -must be signed by
the insurance agent for worker's compensation c-nly.
7. Notice of policy cancellation endorsement -must be signed by the insurance agent or must
be on the company's certificate of insurance form for all insurances.
Insurance Instructions -Page 1 OF 1
~~~' J
CITY OF
CUPEI~TINO INSURANCC ACT;EI';MI';NT
A. Contractor is aware of the provisions of Section 3700 of the Labor Code, which requires
every employer to be insured against liability for worker's compensation or undertake self-
insurance in accordance with the provisions of ghat Code, and will comply with such provisions
before commencing the performance of the work: of this Contract.
B. Contractor and all subcontractors will carry worker's compensation insurance for the
protection of its employees during the progress ~~f the work. The insurer shall waive its rights of
subrogation against the City, the City's officers, agents and employees and shall issue an
endorsement to the policy evidencing same.
C. Contractor shall carry at all times, on all operations hereunder, commercial or
comprehensive general liability insurance, automobile liability insurance and builder's all risk
insurance. All insurance coverage shall be in amounts required by the City and shall be
evidenced by the issuance of a certificate in a form prescribed by the City and shall be
underwritten by insurance companies satisfactory to the City for all operations, sub-contract
work, contractual obligations, product or completed operations, all owned vehicles and non-
owned vehicles. Said insurance coverage obtained by the Contractor, excepting worker's
compensation coverage, shall name the City, i.ts engineer, and each of its directors, officers,
~' agents and employees, as determined by the City, as additional insureds on said policies.
Insurers must be licensed to do business in the Mate of California. The Insurers must also have
an "A" policyholder's rating and a financial rating of at least Class VII in accordance with the
current Best's Guide Rating.
D. Before Contractor performs any work at, or prepares or delivers materials to, the site of
construction, Contractor shall furnish certificates of insurance evidencing the foregoing ~,
insurance coverages and such certificates shall- provide the name and policy number of each
carrier and policy and that the insurance is in force and will not be canceled or modified without
thirty (30) days written notice to the City. Contractor shall maintain all of the foregoing
insurance coverages in force until the work under this Contract is fully completed. The
'requirement for carrying the foregoing insurance shall not derogate from the provisions for
indemnification of the City by Contractor under this Contract and for the duration of the
warranty period. Notwithstanding nor diminishing the obligations of Contractor with respect to,
~I the foregoing, Contractor shall maintain in full force and effect during the life of this Contract,
the following insurance in amounts not less than the amounts specified and issued by a company'
~ admitted in California and having a Best's Guide Rating of A, Class VII or better. 'i
Worker's Compensation Liability In ~~ccordance with the Worker's Compensation
Act. of the State of California - $1,000,000 per
occurrence.
Insurance Agreem~:nt Page 1 of 2
Public Liability -either commercial general
liability or comprehensive general liability;
including provisions for contractual liability,
personal injury, independent contractors and
property damage coverages.
Combined single limit of $1.0 million per
occurrence; $2.0 million in the aggregate.
Automobile Liability -comprehensive covering Combined single limit of $1.0 million per
owned, non-owned and hired automobiles. occurrence.
Consultants only: Errors and Omissions liabilit}~. $1.0 million per occurrence.
(Contractor's Name)
By:
Dated:
20
Insurance Agreement Page 2 of 2
i -
!~ ~ ~
MEMORANDUM OF UNDERSTANDING OF THE CITY
OF CAMPBELL, CITY OF CUP:ERTINO, TOWN OF LOS GATOS
CITY OF SARATOGA, COUNTY OF SANTA CLARA AND SANTA CLARA VALLEY
TRANSPORTATION AUTHORITY
THIS MEMORANDUM OF UNDERSTANDING is made and entered this ~ 1 ~ day of
F~f+~~~/ , 2001, between and among the City of Campbell, City of Cupertino, Town of Los
Gatos, City of Saratoga, County of Santa Clara, and Santa Clara Valley Transportation Authority
(collectively, the "local agencies") in a joint eiTort to study the feasibility of developing a trail
along Union Pacific Railroad track alignment. The Memorandum of Understanding addresses
principles regarding the issues related to devei~opment of the proposed Union Pacific Railroad
Trail, including the feasibility study, task for~;,e, local match, negotiation strategy, and other
principles.
REC:[TALS
There is interest among the local agencies in developing the proposed Union Pacific Railroad
Trail for both recreational and commuting uses. To this end, the local agencies desire to conduct
a study to determine the feasibility of such development, and to determine the feasibility of
acquiring easements from the Union Pacific Railroad Company by the negotiation of terms.
The proposed Trail for the feasibility study, is l~~cated in the West Valley of Santa Clara County,
and extends from the Town of Los Gatos throul;h the City of Campbell and the City of Saratoga
to the City of Cupertino within the right-of-w:iy of the Union Pacific Railroad Company (see
Exhibit A for project location).
The proposed Trail is included as a Regional Tr;ail Route in the Santa Clara County Trails Master
Plan. The Santa Clara County General Plan identifies it as a proposed trail. The proposed Trail
also is identified as a part of Cross-County tricycle corridor in the Santa Clara Countywide
Bicycle Plan. The proposed Trail would have the potential to be included as part of the Juan
Bautista De Anza National Historic Trail, a National Millennium Trail.
The Bicycle Expenditure Program in the S~inta Clara Countywide Bicycle Plan includes
$3,400,000 for initial development of the proposed Trail, including a feasibility study. Of this,
Santa Clara Valley Transportation Authority has allocated $2,720,000 (80%). The City of
Campbell, City of Cupertino, Town of Los Gatos, and City Saratoga shall contribute $680,000
(20%) as local match.
PRINCIPLES
Subject to compliance with all applicable laws, all local agencies to this Memorandum of
Understanding agree as follows:
The local agencies will establish a task force, which will meet monthly to oversee
development of the feasibility study on the proposed Union Pacific Railroad Trail. The scope
of work for the feasibility study will be jointly determined and approved by not less than a
2/3 vote of the task force.
2. Each local agency will designate a staff representative and a community representative to
serve on this task force. Each local agency shall have one vote on the task force.
3. The City of Cupertino will act as lead agency to support the task force and administer work
associated with the feasibility study, including management of the consultant. Their staff
costs will not be reimbursed:
4. The costs to develop the feasibility study will not exceed $200,000, which includes $160,000
from the Santa Clara Valley Transportation Authority and $40,,000 as a local match.
5. The City of Campbell, City of Cupertino, Town of Los Gatos, and City of Saratoga will each
contribute towards their local match (see Exhibit B) within 60 days of the execution of the
contract for the feasibility study consultant. The task force must approve any additional
costs. Excess funds will be returned to the local agencies.
6. The City of Cupertino will engage a consultant to perform transportation planning and traffic
engineering services for the feasibility study.
7. The City of Cupertino will engage a consultant to perform project management services to
manage work of the feasibility study consultant.
8. Any of six local agencies may, upon 60 days written notice to the other local agencies,
withdraw from this Memorandum of Understanding, however, any monies for the local
match will not be returned.
IN WITNESS WHEREOF, the local agencies hereto pursuant to resolution of their
respective governing boards, have caused this Memorandum of Understanding to be executed as
of the day and year first hereinabove written.
CITY OF CAMPBELL:
7
Be d jny, City Manager
ATTES
Gc~
Anne Bybee, City Clerk
APPRO/V~'E~D AS TO FORM:
,~~~~
William Seligmann, City Attorney
Date: ~ ~~ 2001
2
CITY OF CUPERTINO:
r
David W. Knapp, Crty Manager
APPROV AST RM:
i
ff~' ,~',
Chazles Kilian, ~ i Attorney
TOWN OF LOS GATOS:
Debra Figone, wn Manager
APPROVED AS TO FORM:
O orb, Town Attorney
CITY OF SARATOGA:
Dave Anderson, City Manager
APPROVED AS TO FORM:
ATTEST:
Kimberly Smith, ity Clerk
Date: ~- `7 , 2001
ATTEST: "
11 _
aziori. Coo. rove; Town Clerk
' •~ i
Date ~~ i~~~ ~ ~~ ~ ~~ ~;'`' , 2001
~~;~
TTEST:
een Boyer, City Cle
Date: '~~ '~ ~ •\ ~ ~ , 2001
Richazd Taylor, City Attorney
COUNTY OF SANTA CLARA:
!~ i
ames T. Beall, Jr.
Chairperson, Board of Supervisors
ATTEST:
~,
Phyllis ez
Clerk, Board of Supervisors
APPROVED AS TO FORM
~~~ ~•
Kathryn A. erry
Deputy County Counsel
Date: ~~- a ~ , 2001
SANTA CLARA VALLEY TRANSPORTATION AUTHORITY:
ATTEST:
Sandra Weymouth
Secretary
Date: ~ '~ , 2001
. ~ ~ ..
Suzanne B. Gifford
General C"ounsel
4
APPROVED AS TO FORM
EXHIDIT A
PROPOSED UNION PACIFIC RAILROAD TRAIL
LOCATION MAP
' Stevens Creek
'`~ Recreational
Trail
Interstate Route 280
Los Gatos Creek Trail
Legend
City Town Boundary
Union Pa+cifi~ Railroad Trail
Looation IUlap
EXHI:BIT B
LOCAL MATCH
FOR FEASIBILITY STUDY ON
PROPOSED UNION PACIFIC RAILROAD TRAIL
.,
LOCAL MATCH
FOR FEASIBILITY STUDY ON
PROPOSED UNION PACIFIC RAILROAD TRAIL
• Feasibility Study
- total $200,000
- Santa Clara County Bicycle Expenditure Program $160,000
- local match $40,000
Local match contribution
- City of Campbell $2,000
- City of Cupertino $ 18,000
- Town of Los Gatos $10,000
- City of Saratoga $10,000
Total local match $40,000
9
FULLY EXECUTED ~ ~ ~
AGREEMENT BETWI±,EN THE CITIES OF
CUPERTINO A.ND SAN JOSE pEPT FILE COPY
FOR THE OVERLAY OF
DE ANZA BOULEVARD
BETWEEN RAINBOW DRI`TE AND PROSPECT ROAD (((~~~
This agreement (herein "Agreement") is made and entered into this ~ day of , 2001,
(herein the "Effective Date") by and between the City of San Jose, a California mumc~p oiporation
(herein "SAN JOSE"} and the City of Cupertino, a California municipal corporation, (herein
"CUPERTINO"). SAN JOSE and CUPERTINO may be referred to herein individually as a "Party" or a
"City" or collectively as the "Parties", "Cities" or the "-Parties to this Agreement".
RECI'CALS
WHEREAS:
A. SAN JOSE and CUPERTINO fmd that it is in the public interest to overlay De Anza Boulevard
between Rainbow Drive and Prospect Road over which the Cities have dual jurisdiction; and
B. It is in the public interest for CUPERTINO and SAN JOSE to complete the PROJECT in a
cooperative and economical manner by constructing both CUPERTINO and SAN JOSE portions
of the PROJECT together; and
C. Each Party has agreed to perform its portion of,the work as described herein, under its direction.
In consideration of the above referenced recitals and the following mutual covenants, agreements and
obligations of the Parties, SAN JOSE and CUPERTINO agree as follows:
AGREEMENT PROVISIONS
I . PROJECT DESCRIPTION:
The work to be performed under this Agreement will consist of overlaying approximately 10,000
square feet of De Anza Boulevard between Rainbow Dr. and Prospect Road (herein the
"PROJECT"). The work to be performed is more fully described in the document entitled "Scope
of Work and Schedule of Performance" set forth in Exhibit A, attached and incorporated by
reference.
2. CUPERTINO'S OBLIGATIONS:
CUPERTINO agrees as follows:
A. To act as the lead agency to administer the design and construction of the PROJECT.
Administration shall include preparation of plans, specifications, contract documents and cost
estimate; notification of local businesses:; coordination with various agencies; preparation of
all necessary environmental document; obtaining permits; obtaining bids; awarding the
construction contract; administering the construction contract; providing materials control and
inspection services; and making progress payments to the contractor.
B. To provide SAN JOSE with fmal plans and specifications for review and written approval
prior to obtaining bids for the PROJECT,
C. To pay CUPERTINO's share of the PROJECT cost. The PROJECT cost is defined as the
actual amount paid to the contractor plus ten percent (10%) for CUPERTINO's engineering,
construction and other administrative services. CUPERTINO's share of the Cost is 100% of
the PROJECT Cost for the CUPERTINO owned portion of the road.
AGREEMENT PAGE 1 OF 6
D. The designated project manager for C'UPERTINO for the duration of the PROJECT is
Carmen Lynaugh. CUPERTINO's project manager shall have all the necessary authority to
duect technical and professional work within the scope of the Agreement and shall serve as
the principal point of contact with SAN :POSE.
3. SAN JOSE'S OBLIGATION:
SAN JOSE agrees as follows:
A. To pay CUPERTINO San Jose's share of the PROJECT cost, as defined in Section 2.C., up to
a maximum amount of $175,000. SAN JOSE's share of the Cost is l00% of the Project Cost
for the SAN JOSE owned portion of the road. In the event that the lowest responsive
responsible bid received for the PROJE~v'I' would cause SAN JOSE's share of the PROJECT
cost to exceed the maximum amount, CUPERTINO shall promptly notify SAN JOSE.
CUPERTINO shall not award the construction contract without a written amendment
increasing the maximum amount of SAI`( JOSESs contribution.
B. To pay its share of the PROJECT cost within forty-five (45) days of receiving an invoice from
the CUPERTINO, provided that the following conditions are met:
1. The PROJECT has been completed and SAN JOSE has approved that portion of the work
in its jurisdiction; and
2. The invoice sets forth the cost of construction of all PROJECT work based on the actual
contract unit prices paid and negotiated change order, if any.
C. The designated project manager for SAN JOSE for the duration of the PROJECT is Jim
Lehner. SAN JOSESs project manager shall have all the necessary authority to review and
approve and accept technical and professional work within the scope of the Agreement and
shall serve as the principal point of contact with CUPERTINO.
4. TERM OF AGREEMENT:
A. Unless otherwise modified by a written amendment to this Agreement, the term of this
Agreement shall be one (1) year from the Effective Date or until the PROJECT acceptance by
both parties and final payments of all outstanding balances.
B. Consistent with City of San Lose Standard Specifications, Section 7-1.23, CUPERTINO shall
cause the contractor to provide a warranty period of at least one (l) year from the acceptance
date.
5. OWNERSHIP AND MAINTENANCE:
A. Upon completion of all work under tlris Agreement, ownership and title to all materials,
equipment and appurtenances installed as a part of the PROJECT within the city limits of
SAN JOSE will automatically be vest~;d in SAN JOSE, and all materials, equipment and
appurtenances installed as a part of the ]?ROJECT within the city limits of CUPERTINO will
be vested in CUPERTINO, and no further agreement will be necessary to transfer ownership.
B. This Agreement does not change any authority or responsibility between CUPERTINO and
SAN JOSE with regard to maintenance, operation or future repair responsibility.
AGREEMENT PAGE 2 OF 6
6. CONTRACTOR SHALL BE AN INDEPENDENT CONTRACTOR:
Any contractor(s) hired by either Party to perform the work included in the PROJECT shall not be
an agent or employee of either Party and will perform such work as independent contractor. All
persons employed by or contracted with such contractor(s) to furnish labor and/or materials in
connection with the work in the PROJECT shall not be employees of either Party in any respect.
7. TERMINATION:
A. Either CUPERTINO or SAN JOSE may terminate the Agreement at any time prior to award
of the construction contract for the PROJECT upon thirty (30) days' written notice. If the
Agreement is terminated, SAN JOSE shall pay to CUPERTINO all actual costs incurred by
CUPERTINO up to the day of receipt of written notice of termination.
B. Once CUPERTINO has awarded the construction contract for the PROJECT, the Agreement
can be terminated only upon the mutual written consent and terms acceptable to both parties.
8. NO PLEDGING OF EITHER CITY'S CREDIT:
Under no circumstances shall either SAN LOSE or CUPERTINO have authority or power to
pledge the credit of the other public entity or incur obligation in the name of the other public
entity.
9. NO THIRD PARTY BENEFICIARY:
This Agreement shall not be construed or deemed to be an agreement for the benefit of any third
party or parties and no third party or parties shall have any claim or right of action hereunder for
any cause whatsoever.
10. AMENDMENTS:
No alteration or variation of the terms of this Agreement shall be valid unless made in writing and
signed by the Parties.
I1. NOTICES:
Notices are to be sent as follows:
To SAN JOSE Wayne Tanda
Director of Transportation
City of San Jose
4 North 2nd Street, Suite 1000
San Jose, CA 951 l3
To CUPERTINO: Ralph A. Qualls, Jr.
Director of Public Works
City of Cupertino
10300 Torre Avenue
Cupertino, CA 95014
12. SEVERABILITY CLAUSE:
In case any one or .more of the provisions contained herein shall, for any reason, be held invalid,
illegal, or unenforceable in any respect, it shall not affect the validity of the other provisions which
shall remain in full force and effect.
AGREEMENT PAGE 3 OF 6
13. ENCROACHMENT PERMITS:
Both Parties to this Agreement will cooperate and/or provide access to its consultants, engineers
and contractors for the PROJECT in the jurisdictional boundaries of each Party. Contractor shall
obtain street opening permit from SAN JO~~E and SAN JOSE shall provide such a permit at no
cost.
14. HOLD HARMLESS/INDEMNIMCATION:
Neither of the respective Parties, their resp~°ctive City Council, employees, officers, agents and
assigns shall be responsible for any damage or liability occurring by reason of anything done or
omitted to be done by the other Party in cormection with the PROJECT.
It is understood and agreed that pursuant to California Government Code Section 895.4, the
respective Parties shall fully indemnify and Bold the other harmless from any liability imposed for
injury (as defined in Government Code Section 810.8) by reason of anything done or omitted to be
done by CUPERTINO or SAN JOSE in <;onnection with any work, authority or jurisdiction
delegated to the respective Party under this Agreement. This hold harmless and indemnification
provision shall apply to any activities, error or omission of the respective Party and/or the Party's
officers, employees, agents, consultants or contractor or any person or entity acting or omitting to
act for or on behalf of said City or such person or entities as are specifically authorized and
empowered by the respective Party to act for the Party.
15. CAPTIONS:
The captions of the various sections, paragraphs and subparagraphs of this Agreement are for
convenience only and shall not be cons::dered nor referred to for resolving questions of
interpretation of this Agreement.
l6. INSURANCE REQUIREMENTS:
It is mutually understood and agreed that during the term of the construction activities on the
PROJECT, CUPERTINO will require the contractor(s) which performs any work on the
PROJECT to carry commercial general liability or funded self-insurance program in amounts of
not less than Two Million Dollars ($2,000,000); automobile liability insurance policy with policy
limits in an amount not less than One Million. Dollars ($1,000,000); and, a Workers' Compensation
Insurance policy with policy limits in an amount not less than One Million Dollars ($ 1,000,000).
CUPERTINO shall require that both SAN JOSE and CUPERTINO, their officers, employees, and
agents shall be named as additional insureds ~~n such policy.
17. STATUTES AND LAW GOVERNING CONTRACT:
This Agreement shall be governed and construed in accordance with the statutes and laws of the
State of California.
18. WAIVER:
The parties' waiver of any term, condition or covenant, or breach of any term, condition or
covenant shall not be construed as a waiver .if any other term, condition or covenant or breach of
any other term, condition or covenant.
19. ENTIRE AGREEMENT:
This Agreement contains the entire Agreement between CUPERTINO and SAN JOSE relating to
the PROJECT. Any prior agreements, promises, negotiations, or representations not expressly set
forth in this Agreement are of no force or effE~ct.
AGREEMENT PAGE 4 OF 6
20. OTHER AGREEMENTS:
This Agreement shall not prevent either Party from entering into similar agreements with others.
The Parties acknowledge and accept the ternu and conditions of this Agreement as evidenced by
the following signatures of their duly authorized representatives. It is the intent of the Parties that
this; Agreement shall become operative on the effective date.
CITY OF SAN J OSE, CALIFORNIA
APPROVED AS TO FORM:
J~
GLENN D. SCNWARZ CH
Sr. Deputy City Attorney
A EST:
~~
PATRICIA L. O' ARN
City Clerk -San Jose
OF CUPEF:TINO, CALIFORNIA
u. us
Ralph A. Qualls, Jr,
Director of Public Works
0300 Torre Avenue
Cupertino, CA 95014
Telephone: (408) 777-3200
ATTEST:
~~
KIM SMITH
City Clerk -Cupertino
AGREEMENT' PAGE 5 OF 6
City Attorney
EXHIBIT "A"
SCOPE OF WORK AND SCHEDULE OF PERFORMANCE
The project consists of resurfacing approximately :10,000 square feet of De Anza Boulevard between
Rainbow Drive and Prospect Road by milling and filling 2.5 inches of asphalt concrete. The project shall
include traffic control, placing reinforcing fabric, replacing of all traffic striping, detector loops, pavement
restoration and lowering and raising manholes, water valve boxes and monument as required.
SAN JOSE to provide striping/marking plan.
The work to be performed is fully described in the contract documents.
The contract documents are incorporated into this Agreement by reference.
AGREEME?1T PAGE 6 OF 6
~~~'
clrv of
CUPEI~TINO
City Hall
10300 Torre Avenue
Cupertino, CA 95014-3255
Telephone: (408)777-3354
FAX: (408)777-3333
PUBLIC WORKS DEPARTMENT
May 10, 200.1
City of San Jose
Wayne Tanda
Director of Transportation
4 North 2"d Street
San Jose, CA 95113
Re: Pavement Overlay of De Anza Blvd. from Rainbow Drive to Prospect Road
Dear Mr. Tanda:
This letter refers to the Agreement between the City of San Jose and the City of
Cupertino relating to the cost sharing for the overlay of De Anza Boulevard from
prospect Road to Rainbow Drive. As you know that portion of De Anza Blvd. is shared
by the City of Cupertino (west side) and the City of San Jose (east side).
Glenn Schwartzbach, Deputy City Attorney in San Jose had raised a clarification matter
with the language of the agreement, specifically Section 7, Termination. Since the
agreement had already been approved by the; Cupertino City Council on July 16, 2001,
and is scheduled for San Jose City Council approval in August, I am providing this letter
to act as a clarification of that section. The italicized language is the clarification
requested. The intent of the section is that, ii~the agreement is terminated, San Jose shall
pay to Cupertino all actual costs associated `vith the portion of the road owned by San
Jose incurred by Cupertino up to the date of the written notice of termination. You may
feel free to include this information in your :>taff report to Council.
If you have any questions please contact Carmen Lynaugh at 408-777-3215
Sincerely,
Ralph A. Qualls, Jr.
Director of Public Works
u Ur
C: Glenn Schwarzbach, Deputy City Attorney
Ruffino Ruiz, Transportation Division
Ar%ntFri nn ~'ar.vrled Paner
~~, J
~~ u \ AGREEMENT
~~,~ ~ CITY OF CUPERTINO
I 10300 Torre Avenue
CiiY OF / ! ~ Cupertino, (~A 95014
D U P E ~T I N S (408) 77 7-3200
NOIJ/~1 ~~?3/
BY THIS AGREEMENT, made and entered into on the lst day of July , 2001 ,
by and between the CITY OF CUPERTINO (Hereinafter referred to as CITY) and
Name (1) Pamela J. Treder (2)
Address 2644 Barkley Ave City Santa Clara Zip 95051 Phone (408) 246-3024
(Hereinafter referred as CONTRACTOR), in consideration of their mr,tual covenants, the parties hereto agree as follows:
CONTRACTOR shall provide or furnish the following specified services and/or materials:
EXHIBITS: The following attached exhibits hereby are made part of this Agreement:
See Exhibits "A" for scope of work.
TERMS: The services and/or materials furnished under this Agreement shall commence on .T,~1 y 1, 20(11
and shall be completed before .Tune 30, 20n2
COMPENSATION: For the full performance of this Agreement, CITY shall pay CONTRACTOR:
$20.66/hr. (See Exhibit "A" for estimated number of hours) not to exceed $5,000.00
California Labor Code, Section 1771 requires the payment of prevailing wages to all workers employed on a Public Works contract in
excess of $1,000.00.
Materials and Supppplies• $200.00
GENERAL TERMS AND CDNDITIUNS
Hold Harmless: Contractor agrees to save and hold harmless the City, its officers, agents and employees from any and all damage and
liability, including all costs of defending any claim, caused by or arisirg out of the performance of this Agreement. City shall not
be liable for acts of Contractor in performing services described herein.
Insurance: Should the City require evidence of insurability, Contractor shall file with City a Certificate of Insurance before commencing
any services under this Agreement. Said Certificate shall be subject to the approval of City's Director of Administrative Services.
Non-Discrimination: No discrimination shall be made in the employment of persons under this Agreement because of the race, color,
national origin, ancestry, religion or sex of such person.
Interest of Contractor: It is understood and agreed that this Agreement is not a contract of employment in the sense that the
relationship of master and servant exists between City and undersigned. At all times, Contractor shall be deemed to be an independent
contractor and Contractor is not authorized to bind the City to any contracts or other obligations in executing this agreement. Contractor
certifies that no one who has or will have any financial interest under this Agreement is an officer or employee of City.
Changes: This Agreement shalt not be assigned or transferred without the written consent of the City. No changes or variations of any
kind are authorized without the written consent of the City.
CONTRACT CO-ORDINATOR and representative for CITY shall be:
NAME Pam Ledesma DEPARTMENT Public Works
This Agreement shall become effective upon its execution by CITY, in witness thereof, the parties have executed this
Agreement the day and year first written above.
CONTRAC OR: CITY OF CUPERTINO: ~
By Gn~.~:C.d~ By
Title Creek Tour Doce & Coordina Title
Soc. Sec. # 567-33-8156
APPROV LS
...
EXPENDITURE DISTRIBUTION
A T N H AD D~ ACCOUNT NUMBER AMOUNT
/ ~~~ V
CITY LERK • DATE /
3~I d ~
230-8 -7014
$5, 200.00
White: City Clerk /r' v Green: Finance Yellow: Contr tgr~ ~/~/ Pink: eceiving Gold: Department
.,,~,~ AGREEMENT
~~~ / CITY OF CUPERTINO
~~ 10300 Torrf~ Avenue
~{jy p~ r7 upertino, (',A 95014
~ U P E T I ~ ~ ~ / ~ (408) 77'7-3200
BY THIS AGREEMENT, made and entered into on the 21st
by and between the CITY OF CUPERTINO (Hereinafter referred to as CITY) and
Name (1) The Sports Management Group _ (2)
Address 220 Fourth St., Ste. 200 City Oakland, CA Zip 94607 Phone (510) 251-1280
(Hereinafter referred as CONTRACTOR), in consideration of their mutual covenants, the parties hereto agree as follows:
CONTRACTOR shall provide or furnish the following specified services and/or materials: Sports Center Programming
EXHIBITS: The following attached exhibits hereby are made part of this Agreement: EXHIBIT A
TERMS: The services and/or materials Turn' he under this Agreement shall commence on G~~ ~S ~~~
and shall be completed before ~.Z
COMPENSATION: For the full performance of this Agreement, CITY shall pay CONTRACTOR:
AMOUNT NOT TO EXCEED $30,000.00 AND REIMBURSABLE EXPENSE BUDGET OF $3,000.00
California Labor Code, Section 1771 requires the payment of prevailing wages to all workers employed on a Public Works contract in
excess of $1,000.00.
GENERAL TERMS AND CONDITIONS
Hold Harmless: Contractor agrees to save and hold harmless the Ciiy, its officers, agents and employees from any and all damage and
liability, including all costs of defending any claim, caused by or arising out of the performance of this Agreement. City shall not
be liable for acts of Contractor in performing services described hereabue to negligence, errors and omissions,
Insurance: Should the City require evidence of insurability, Contractor shall file with City a Certificate of Insurance before commencing
any services under this Agreement. Said Certificate shall be subject to the approval of City's Director of Administrative Services.
Non-Discrimination: No discrimination shall be made in the employment of persons under this Agreement because of the race, color,
national origin, ancestry, religion or sex of such person.
Interest of Contractor: It is understood and agreed that this Agreement is not a contract of employment in the sense that the
relationship of master and servant exists between City and undersigned. At all times, Contractor shall be deemed to be an independent
contractor and Contractor is not authorized to bind the City to any cor tracts or other obligations in executing this agreement. Contractor
certifies that no one who has or will have any financial interest under this Agreement is an officer or employee of City.
Changes: This Agreement shall not be assigned or transferred without the written consent of the City. No changes or variations of any
kind are authorized without the written consent of the City.
CONTRACT CO-ORDINATOR and representative for CITY shall be:
NAME Therese Ambrosi Smith
it NO.D~~J~~/ /
~. ~,
day of August , 20 Ol ,
DEPARTMENT
Parks and Recreation
This Agreement shall become effective upon its execution by CITY, in witness thereof, the parties have executed this
Agreement the day and year first written above.
CONTRACTOR:
,.
By ~ `~
Title ' ~ c'~
Soc. Sec. # •t~.~~ ~-~~'~~~~~
APPROVALS
CITY OF CUPERTINO:
E;y C~ (~C,~~ ~d
Title Director of Public Works
EXPENDITURE DISTRIBUTION
T H ACCOUNT NUMBER AMOUNT
- xcee
CITY CLE 9~~~ ~
O O ~ /
5 ~,,
$3,000 reimbursabl
~ &
's
White: City Clerk J Green: Finance Yellow: Contractor 0 `~ ~ Pink: Receiving Gold: Department
~3, ~ o', ~
AC:'nRnn CERTIFICATE OF LIABILITY INSURANCE o$i`3o%oi
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Dealey, Renton & Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P . O . BOX 12 67 5 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Oakland, CA 94604-2675 '
510 4 6 5- 3 0 9 0 INSURERS AFFORDING COVERAGE
INSURED INSURERA:AmerlCan Motorists Ins. Co.
The Sports Management Group INSURERB:Securit Ins. Co. of Hartford
220 4th Street., Suite 200 INSURER C:
Oakland, CA 94607
INSURER D:
I INSURER E:
COVERAGES
I 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 WIfH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED 8Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, (7(CLUSIONS AND CONDETIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCF^ Rv Pain cl auUs
INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
A GENERAL LIABILITY 7RS65839701 02/21/01 02/21/02 EACH OCCURRENCE sl OQQ 000
X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one Ilre $3 0 O ~ 0 0 0
CLAIMS MADEa OCCUR MED EXP (Any one person) S1 O 0 O
PERSONAL&ADVINJURY $1
000
000
_ GENERAL AGGREGATE J
~
S2 000 000
GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG S2 000 000
X POLICY PRO LOC
A AU TOMOBILE LIABILITY
ANY AUTO 7RS65839701 02/21/01 02/21/02 COMBINED SINGLE LIMIT
(Ea accident)
$1, 000, 000
ALL OWNED AUTOS
SCHEDULEDAUTOS BODILY INJURY
(Per person)
$
X HIRED AUTOS
X
NON-OWNED AUTOS BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per accident) $
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO
OTHER THAN EA ACC
S
AUTO ONLY: AGG S
EXCESS LIABILITY EACH OCCURRENCE $
OCCUR ~ CLAIMS MADE AGGREGATE $
DEDUCTIBLE $
RETENTION $ $
A WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY 7CW30589303 02/21/01 02/21/02 X wCSTATU- OTH
E.L.EACHACCIDENT $1 000, 000
E.L.DISEASE-EA EMPLOYE $1 000 000
E.L. DISEASE-POLICYLIMI S1 000 000
B oT"ER professional
iability AEE0308470 07/10/01 07/10/02 $1,000,000 per claim
$1,000,000 annl aggr.
~.-~..~.,, ,,..,...~.+~~.,..,,~,,.oi~.v~..~iivnaivcnw~~~ic~cuw~wrvsAUUEDBYENDORSEMENT/SPECIAL PROVISIONS
CA'
City of Cupertino
Parks & Rec. Administration
Attn: Marie Preston
10300 Torre Avenue
Cupertino, CA 95014-3255
SHOULDANYOFTHEABOVE DESCRIBED POLICIES BECANCELLED BEFORETHEEXPIFiATION
DATE THEREOF,THE ISSUINOINSURER WILLENDEAVORTO MAIL30- DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAI LURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OFANYKIND UPON THE INSURERITSAGENTSOR
AU~ORIZED REPRESENTATIVE
/~ ,.a .~
ACORD 25-S (7/97)1 Of 1 #M628 21 lujj~ ©ACORD CORPORATION 1988
Client#: 1499 __ SYORZ'MANA1
At'~ CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDD/YY)
08/30/01
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Dealey, Renton & Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P. O. BOX 12675 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Oakland, CA 94604-2675
510 465-3090
INSURED
The Sports Management Group
220 4th Street., Suite 200
Oakland, CA 94607
COVERAGES
INSURERS AFFORDING COVERAGE
INSURERa:Amerlcan Motorists Ins. Co.
INSURER B:Security Ins . Co . of Hartfo
INSURER C:
INSURER D:
INSURER E:
I Ht rvuclts ol- INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWfEHSTANDING
ANY REQUIREMENT, TERM OR CONDffION 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, E~(CLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN RFnuCFn Rv Pnln rl nnlns
I T R TYPE OF INSURANCE POLICY NUMBER POLICYE MECTIVE POLICY EXPIRATION LIMITS
A GENERAL LIABILITY 7RS65839701 02/21/01 02/21/02 EACH OCCURRENCE $1 OOO 000
X COMMERCIAL GENERALLIABILITY FIRE DAMAGE (Any onefire) $300~000
CLAIMSMADEa OCCUR
MEDEXP(Anyoneperson) $lO OOO
PERSONALBADVINJURY $1 000 OOO
GENERAL AGGREGATE $2 000 OOO
GENLAGGREGATELIMITAPPLIESPER:
PRO PRODUCTS-COMP/OPAGG $2 OOO OOO
- LOC
X POLICY
A AU TOMOBILE LIABILITY 7RS65839701 O2/21/O1 O2/21/O2
ANY AUTO COMBINED SINGLE LIMIT
(Ea accident)
$1, OOO, OOO
ALL OWNED AUTOS
SCHEDULED AUTOS (P~rplersonjURY $
X HIRED AUTOS
X
NON-OWNED AUTOS BODILY INJURY
(Per accident) $
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY- EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $
OCCUR ~ CLAIMS MADE AGGREGATE $
DEDUCTIBLE
$
RETENTION $
A
WORKERS COMPENSATION AND
7CW30589303
02/21/01
02/21/02
X wcsTATU- OTH $
EMPLOYERS' LIABILITY
E.L.EACHACCIDENT $1 OOO, OOO
E.L.DISEASE-EA EMPLOYE $1 OOO ~ OOO
g
oTHERProfessional
AEE0308470
07/10/01
07/10/02 E.L. DISEASE-POLICYLIMI $1 OOO OOO
$1
000
000
er claim
iability ,
,
p
$1,000,000 annl aggr.
--- - --~--• -•-••••••-•---•~~-•-~~~~•.-~...-,,,..~~.oicn~.~ualurvar~uutuCTtnuvHSEMENT/SPECIAL PROVISIONS
City of Cupertino
Parks & Rec. Administration
Attn: Marie Preston
10300 Torre Avenue
Cupertino, CA 95014-3255
SHOOED ANYOFTHEABOVE DESCRIBED POl1CIES BE CANCELiJ=D BEFORE THE EXPIRATION
DATETHEREOF,THEISSUINOINSURER WILLENDEAVORTOMAIL3_!L DAYS WRITTEN
NOTICE TO THE CERTIFICATE F10LDERNAMEDTOTHELEF'T, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OFANYKIND UPONTHE INSURERITSAGENTSOR
AU~ORI2ED REPRESENTATIVE
1. w u
-~~~.~YIV.f•-.....
ACORD 25-S (7/97)1 Of 1 #M62821 MRM ©ACORD CORPORATION 1988
C~ J
CITY OF
CUPEf~TINO
PARKS AND RECREATION ADMINISTRATION
MEMOF;ANDUM
DATE:
TO:
FROM:
TOPIC
August 8, 2001
Dave Knapp, City Manager
Ralph Qualls, Director, Public ~'Vorks
Therese Ambrosi Smith, Director~~(~~~
CONTRACT WITH THE SPORTS MANAGEMENT GROUP FOR SPORTS
CENTER PROGRAMMING
Attached is the proposal from The Sports M~~nagement Group for programming the
Cupertino Sports Center. The dates indicated are not final at this point; they are target
dates. We do endeavor to complete the analysis by December of this year.
City programs and private contract classes currently scheduled at the Sports Center
generate sufficient revenue to cover the Center's operating costs. Wth the reconstruction
of the facility, staff is looking at ways to expand community recreation offerings while
exploring new revenue sources. To that end, we need to conduct a
program/marketing/revenue analysis for the new facility.
The Sports Management Group is one of three programming/marketing consultants staff
considered. They are located in Oakland an~~ have worked with the architect, Mark
Schatz, on other projects. One notable project they programmed is the Monterey Sports
Center, which staff toured in May. The facility is beautifully maintained, self-supporting,
and so successful that they are undertaking a second phase construction project.
The cost to provide services detailed in the ~~ttached proposal is $30,000. This amount
seems reasonable for the work to be perforrned. Three years ago, the consultants that
generated the library program analysis billed the city $23,000. The Sports Center
analysis also includes revenue projections for a variety of programs.
Please process this contract with The Sport: Management Group for an amount not to
exceed $30,000, and reimbursable expense budget of $3,000.
g:\parks and recreation admin\templates- masters\memo.doc
Printed on Recycled Paper
T H E
Sports Management
G R 0 U P
• 220 Fourth Street. Suite 200
Oakland. CA 94607-4335
510-251-1280
510-251-1285 Fax
j,a~p ~,~y~p~~,pp entail: lauren@sportsmgmt.com
President www.sportsmgmt.com
-- ~ 1
~,
r
CUPERTINO SPORTS CENTER
.............................................................................
Revised Fee Proposal and Work Plan
START DATE The Sports Management Croup and the City of Cupertino will fmalize project
Two Weeks from goals, contract matters, establish lines of communication and confirm important
Award ofProject schedule dates.
Prior to Workshop # 1 The Sports Management Group will review any existing
materials including:
• demographic data
• master plan documents
• previous planning studies
• existing operating and revenue budgets
• and ether relevant materials
• boundaries of the service region
• recreation schedules, current fees and usage information
We will begin the market analysis by contacting current service area providers
and analyzing ,~~opulation characteristics through the use of demographics.
WoRxsxoP # 1 The Sports Management Group will lead Workshop # 1 with the Parks and Recreation
September 4, 2001 Commission. Tie focus of the workshop will be to:
• Discussion of key issues and concerns
• Discussion of the vision and key objectives for the center
• A power point "tour" of recreation and sports centers
• Discr~ssion of perceived community recreational needs and interests
• Review of demographic data and population characteristics
• Discussion of cost recovery
• Review of demand analysis
• Discussion of programming opportunities
The Sports Management Grouup will develop and distribute a Workbook for the Parks
and Recreation. Commission to use throughout the study process.
WORx PRODUCT The Sports Management Group will continue to gather details about programming
September 5 to 19, 2001 needs, and utilizing information gathered during the first workshop will begin to
develop a draf t vision statement and key objectives. We will also continue the
market analysis by contacting current service area providers and analyzing
population ch~~racteristics through the use of demographics. We will develop
program options.
T H E
Sports Management
® G R 0 U P
Revised 8/08/01
CUPERTINO SPORTS CENTER
.............................................................................
Revised Fee Proposal and Work Plan
WORItSHOP #2 Building upon information gathered during Workshop # 1, The Sports Management
September 20, 2001 Group will lead Workshop #2 which will include the following activities:
Afternoon Refinement of Vision Statement
• Review of program options (including previously developed option)
• Prioritization and refinement of program options
• Review agenda and tasks for Public Workshop
PuslsC WORKSHOP # 1 The Sports Management Group will conduct a Public Workshop to inform, engage
September 27, 2001 and gather input from the community. This Workshop will focus on assessing the
perceived needs of the community. Following a presentation of trends and model
projects around the U.S., the public will be encouraged to ask questions and to
provide input regarding community needs. The Sports Management Group will work
with smaller interest groups to identify particular concerns and to help the
community participants develop an understanding of the proposed project,
program features and facilitate a discussion of concerns and suggestions.
WORK PRODUCT The Sports Management Group will incorporate the information gathered from the
September 28 to October 17, 2001 Public Workshop and the two Parks and Recreation Commission workshops into
three potential building program options. The Sports Management Group will begin
to determine operating and maintenance expenses and potential cost recovery for
each newly developed option and previously developed option. Finally, an
estimated project cost including construction and soft costs will be prepared.
WORKSHOP # 3 The Sports Management Group will conduct Workshop #3 with the Parks and
October 18, 2001 Recreation Commission in which the program options and project cost/revenue
implications will be reviewed. The focus of the workshop ~,~ll b:, to:
• Finalize the vision statement
• Evaluate ability of each new option and the previously developed
option to meet the stated goals and budget criteria
• Review and discuss operating costs and potential revenues for each option
• Refine program options and determine preferred option(s)
• Review agenda for Public Workshop
Revised 8/08/01
CUPERTINO SPORTS CENTER
..............................................................................
Revised Fee Proposal and Work Plan
WORK PRODUCT The Sports Management Croup will interview key individuals and other recreation
October 19 to November 7, 2001 providers to refine the details for the costs for operating and maintaining the
proposed Sport: Center. Final changes to the preferred program and appropriate
changes to the cost estimates will be made.
• The prelimin~cry operating cost budget will include
Analysis of staffing requirements
Costs for p°ogram materials and supplies
Equipment repair and maintenance
Supplies and commodities
Marketing ~3nd advertising expenses
Equipment replacement
T H E
Sports Management
G R 0 U P
Employee benefit cost
Maintenance costs
Program costs
Contract services
Utility costs
Depreciation
• The market analysis process includes:
/ analyzing existing program spaces and opportunities
/ identifying potential market area service providers
/ developing participation potential utilizing national, regional
and lo~~al surveys and trends
/ exami~iing the population within the service area by age, income.
educational attainment, spending habits and household composition
/ identifying potential market segments
/ estim2.ting the demand and revenue potential from targeted
marketing or special programs individual age groups
/ developing potential market and potential market penetration
estimates based on the above information
• Preliminary f~:es for building use will be analyzed and a preliminary fee
structure recommended.
• Hour-by-hour room schedules will be developed to determine the revenue
potential of e;ich space.
• Potential som-ces of revenue will be identified including:
Annual pasts sales Daily drop-in revenue
Concessions and retail Classes
Special events Rentals
Revised 8/08/01
3
CUPERTINO SPORTS CENTER
......................................................
Revised Fee Proposal ..................
and Work Plan
COMMISSION WURK$HUP #4 & The Sports Management Group will conduct Workshop #4 in which the space
PUBLIC WORI(SHOP #2 Prol;r~n. operating costs and revenue potential wily. be presented for the Parks and
November 8, 2001 Recreation Commissions comment. This focus of this workshop will be to review fees.
market penetration estimates, conswction and project costs, and to prepare for the
final public workshop.
The Sports Management Group will conduct Public Workshop #2 in which the space
program, operating costs and revenue potential will be presented for public comment.
This workshop will be designed to encourage comments and determine preferences
from the public.
WORK PRODUCT Based on information gathered from Commission Workshop #4 and Public Workshop
November 9 to 28, 2001 #2, The Sports Management Group will make final changes to the operating costs,
fees, revenues and program. The draft final report will be written and sent to the
Commission for review.
FINnt PRESENTgTION Two weeks after receiving final comments from the Parks and Recreation
Mid December 2001 Commission on the report we would be prepared to~rtake a final presentation.
At this final meeting, The Sports Management Group will distribute the fatal report.
This report will incorporate all aspects of this Study including:
• Programming and market analysis
• Space components listing and square footage requirements
• Construction and project cost estimates; which will include
equipment and furniture allowance and contingencies
• Revenue potential, probable operating cost and cost
recovery analysis
• Operational structure
A power point presentation will be used to present the findings of this study.
~ H E
Sports Management
G R 0 U P
Revised 8/08/01
CUPERTINO SPORTS CENTER
.............................................................................
Revised Fee Proposal and Work Plan
Task Fee
................................................................................................................................................ .
Programming $ 7, 500
• Vi: ion and key objectives
• 3 Program options
• 1 C ommission workshop
• 1 Public workshop
Market and Demand Analysis $5.000
• Detailed demographic analysis
• Analysis of potential participation
• Community needs & requirements
• 1 Commission workshop
Operating Costs and Revenue Potential $10,000
• Operating costs and revenue analysis for 3 options
• Activity Schedules
• Fee structure
• Ccst Recovery Analysis
• 1 Iommission workshop
• 1 Public workshops
Final Report aml Presentation $7,500
• Written report of findings and recommendations
• Po•rver point presentation
• 1 Final Meeting/Presentation to Council
Total Not to Exceed $30,000
Reimbursable expenses are additional to ConsWtant's compensation and include actual expenditures
made by The Sports Management Group to perform necessary services to complete this project.
Reimbursable expensesmclude, reproductlon, postage, facsirrtiles, travel and othernormal business
expenses inwmd plus 1096mark-up for administratlve oasts.
Billing Rates for T he Sports Management Group are:
Principals $150/hour
Project Manager $125/hour
Financial Analyst $85/hour
Administative Staff $50/hour
T H E
Sports Management
G R 0 U P
Revised 8/08/01
CUPERTINO SPORTS CEN-TER
Cupertino, CA
Therese Ambrosi Smith
ESTIMATED FEE
Principal Project
Manager
(INTERNAL) Financial
Analyst Administrative
Staff
HRS Total
Fee
Programming 32 $4;800 3 6 . $750;- 10 $850 ~ 22 $1,100. 70 $7,500
• Programming 20 $3,000 4 ~ $500 10 $850 14 $700 48 $5,050
• Vision Setting 4 $600 2 $250 0 $0 8 $400 14 $1,250
• Commission Workshop 4 $600 0 $0 0 $0 0 $0 4 $600
• Public (and Commission)
Worksho 4 $600 0 $0 0 $0 0 $0 4 $600
Market and Demand Analysis 10 $1,500 8 $1,000 20 $1;700 16 $800 , • 54 ,,$5;000
• Demographic Analysis 2 $300 2 $250 0 $0 8 $400 12 $950
• Participation Analysis 2 $300 4 $500 10 $850 0 $0 16 $1,650
• Community Needs &
Re uirements 2 $300 2 $250 10 $850 8 $400 22 $1,800
• Commission Workshop 4 $600 0 $0 0 $0 0 $0 4 $600
Operating Cost.& Revenue,Potential: 14 $2,100 4 $500 80 $6;800 12 $600 " X110. °,$10000
• Activity Schedules 2 $300 1 $125 8 $680 4 $200 15 $1,305
• Fee Structure 2 $300 1 $125 10 $850 4 $200 17 $1,475
• Operating Costs 8~ Revenue
Anal sis 2 $300 2 $250 62 $5,270 4 $200 70 $6,020
• Commission Workshop 4 $600 0 $0 0 $0 0 $0 4 $600
• Public Workshop 4 $600 0 $0 0 $0 0 $0 4 $600
Final:ReporE-& Presentations 20 $3,000':- 16 -$2,000 10 :._$850 33~ $1,650 79 $7,500.
• Final Report 12 $1,800 8 $1,000 8 $680 25 $1,250 53 $4,730
• Power Point Presentation 4 $600 8 $1,000 2 $170 8 $400 22 $2,170
* Meetings 8~ Presentations 4 $600 0 $0 0 $0 0 $0 4 $600
Total Hours 76 34 120 83
Rate/Hour $150 $125 $85 $50
Total'Estimated Personnel Cost $11`,400-'~ $4,250 '$10,200 . $4;150 ~ 234.; '$30,000':
cc.
CITY OF
CUPEI~TINO
PARKS AND RECREATION ADMINISTRATION
MEMORANDUM
DATE:
TO:
FROM;
TOPIC
August 8, 2001
Dave Knapp, City Manager
Ralph Qualls, Director, Public VVorks
Therese Ambrosi Smith, Directt~r~~(~~~
CONTRACT WITH THE SPORTS MANAGEMENT GROUP FOR SPORTS
CENTER PROGRAMMING
Attached is the proposal from The Sports M~inagement Group for programming the
Cupertino Sports Center. The dates indicated are not final at this point; they are target
dates. We do endeavor to complete the analysis by December of this year.
City programs and private contract classes currently scheduled at the Sports Center
generate sufficient revenue to cover the Center's operating costs. With the reconstruction
of the facility, staff is looking at ways to expand community recreation offerings while
exploring new revenue sources. To that end, we need to conduct a
program/marketing/revenue analysis for the new facility.
The Sports Management Group is one of three programming/marketing consultants staff
considered. They are located in Oakland anti have worked with the architect, Mark
Schatz, on other projects. One notable project they programmed is the Monterey Sports
Center, which staff toured in May. The facility/ is beautifully maintained, self-supporting,
and so successful that they are undertaking a second phase construction project.
The cost to provide services detailed in the ~rttached proposal is $30,000. This amount
seems reasonable for the work to be performed. Three years ago, the consultants that
generated the library program analysis billed the city $23,000. The Sports Center
analysis also includes revenue projections far a variety of programs.
Please process this contract with The Sport:; Management Group for an amount not to
exceed $30,000, and reimbursable expense budget of $3,000.
g:\parks and recreation admin\templates- masters\memo.doc
Printed on Re:ycled Paper
T H E
Spots Management
G R 0 U P
• • 220 Fourth Street, Suite 200
Oakland. CA 94607-4335
510-251-1280
510-251-]285 Fax
j,a~p ~pag~,pp entail: tauten@sportsmgmt.com
President www.sportsmgmt.com
--~ ~
v
CUPERTINO SPORTS CENTER
.............................................................................
Revised Fee Proposal and Work Plan
START DATE The Sports Management Group and the City of Cupertino will finalize project
Two Weeks from goals, contract ::natters, establish lines of communication and confirm important
Award ofProject schedule dates.
Prior to Workshop # 1 The Sports Management Group will review any existing
materials inclucling:
• demol;raphic data
• master plan documents
• previous planning studies
• existutg operating and revenue budgets
• and other relevant materials
• boundaries of the service region
• recreation schedules, current fees and usage information
We will begin tl~e market analysis by contacting current service area providers
and analyzing population characteristics through the use of demographics.
WORxSHOP # 1 The Sports Mar.~agement Group will lead Workshop # 1 with the Parks and Recreation
September 4, 2001 Commission. Tt;e focus of the workshop will be to:
• Discu:~sion of key issues and concerns
• Discu:~sion of the vision and key objectives for the center
• A power point "tour" of recreation and sports centers
• Discussion of perceived community recreational needs and interests
• Revie~ro of demographic data and popuation characteristics
• Discussion of cost recovery
• Review of demand analysis
• Discussion of programming opportunities
The Sports Management Grouup will develop and distribute a Workbook for the Parks
and Recreation Commission to use throughout the study process.
WORN PRODUCT The Sports Management Group will continue to gather details about programming
September 5 to 19, 2001 needs, and utilizing information gathered during the first workshop will begin to
develop a draft vision statement and key objectives. We will also continue the
market analysis by contacting current service area providers and analyzing
population characteristics through the use of demographics. We will develop
program options.
T N E
Sports Management
G R 0 U P
~' Revised 8/08!01
CUPERTINO SPORTS CENTER
.............................................................................
Revised Fee Proposal and Work Plan
WORKSHOP #2 Building upon information gathered during Workshop # 1, The Sports Management
September 20, 2001 Group will lead Workshop #2 which will include the following activities:
Afternoon Refinement of Vision Statement
• Review of program options (including previously developed option)
• Prioritization and refinement of program options
• Review agenda and tasks for Public Workshop
PUBLIC WoRxsxoP # 1 The Sports Management Gmup will conduct a Public Workshop to inform, engage
September 27, 2001 and gather input from the community. This Workshop will focus on assessing the
perceived needs of the community. Following a presentation of trends and model
projects around the U.S., the public will be encouraged to ask questions and to
provide input regarding community needs. The Sports Management Group will work
with smaller interest groups to identify particular concerns and to help the
community participants develop an understanding of the proposed project,
program features and facilitate a discussion of concerns and suggestions.
WORK PRODUCT The Sports Management Group will incorporate the information gathered from the
September 28 to October 17, 2001 Public Workshop and the two Parks and Recreation Commission workshops into
three potential building program options. The Sports Management Group will begin
to determine operating and maintenance expenses and potential cost recovery for
each newly developed option and previously developed option. Finally, an
estimated project cost including construction and soft costs will be prepared.
WORKSHOP # 3 The Sports Management Group will conduct Workshop #3 with the Parks and
October 18, 2001 Recreation Commission in which the program options and project cosdrevenue
implications will be reviewed. The focus of the workshop will be tc.
• Finalize the vision statement
• Evaluate ability of each new option and the previously developed
option to meet the stated goals and budget criteria
• Review and discuss operating costs and potential revenues for each option
• Refine program options and determine preferred option(s)
• Review agenda for Public Workshop
Revised 8/08/01
CUPERTINO SPORTS CENTER
.............................................................................
Revised Fee Proposal and Work Plan
WORT( PRODUCT The Sports Management Group will interview key individuals and other recreation
October 19 to November 7, 2001 providers to reline the details for the costs for operating and maintaining the
proposed Sports Center. Final changes to the preferred program and appropriate
changes to the post estimates will be made.
• The prelimin,~ry operating cost budget will include
Analysis ol~ staffing requirements
Costs for program materials and supplies
Equipment. repair and maintenance
Supplies aid commodities
Marketing and advertising expenses
Equipment replacement
T H E
Sports Management
G R 0 U P
Employee benefit cost
Maintenance costs
Program costs
Contract services
Utility costs
Depreciation
• The market analysis process includes:
/ analy;:ing existing program spaces and opportunities
/ identvying potential market area service providers
/ developing participation potential utilizing national, regional
and local surveys and trends
/ examining the population within the service area by age, income,
educational attainment, spending habits and household composition
/ identifying potential market segments
/ estim~iting the demand and revenue potential from targeted
marketing or special programs individual age groups
/ developing potential market and potential market penetration
estim~ites based on the above information
• Preliminary fees for building use will be analyzed and a preliminary fee
stl7:cture recommended.
• Hour-by-hour room schedules will be developed to determine the revenue
potential of each space.
• Potential sources of revenue will be identified including:
Annual pass sales Daily drop-in revenue
Concessions and retail Classes
Special events Rentals
Revised 8/08/01
3
CUPERTINO SPORTS CENTER
......................
...........................
Revised Fee P ........................
roposal and Work Plan
C011~NISSION WORKSHOP #4 & The Sports Management Croup will conduct Workshop #4 in which the space
PUBLiC WORKSHOP #2 Proln'~n. operating costs and revenue potential wily, be presented for the Parks and
November 8, 2001 Recreation Commissions' comment. This focus of this workshop will be to review fees,
market penetration estimates, conswction and project costs, and to prepare for the
final public workshop.
17te Sports Management Croup will conduct Public Workshop #2 in which the space
program, operating costs and revenue potential will be presented for public comment.
This workshop will be designed to encourage comments and determine preferences
from the public.
WORK PRODUCT Based on information gathered from Commission Workshop #4 and Public Workshop
November 9 to 28, 2001 #2, The Sports Management Croup will make final changes to the operating costs,
fees, revenues and program. The draft fmal report will be written and sent to the
Commission for review.
Fount, PRESEx7'AnoN Two weeks after receiving final comments from the Parks and Recreation
Mid December 2001 Commission on the report we would be prepared toa~ake a final presentation.
At this final meeting, The Sports Management Group will distribute the final report.
This report will incorporate all aspects of this Study including:
• Programming and market analysis
• Space components listing and square footage requirements
• Construction and project cost estimates; which will include
equipment and furniture allowance and contingencies
• Revenue potential, probable operating cost and cost
recovery analysis
Operational structure
A power point presentation will be used to present the fmdings of this study.
~ M E
Sports Management
G R 0 U P
Revised 8/08/01
CUPERTINO SPORTS CENTER
.............................................................................
Revised Fee Proposal and Work Plan
Task Fee
................................................................................................................................................ .
Programming $7,500
• Vision and key objectives
• 3 Program options
• 1 Commission workshop
• 1 Public workshop
Market and Demand Analysis $5,000
• Detailed demographic analysis
• An<lysis of potential participation
• Community needs & requirements
• 1 Commission workshop
Operating Costs and Revenue Potential $10,000
• Operating costs and revenue analysis for 3 options
• Activity Schedules
• Fee structure
• Co:;t Recovery Analysis
• 1 Commission workshop
• 1 Public workshops
Final Report and Presentation $7,500
• Written report of findings and recommendations
• Pov~er point presentation
• 1 Final Meeting/Presentation to Council
Total Not to Eh:ceed
$30,000
Reimbursable expenses are additional to Consultant's wmpensatlon and include actual expendr'tures
made by The Sports Management Group to perform necessary services to complete this project.
Reimbursable expenses mrlude, reproduction, postage, facsinil/es, travel and othernormal business
expenses incurred F~lus 10% mark-up for administrative casts.
Billing Rates for The Sports Management Croup are:
Principals $150/hour
Project Manager $125/hour
Financial 4nalyst $85/hour
Administrative Staff $50/hour
T H E
Sports Management
G R 0 U P
Revised 8/08/01 5
CUPERTINO SPORTS CENTER
Cupertino, CA
Therese Ambrosi Smith
ESTIMATED FEE
Principal Project
Manager
(INTERNAL) Financial
Analyst Administrative
Staff
HRS Total
Fee
,...
.:.
Programming ,~, -:~
`32
$4;800
6
-
:_ $75Q
~
10
_.-
$850 4 ,
22
- $1,100.
70
$7,500
• Programming 20 $3,000 4 $500 10 $850 14 $700 48 $5,050
• Vision Setting 4 $600 2 $250 0 $0 8 $400 14 $1,250
• Commission Workshop 4 $600 0 $0 0 $0 0 $0 4 $600
• Public (and Commission)
Worksho 4 $600 0 $0 0 $0 0 $0 4 $600
Market and Demand Analysis 10 $1,500 8 $1,000 20 $1;700 "16 $800 54 $5;000.
• Demographic Analysis 2 $300 2 $250 0 $0 8 $400 12 $950
• Participation Analysis 2 $300 4 $500 10 $850 0 $0 16 $1,650
• Community Needs &
Re uirements 2 $300 2 $250 10 $850 8 $400 22 $1,800
• Commission Workshop 4 $600 0 $0 0 $0 0 $0 4 $600
Operating Cost~B.Reveriue,Potential, 14 '$2,100 4 ' $500 ~ 80 $6;800 ~12 ~ $600 ~~~ ~ °1:10 -$10;000
• Activity Schedules 2 $300 1 $125 8 $680 4 $200 15 $1,305
• Fee Structure 2 $300 1 $125 10 $850 4 $200 17 $1,475
• Operating Costs 8~ Revenue
Anal sis 2 $300 2 $250 62 $5,270 4 $200 70 $6,020
• Commission Workshop 4 $600 0 $0 0 $0 0 $0 4 $600
• Public Workshop 4 $600 0 $0 0 $0 0 $0 4 $600
Final:Report & Presentations 20 $3,000 ~ 16 $2,000 90 ..$850 33~ $1,650
79
_37,500.
• Final Report 12 $1,800 8 $1,000 8 $680 25 $1,250 53 $4,730
• Power Point Presentation 4 $600 8 $1,000 2 $170 8 $400 22 $2,170
* Meetings & Presentations 4 $600 0 $0 0 $0 0 $0 4 $600
Total Hours 76 34 120 83
Rate/Hour $150 $125 $85 $50
Total-Estimated"Personneh Dost - ~ $11,400 = '~ . $4;250 - $10,200- " ~ , $4;150 , ~ 234: °$3Q000'
cc.
CITY OF
CUPEI~TINO
PARKS AND RECREATION ADMINISTRATION
MEMORANDUM
DATE:
TO:
FROM:
TOPIC
August 8, 2001
Dave Knapp, City Manager
Ralph Qualls, Director, Public Works
Therese Ambrosi Smith, Director~~'(~~~
CONTRACT WITH THE SPORTS MANAGEMENT GROUP FOR SPORTS
CENTER PROGRAMMING
Attached is the proposal from The Sports Management Group for programming the
Cupertino Sports Center. The dates indicated are not final at this point; they are target
dates. We do endeavor to complete the anal/sis by December of this year.
City programs and private contract classes currently scheduled at the Sports Center
generate sufficient revenue to cover the Cemter's operating costs. With the reconstruction
of the facility, staff is looking at ways to expand community recreation offerings while
exploring new revenue sources. To that end, we need to conduct a
program/marketing/revenue analysis for the new facility.
The Sports Management Group is one of thrE~e programming/marketing consultants staff
considered. They are located in Oakland and have worked with the architect, Mark
Schatz, on other projects. One notable proje~~t they programmed is the Monterey Sports
Center, which staff toured in May. The facility is beautifully maintained, self-supporting,
and so successful that they are undertaking ;~ second phase construction project.
The cost to provide services detailed in the attached proposal is $30,000. This amount
seems reasonable for the work to be performed. Three years ago, the consultants that
generated the library program analysis billed the city $23,000. The Sports Center
analysis also includes revenue projections for a variety of programs.
Please process this contract with The Sports Management Group for an amount not to
exceed $30,000, and reimbursable expense budget of $3,000.
g:~parks and recreation adminuemplates- masters~rnemo.doc
Punted on Recycled Paper
T H E
Sports Management
G R 0 U P
• 220 Fourth Street, Suite 200
Oakland. CA 94607-4335
510-251-1280
510-251-1285 Fax
~~p tpp eMail:laurenC~sportsmgmt.com
President~~ www.sportsmgmt.com
CUPERTINO SPORTS CENTER
.............................................................................
Revised Fee Proposal and Work Plan
START DATE The Sports Management Croup and the City of Cupertino will fmalize project
Two Weeks from goals, contract ratters, establish fines of communication and confirm important
Award ofProject schedule dates.
Prior to Workshop # 1 The Sports Management Group will review any existing
materials including:
• demol;raphic data
• master plan documents
• previous planning studies
• existing operating and revenue budgets
• and other relevant materials
• boundaries of the service region
• recreation schedules, current fees and usage information
We will begin die market analysis by contacting current service area providers
and analyzing population characteristics through the use of demographics.
WORxSHOP #1 The Sports Mar.!agement Group will lead Workshop # 1 with the Parks and Recreation
September 4, 2001 Commission. T7.e focus of the workshop will be to:
• Discu:~sion of key issues and concerns
• Discu:~sion of the vision and key objectives for the center
• A power point "tour" of recreation and sports centers
• Discussion of perceived community recreational needs and interests
• Revie~N of demographic data and popuation characteristics
• Discussion of cost recovery
• Revie~N of demand analysis
• Discussion of programming opportunities
The Sports Management Grouup will develop and distribute a Workbook for the Parks
and Recreation Commission to use throughout the study process.
WORx PRODUCT The Sports Management Group will continue to gather details about programming
September 5 to 19, 2001 needs, and utilizing information gathered during the first workshop will begin to
develop a draft vision statement and key objectives. We will also continue the
market analysi:~ by contacting current service area providers and analyzing
population characteristics through the use of demographics. We will develop
program options.
T H E
Sports Management
G R 0 U P
Revised 8/08/01
CUPERTINO SPORTS CENTER
.............................................................................
Revised Fee Proposal and Work Plan
WORKSHOP #2 Building upon information gathered during Workshop # 1, The Sports Management
September 20, 2001 Group will lead Workshop #2 which will include the following activities:
Afternoon Refinement of Vision Statement
• Review of program options (including previously developed option)
• Prioritization and refinement of program options
• Review agenda and tasks for Public Workshop
PUBLIC WORKSHOP # 1 The Sports Management Group will conduct a Public Workshop to inform, engage
September 27, 2001 and gather input from the community. This Workshop will focus on assessing the
perceived needs of the community. Following a presentation of trends and model
projects around the U.S., the public will be encouraged to ask questions and to
provide input regarding community needs. The Sports Management Group will work
with smaller interest groups to identify particular concerns and to help the
community participants develop an understanding of the proposed project,
program features and facilitate a discussion of concerns and suggestions.
WORK PRODUCT The Sports Management Group will incorporate the information gathered from the
September 28 to October 17, 2001 Public Workshop and the two Parks and Recreation Commission workshops into
three potential building program options. The Sports Management Croup will begin
to determine operating and maintenance expenses and potential cost recovery for
each newly developed option and previously developed option. Finally, an
estimated project cost including construction and soft costs will be prepared.
WORKSHOP # 3 The Sports Management Croup will conduct Workshop #3 with the Parks and
October 18, 2001 Recreation Commission in which the program options and project cosdrevenue
implications will be reviewed. The focus of the workshop v~211 be to:
• Finalize the vision statement
• Evaluate ability of each new option and the previously developed
option to meet the stated goals and budget criteria
• Review and discuss operating costs and potential revenues for each option
• Refine program options and determine preferred option(s)
• Review agenda for Public Workshop
Revised 8108101
CUPERTINO SPORTS CENTER
.............................................................................
Revised Fee Proposal and Work Plan
WORK PRODUCT The Sports Management Croup will interview key individuals and other recreation
October 19 to November 7, 2001 providers to refine the details for the costs for operating and maintaining the
proposed Sports Center. Final changes to the preferred program and appropriate
changes to the ~~ost estimates will be made.
• The prelimin~iry operating cost budget will include:
Analysis of staffing requirements Employee benefit cost
Costs for program materials and supplies Maintenance costs
Equipment repair and maintenance Program costs
Supplies a~~d commodities Contract services
Marketing and advertising expenses Utility costs
Equipment replacement Depreciation
• The market analysis process includes:
/ analyzing existing program spaces and opportunities
/ identilying potential market area service providers
/ developing participation potential utilizing national. regional
and lo~~al surveys and trends
/ examining the population within the service area by age, income,
educa~ional attainment, spending habits and household composition
/ identifying potential market segments
/ estimating the demand and revenue potential from targeted
marketing or special programs individual age groups
/ developing potential market and potential market penetration
estim~.tes based on the above information
• Preliminary fires for building use will be analyzed and a preliminary fee
stn:cture recommended.
• Hour-by-hour room schedules will be developed to determine the revenue
potential of e;ich space.
• Potential som•ces of revenue will be identified including:
Annual pass sales Daily drop-in revenue
Concessions and retail Classes
Special events Rentals
1 H E
Spores Management
G R 0 U P
Revised 8/08/01 3
CUPERTINO SPORTS CENTER
....................
................... ..................
Revised Fee P ""'
~posal and Work Plan ...........
COMAQSSIUN WORKSHOP #4 & The Sports Management Group will conduct Workshop #4 in which the space
PUBLIC WORKSHOP #2 program, operating costs and revenue potential wild be presented for the Parks and
November 8, 2001 Recreation Commissions comment. This focus of this workshop will be to review fees,
market penetration estimates, conswction and project costs, and to prepare for the
final public workshop.
The Sports Management Group will conduct Public Workshop #2 in which the space
program, operating costs and revenue potential will be presented for public comment.
This workshop will be designed to encourage comments and determine preferences
from the public.
WORK PRODUCT Based on information gathered from Commission Workshop #4 and Public Workshop
November 9 to 28, 2001 #2, The Sports Management Group will make final changes to the operating costs,
fees, revenues and program. The draft final report will be written and sent to the
Commission for review.
FINN, PRESENTATION Two weeks after receiving final comments from the Parks and Recreation
Mid December 2001 Commission on the report we would be prepared to utake a final presentation.
At this final meeting, The Sports Management Group will distribute the final report.
This report will incorporate all aspects of this Study including:
• Programming and market analysis
• Space components listing and square footage requirements
• Construction and project cost estimates; which will include
equipment and furniture allowance and contingencies
• Revenue potential, probable operating cost and cost
recovery analysis
Operational structure
A power point presentation will be used to present the findings of this study.
i t1 E
Sports Management
G R 0 U P
Revised 8/08/01
CUPERTINO SPORTS CENTER
Revised Fee Proposal and Work Plan
Task Fee
................................................................................................................................................ .
Programming $ 7.500
• Vision and key objectives
• 3 Program options
• 1 Commission workshop
• 1 Public workshop
Market and Demand Analysis $5,000
• Detailed demographic analysis
• An~ilysis of potential participation
• Co-nmunity needs & requirements
• 1 Commission workshop
Operating Costs and Revenue Potential $10,000
• Operating costs and revenue analysis for 3 options
• Activity Schedules
• Fee structure
• Co~~t Recovery Analysis
• 1 Commission workshop
• 1 Public workshops
Final Report and Presentation $7,500
• Written report of findings and recommendations
• Power point presentation
• 1 Final Meeting/Presentation to Council
Total Not to Exceed _ $30,000
Reimbursable expenses are additional to ConsultanCs compensatlon and include actual expenditures
made by The Sports Management Croup to perform necessary services to complete flu's project.
Reimbursable expenses include, reproduction, postage, facsimiles, travel and othernormal business
expenses incurred plus 1046mark-up for administrative casts.
Billing Rates for Th ~ Sports Management Group are
Principals $150/hour
Project Manager $125/hour
Financial Analyst $85/hour
Administrative Staff $50/hour
T H~ E
Sports Management
G R 0 U P
Revised 8/08/01 5
CUPERTINO SPORTS CENTER
Cupertino, CA
Therese Ambrosi Smith
ESTIMATED FEE
Principal Project
Manager
(INTERNAL) ~
Financial
Analyst
Administrative
Staff
HRS
Total
Fee
Programming 32 $4;800 6 . $750, 10 $850 - 22 - $1,100. 70 $7,500
• Programming 20 $3,000 4 $500 10 $850 14 j $700 48 $5,050
• Vision Setting 4 $600 2 '$250 0 $0 8 $400 14 $1,250
• Commission Workshop 4 $600 0 $0 0 $0 0 $0 4 $600
• Public (and Commission)
Worksho 4 $600 0 $0 0 $0 0 $0 4 $600
~.
Market and Demand Analysis
10 ~
$1,500
'8
$1;000
20 .:
. $1;700 ,
16
$800
54
.: $5;000
• Demographic Analysis 2 $300 2 $250 0 $0 8 $400 12 $950
• Participation Analysis 2 $300 4 $500 10 $850 0 $0 16 $1,650
• Community Needs &
Re uirements 2 $300 2 $250 10 $850 8 $400 22 $1,800
• Commission Workshop 4 $600 0 $0 0 $0 0 $0 4 $600
Operating Cost &-Revenue Potential: 14~ $2,100 ~ 4 $500 80 $6,800 12 $600 `~ ~ '1,10. °$10;000
• Activity Schedules 2 $300 1 $125 8 $680 4 $200 15 $1,305
• Fee Structure 2 $300 1 $125 10 $850 4 $200 17 $1,475
• Operating Costs & Revenue
Anal sis 2 $300 2 $250 62 $5,270 4 $200 70 $6,020
• Commission Workshop 4 $600 0 $0 0 $0 0 $0 4 $600
• Public Workshop 4 $600 0 $0 0 $0 0 $0 4 $600
Final Report 8~ Presentations 20 $3,000 .~ 16 $2,000 10 .5850 33 ;. $1,650 79 $7,500
• Final Report 12 $1,800 8 $1,000 8 $680 25 $1,250 53 $4,730
• Power Point Presentation 4 $600 8 $1,000 2 $170 8 $400 22 $2,170
* Meetings 8~ Presentations 4 $600 0 $0 0 $0 0 $0 4 $600
Total Hours 76 34 120 ~ 83
Rate/Hour $150 $125 $85 $50
Total~~Estimated'Personnel Cost ~ ' ~~ $'11;400-'' ~ ~ $4;250 '$10;200~~ ~ ,$4;150 , ~ ~~ ~ 234 : $30,000'.:
~u~ `~
D~ P. O. #
CONTRACT AMOUNT $ 71,808.00
ACCOUNT NO.
AGREEMENT
THIS AGREEMENT, made and entered into this ~5~' day of /1'1A y , 2001, by
and between the CITY OF CUPERTINO, a municipal corporation of California, hereinafter
referred to as "CITY", and Kimley-Horn and Associates, Inc., a consulting firm with offices at
5776 Stoneridge Mall Road, Suite 260, Pleasanto~i, CA 94588, hereinafter referred to as
"CONSULTANT";
WITNESSETH:
WHEREAS, CITY desires to retain traffic engineering services in conjunction with the
design of the following five (5) locations: 1) State Route 85 @ Stevens Creek Boulevard, 2)
Stelling Road from McClellan Road to Stevens Creek Boulevard, 3)Bubb Road from McClellan
Road to Stevens Creek Boulevard, 4) Pruneridge .Avenue from Tantau Avenue to Wolfe Road, 5)
Wolfe Road at Pruneridge Avenue; and
WHEREAS, CITY desires to engage CONSULTANT to provide these services by reason of
its qualifications and experience for performing s~.~ch services, and CONSULTANT has offered
to provide the required services on the terms and :in the manner set forth herein;
NOW, THEREFORE, in consideration of their mutual covenants, the parties hereto agree as
follows:
1. DEFINITIONS.
(a) The word "City" as used in this agreement shall mean and include all the territory
lying within the municipal boundaries of the City of Cupertino, California, as presently existing,
plus all territory which may be added thereto during the term of this agreement by annexation or
otherwise.
(b) The term "City Manager" shall mean the duly appointed City Manager of the City of
Cupertino, California, or his designated representative.
(c) The term "City Attorney" shall mean i:he duly appointed City Attorney of the City of
Cupertino, California, or his designated representative.
(d) The term "City Clerk" shall mean the duly appointed City Clerk of the City of
Cupertino, California, or her designated representative.
(e) The term "FHWA" shall mean the Federal Highway Administration.
(f) The term "State" shall mean the State of California Department of Transportation.
2. PROJECT COORDINATION.
(a) Cam. The City Manager shall be representative of CITY for all purposes under this
agreement. Raymond Chong hereby is designated as the CONTRACT ADMINISTRATOR for
the City Manager, and shall supervise the progress and execution of this agreement.
(b) CONSULTANT. CONSULTANT sYiall assign a single PROJECT MANAGER to
have overall responsibility for the progress and e~eecution of this agreement for CONSULTANT.
Ted Moss hereby is designated as the PROJECT .MANAGER. Should circumstances or
conditions subsequent to the execution of this agreement require a substitute PROJECT
MANAGER for any reason, the PROJECT MANAGER designee shall be subject to the prior
written acceptance and approval of the CONTRACT ADMINISTRATOR.
3. DESCRIPTION OF WORK.
(a) Services to be Furnished. CONSULTANT shall provide all specified services as set
forth below in the following documents:
(1) CITY's "Request for Proposal for Traffic Engineering Services for the
Cupertino Transportation Impact Projects in the I~ity of Cupertino" dated November 30, 2000,
and attached as Exhibit A.
(2) CONSULTANT's "Proposal to Provide Traffic Engineering Services", dated
December 7, 2000, attached as Exhibit B.
(b) Laws to be Observed. CONSULTAI\~T shall:
(1) Procure_ all permits and license;s, pay all charges and fees, and give all notices
which may be necessary and incident to the due and lawful prosecution of the services to be
performed by CONSULTANT under this agreement;
(2) Keep itself fully informed of all existing and future federal, state, and local
laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed
under this agreement, any materials used in CON'~SULTANT's performance under this agreement,
or the conduct of the services under this agreement;
(3) At all times observe and comply with, and cause all of its subconsultants and
employees, if any, to observe and comply with, all of said laws, ordinances, regulations, orders,
and decrees mentioned above;
(4) Immediately report to the CONTRACT ADMINISTRATOR in writing any
discrepancy or inconsistency it discovers in said laws, ordinances, regulations, orders, and
decrees mentioned above in relation to any plans, drawing, specifications, or provisions of this
agreement.
2
(c) Release of Reports and Information..Any reports, information, data, or other material
given to, or prepared or assembled by, CONSUL'T'ANT or its subconsultants, if any, under this
agreement shall be the property of CITY and shall not be made available to any individual or
organization by CONSULTANT or its subconsultants, if any, without the prior written approval of
the City Manager.
(d) Qualifications of CONSULTANT. CONSULTANT represents that it is qualified to
furnish the services described under this agreement.
4. TIME OF BEGINNING AND COMPLETION.
CONSULTANT shall being work after le~ter of notification has been sent to the
CONSULTANT from the CITY. The design work will be completed by May 14, 2001, with
remaining services to be performed during construction period.
5. PAYMENTS.
The basis of payment for the services provided by the CONSULTANT under
this agreement shall be computed as cost plus fixed fee rates.
(a) The CITY shall reimburse the CONSULTANT on a time and expenses
basis for actual cost plus fixed fee (including labor costs, employee benefits, overhead, profit,
and other direct costs plus fixed fee) incurred by the CONSULTANT in performance of the
work, in an amount not to exceed $71,808.00. .Actual costs shall not exceed the estimated
wage rates and other costs set forth in the CONSULTANT'S cost proposal.
(b) The CONSULTANT shall be reimbursed for actual travel expenses
incurred in the performance of this work, including the use of private cars at the rate of 34.5
cents per mile, while traveling away from CON:~ULTANT's headquarters which is hereby
designated as Pleasanton, CA. In addition, COr1SULTANT's personnel shall be reimbursed
for per diem expenses at a rate not to exceed that currently authorized for State employees
under State Department of Personnel administration rules.
(c) Total expenditures made under this agreement shall not exceed the sum
of $71, 808.00.
The CONSULTANT's cost proposal is seated in the following documents:
(1) Consultant's "Cost Proposal", dated January 10, 2001, attached as
Exhibit C.
6. RECORDS RETENTION.
The CONSULTANT's records shall be retained for inspection by the State, FHWA, or
their duly authorized representatives for three years after final payment to the
CONSULTANT.
7. COST PRINCIPLES.
The Federal Acquisition Regulations in Title 48, Code of Federal Regulations (CFR)
31 are the governing factors regarding allowable: elements of cost.
(a) Covenant Against Contin~:ent Fees. The CONSULTANT warrants that
he/she has not employed or retained any compairy or person, other than a bona fide employee
working for the CONSULTANT to solicit or se~~ure this agreement, and that he/she has not
paid or agreed to pay any company or person, other than a bona employee, any fee,
commission, percentage, brokerage fee, gift, or any other consideration contingent upon or
resulting from the award or formation of this agreement. For breach or violation of this
warranty, the CITY shall have the right to annul. this agreement without liability, or at its
discretion to deduct from the agreement price ox consideration, or otherwise recover, the full
amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
8. DESIGN STANDARDS.
The CONSULTANT shall provide services that conform with the appropriate standards
for design or other standards for work performance as stipulated as follows:
(1) Caltrans' Highway Design Manual
(2) Caltrans' Traffic Manual
(3) National Transportation Communications for ITS Protocol
(4) National Intelligent: Transportation Systems Architecture
9. DOCUMENTS.
The CONSULTANT shall document the results of the work to the satisfaction of the
CITY and, if applicable, the State and FHWA. This may include preparation of progress and
final reports, plans, specifications and estimates,, or similar evidence of attainment of the
agreement objectives.
(a) Ownership of Documents. The tracings, plans, specifications, and maps
prepared or obtained under the terms of the agreement be delivered to and become the
property of the CITY, and that basic survey notes and sketches, charts, computations, and
other data prepared or obtained under such agreement shall be made available, upon request,
to the CITY without restriction or limitation on their use. However, any use beyond that
intended by the Agreement shall be at no liability to CONSULTANT.
10. CHANGES IN WORK.
All changes and/or extra work shall be performed and paid for in accordance with the
following:
(a) Only the City Engineer or City Council may authorize extra and/or
changed work. CONSULTANT expressly recol;nizes that other City personnel are without
authorization to either order extra and/or changed work or waive contract requirements.
Failure of CONSULTANT to secure the Council's or City Engineer's prior written
4
authorization for such extra and/or changed work shall constitute a waiver of any and all right
to adjustment in contract price due to such unauthorized work and CONSULTANT thereafter
shall be entitled to no compensation whatsoever for performance of such work.
(b) If the CONSULTANT is ~~f the opinion that any work he has been
directed to perform is beyond the scope of this ~igreement and constitutes extra work, he shall
promptly notify the CITY of the fact. The CITY shall make a determination as to whether or
not such work is, in fact, beyond the scope of this Agreement and constitutes extra work. In
the event that the CITY determines that such work does constitute extra work, it shall provide
extra compensation to the CONSULTANT on a fair and equitable basis. A supplemental
agreement providing for such compensation for extra work shall be negotiated between the
CITY and the CONSULTANT. Such supplemental agreement shall be executed by the
CONSULTANT and be approved by the necess~iry CITY officials.
(c) In the event CITY determiines that such work does not constitute extra
work, CONSULTANT shall not be paid extra c~~mpensation above that provided herein and if
such determination is made by CITY staff, said determination may be appealed to the City
Council as long as a written appeal is submitted to the City Manager within five (5) days after
the staff's determination is received by the CONSULTANT. Said written appeal shall include
a description of each and every ground upon which CONSULTANT challenges the staff s
determination.
11. DELAYS AND EXTENSIONS.
The CITY shall consider an appropriate ~:xtension of time in case of unavoidable delays
and for consideration of corresponding warranted adjustments in payment. In the event that
the services called for under this agreement are ,not completed within the time specified above,
the City Manager shall have the option to extend the time for completion. This paragraph
does not preclude the recovery of damages for delay by either party.
12. TERMINATION OR ABANDOTIMENT.
(a) Right to Suspend or Terminnate. Either party may suspend or terminate
this agreement for any reason by giving thirty (30) days' written notice. Upon receipt of such
notice CONSULTANT shall immediately discontinue his performance under this agreement.
The City Manager shall have the authority to su;~pend this agreement, wholly or in part, for
such period as he deems necessary due to unfavorable conditions or to the failure on the part
of the CONSULTANT to perform any provision of this agreement.
(b) Payment. Upon such suspension or termination, CONSULTANT shall
be paid for all services actually rendered to CITY to the date of such suspension or
termination; provided, however, if this agreeme~it is suspended or terminated for fault of
CONSULTANT, CITY shall be obligated to compensate CONSULTANT only for that portion
of CONSULTANT services which are of benefit: to CITY.
(c) Return of Materials. Upon such suspension or termination,
CONSULTANT shall turn over to the City Mar.~ager immediately any and all copies of studies,
sketches, drawings, computations, and other data, whether or not completed, prepared by
CONSULTANT or its subconsultants, if any, or given to CONSULTANT or its
subconsultants, if any, in connection with this agreement. Such materials shall become the
permanent property of CITY. CONSULTANT. however, shall not be liable for CITY's use
of incomplete materials or for CITY's use of complete documents if used for other than the
project contemplated by this agreement.
13. REMEDIES
Upon a breach or default of any of the terms or obligations of this Agreement by
CONSULTANT, the CITY shall be entitled to exercise all rights and remedies hereby
reserved under this agreement or made available: under applicable laws.
14. RESPONSIBILITY FOR CLAIMS AND LIABILITY (INDEMNIFICATION).
CONSULTANT hereby agrees to inderrnlify and save harmless CITY, its officers,
agents, and employees of and from:
(a) Any and all damages to or destruction of the property of CITY,
its officers, agents, or employees occupied or used by or in the care, custody, or control of
CONSULTANT to the extent caused by any negligent act, error, or omission of
CONSULTANT or any subconsultant under this agreement or of CONSULTANT's or any
subconsultant's employees or agents.
(b) Any and all claims and demands which may be made against
CITY, its officers, agents, or employees by reason of any injury to or death of or damage
suffered or sustained by any employee or agent ~~f CONSULTANT or any subconsultant under
this agreement, however caused, excepting, however, any such claims and demands which are
the result of the negligence or willful misconduct of CITY, its officers, agents, or employees.
(c) Any and all penalties imposed or damages sought on account of
the violation of any law or regulation or of any germ or condition of any permit.
(d) The CONSULTAI\fT is not responsible for the accuracy of data
from any other sources or from conclusions reached as a result of utilizing information
supplied by third persons.
(e) The CITY agrees t~~ provide legal defense to challenges of the
adequacy and completeness of the services provided. The CONSULTANT shall assist the
CITY in responding to such challenges. If it is ;subsequently ruled by a court of jurisdiction
that errors of facts, procedures, or scope have o~~curred and that these errors and/or omissions
were the result of the CONSULTANT's own negligent professional services, then the
CONSULTANT shall be responsible for providing whatever remedies may be required to
make the analysis adequate and complete.
6
15. GENERAL COMPLIANCE WI'T'H LAWS AND WAGE RATES.
The CONSULTANT shall comply with sill Federal, State, and local laws and
ordinances applicable to the work. This includes compliance with prevailing wage rates and
their payment in accordance with California Lat-or Code, Section 1775.
(a) Subconsultants, Assignment and Transfer. Under this agreement,
participating Federal funds are furnished. The subcontracting, assignment or transfer of any
of the work, except as otherwise provided for iri the executed agreement, is prohibited. All
contracts shall provide that subcontracts exceeding $25,000 in cost shall contain all required
provisions of the prime contract.
(1) Assignment. Both parties shall give their personal attention to
the faithful performance of this agreement and shall not assign, transfer, convey, or otherwise
dispose of this agreement or any right, title, or interest in or to the same or any part thereof
without the prior written consent of the other party, and then only subject to such terms and
conditions as the other parry may require. A consent to one assignment shall not be deemed to
be a consent to any subsequent assignment. Amy assignment without such approval shall be
void, and, at the option of the other party, shall terminate this agreement and any license or
privilege granted herein. This agreement and airy interest herein shall not be assignable by
operation of law without the prior written consent of the other party.
(2) Subconsultants; Em lp oyees. CONSULTANT shall be
responsible for employing or engaging all persons necessary to perform the services of
CONSULTANT hereunder. No subconsultant c-f CONSULTANT will be recognized by
CITY as such; rather, all subconsultants are deemed to be employees of CONSULTANT, and
it agrees to be responsible for their performance. CONSULTANT shall give its personal
attention to the fulfillment of the provisions of this agreement by all of its employees and
subconsultants, if any, and shall keep the work cinder its control. If any employee or
subconsultant of CONSULTANT fails or refuses to carry out the provisions of this agreement
or appears to be incompetent or to act in a disorderly or improper manner, he shall be
discharged immediately from the work under this agreement on demand of the CONTRACT
ADMINISTRATOR.
(b) Consultant's Endorsement on Plans, Specifications, & Estimates/Other
Data. The responsible CONSULTANT/engineer shall sign all plans, specifications, estimates,
and engineering data furnished by him/her and where appropriate, indicate his/her registration
number.
(c) Disadvantaged Business Enterprise Considerations. CONSULTANT has
given consideration to DBE firms as specified in 23 CFR 172.5(e) and has met requirements in
the provisions of Title 49, Part 23, Code of Federal Regulations (49 CFR23) and the Ciry of
Cupertino's adopted DBE program. Evidence must be presented of "good faith" effort, when
applicable.
The provisions of Title 49, Part 23, Cody: of Federal Regulations (49 CFR 23) and the
CITY's adopted DBE Program require that Disadvantaged Business Enterprises (DBEs) have
the opportunity to participate in federally-funded, transportation projects. The agency has
established a goal of 10 % DBE participation in this consultant contract.
7
In order to meet these requirements, the following criteria have been established:
1. Participation by Caltrans' certified DBEs as a prime consultant or sub-
consultants in this contract, or
2. A good faith effort by the prime consultant in trying to secure participation by
DBEs prior to award of this contract. Documentation of a good faith effort is to be submitted
in writing and consists of the following:
a) A list of Caltrans' certified DBEs solicited.
b) Description of efforts to use the services of available minority
community organizations; minority contracting groups; women
contractor groups; and local, State, and Federal minority business
assistance centers in the recruitment and placement of DBEs including
name of contact, date of c~~ntact, and information they provided.
c) Identification of the portions of the work to be performed by DBEs,
including type of work and dollar value.
d) Documentation of good faith negotiations between subcontractors and
interested DBEs, including; names and dollar value of all bids.
16. INSPECTION.
CONSULTANT shall furnish CITY with every reasonable opportunity for
CITY to ascertain that the services of CONSULTANT are being performed in accordance with
the requirements and intentions of this agreement. All work done and all materials furnished,
if any, shall be subject to the CONTRACT ADI\4INISTRATOR's inspection and approval.
The inspection of such work shall not relieve CONSULTANT of any of its obligations to
fulfill its agreement as prescribed.
17. INDEPENDENT JUDGMENT.
Failure of CITY to agree with CC)NSULTANT's independent findings,
conclusions, or recommendations, if the same are called for under this agreement, on the basis
of difference in matters of judgment shall not be construed as a failure on the part of
CONSULTANT to meet the requirements of thi:~ agreement.
18. NOTICES.
All notices hereunder shall be given in writing and mailed, postage prepaid, by
certified mail, addressed as follows:
TO CITY: Raymond Chong
Contract Administrator
City of Cupertino
10300 Torre Avenue
Cupertino, CA 95014
TO CONSULTANT: Ted Moss
Project Ma~lager
Kimley-Horn and Associates, Inc.
5776 Stoneridge Mall Road, Suite 260
Pleasanton, CA 94588
19. INTEREST OF CONSULTANT.
CONSULTANT covenants that it presently has no interest, and shall not
acquire any interest, direct or indirect, financial or otherwise, which would conflict in any
manner or degree with the performance of the services hereunder. CONSULTANT further
covenants that, in the performance of this agreement, no subconsultant or person having such
an interest shall be employed. CONSULTANT certifies that no one who has or will have any
financial interest under this agreement is an officer or employee of CITY. It is expressly
agreed that, in the performance of the services hereunder, CONSULTANT shall at all times be
deemed an independent contractor and not an agent or employee of CITY.
20. CERTIFICATIONS
The CITY and CONSULTANT shall certify that they have not required,
directly or indirectly, as an express or implied condition in connection with obtaining or
carrying out this agreement:
(a) Certification of Local Agency, attached as Exhibit F.
(b) Certification of Consultant, attached as Exhibit G.
21. INSURANCE.
CONSULTANT, at its sole cost a.nd expense, shall obtain and maintain in full
force and effect throughout the entire term of this agreement, the insurance coverage of at least
an "A" rating as determined in accordance with the Best's Guide Rating, and class VII in
financial rating, insuring not only CONSULTANT, but also (with the exception of
professional liability, workers' compensation anti employer's liability insurance), CITY, its
officers, agents, and employees, and each of them with respect to activities and services
performed by CONSULTANT for or on behalf of CITY under the provisions of this
agreement.
Certificates of such insurance, on the forms provided by CITY, shall be filed
with CITY concurrently with the execution of this agreement attached as Exhibit G-1 to G-7.
With the exception of professional liability insurance, said certificates shall be subject to the
approval of the City Attorney and shall contain yin endorsement stating that said insurance is
primary coverage, and will not be canceled or altered by the insurer except after filing with
the City Clerk thirty (30) days written notice of ;such cancellation or alteration, and that the
City of Cupertino is named as an additional insured. Current certificates of such insurance
shall be kept on file at all times during the term ~~f this agreement with the City Clerk.
9
22. WORKERS' COMPENSATION.
CONSULTANT certifies that it i;~ aware of the provisions of the Labor Code of
the State of California which require every employer to be insured against liability for
workers' compensation or to undertake self-insurance in accordance with the provisions of that
Labor Code, and it certifies that it will comply ~~vith such provisions before commencing the
performance of the work of this agreement.
23. AGREEMENT BINDING.
The terms, covenants, and conditions of this agreement shall apply to, and shall
bind the heirs, successors, executors, administrators, assigns, and subconsultants of both
parties.
24. WAIVERS.
The waiver by either party of any breach or violation of any term, covenant, or
condition of this agreement or any provision, ordinance, or law shall not be deemed to be a
waiver of any other term, covenant, condition, ordinance, or law of or any subsequent breach
or violation of the same or of any other term, covenant, condition, ordinance, or law. The
subsequent acceptance by either party of any fee or other money which may become due
hereunder shall not be deemed to be a waiver of any preceding breach or violation by the other
party of any term, covenant, or condition of this agreement or of any applicable law or
ordinance.
25. COSTS AND ATTORNEY'S FEES.
The prevailing party in any action brought to enforce the terms of this
agreement or arising out of this agreement may :recover its reasonable costs and attorney's fees
expended in connection with such an action from the other party.
26. NONDISCRIMINATION.
No discrimination shall be made in the employment of persons under this
agreement because of the race, color, national o~~igin, ancestry, religion, or sex of such
person.
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 performance of this agreement, it shall thereby be found in material
breach of this agreement. Thereupon,
CITY shall have the power to cancel or suspend this agreement, in whole or in part, or to
deduct from the amount payable to CONSULTANT the sum of Twenty-five Dollars ($25.00)
for each person for each calendar day during which said person was discriminated against, as
damages for said breach of contract, or both. Only a finding of the State of California Fair
Employment Practices Commission or the equiv,~lent federal agency or officer shall constitute
evidence of a violation of contract under this paragraph.
1(1
If CONSULTANT is found in violation of the nondiscrimination provisions of
this agreement or the applicable affirmative action guidelines pertaining to this agreement,
CONSULTANT shall be found in material brea~:h of this agreement. Thereupon, CITY shall
have the power to cancel or suspend this agreerr~ent, in whole or in part, or to deduct from the
amount payable to CONSULTANT the sum of 'Cwo Hundred Fifty Dollars ($250.00) for each
calendar day during which CONSULTANT is found to have been in such noncompliance as
damages for said breach of contract, or both.
27. AGREEMENT CONTAINS ALI, UNDERSTANDINGS.
This document represents the entire and integrated agreement between CITY
and CONSULTANT and supersedes all prior negotiations, representation, or agreements,
either written or oral. This document may be amended only by written instrument, signed by
both CITY and CONSULTANT. All provision:; of this agreement are expressly made
conditions. This agreement shall be governed b;y the laws of the State of California.
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this
agreement the day and year first written above.
ATTEST:
~~ -
City Clerk
APP AST O
City Attorney
CITY OF CUPERTINO
~ (~ LC (,(
Director of Public Works
Kimley-Horn and Associates, Inc.
Consultants
r Name
5776 Stoneridge Mall Road, Suite 260
Address
Pleasanton, Ca 94588
City, State, ZIP
~/~'~~~ ~~~ ~ j (~ `{tJ Telephone
Social Security Number
or
Tax Identification Number 56-00885615
11
LIST OF EXHIBITS
Exhibit Title
A City's "Request for Proposal -Traffic Engineering Services for
Cupertino Transportation Impact Projects in the City of Cupertino,"
dated November 20, 2000.
B Consultant's "Scope of Services," dated January 10, 2001.
C Consultant's "Cost Proposal, "dated January ] 0, 2001.
D Consultant's Project Schedule for CIl' Projects - 4 Locations
E Consultant's Project Schedule for SR 85 and Stevens Creek Boulevard
CIP Project
F Certification of Local Agency
G Certification of Consultant
H-1 Insurance Agreement
H-2 Certificate of Insurance
H-3 Endorsement of Primary Insurance
H-4 Additional Insured Endorsement
H-5 Comprehensive General Liability
Commercial General Liability
Endorsement of Aggregate Limits of Insurance per project
H-6 Waiver of Subrogation Endorsement Worker's Compensation
Insurance
H-7 Notice of Policy Cancellation Endor~;ement
l:?
~~~ s
cirr of
C~JPFI~T1Nfl
Exhit-it A 10300 Torre Avenue
Cupertino, CA 95014-3255
(408) 777-3354
Fax: (408) 777-3333
Department of Public Works
File No. 74,001.26, 30, 31, 32, 33
74,009.17
November 1, 2000
SUBJECT:
Dear Sir or Madam:
REQUEST FOR PROPOSALS (RFP) for
TRAFFIC ENGINEERIivG SERVICES for the
CUPERTINO TRANSP~~RTATION IMPROVEMENT PROJECTS
The City of Cupertino is requesting proposals j=rom qualified firms to provide traffic engineering
services for the six transportation improvement projects.
Submittal Instructions: Interested firms must submit five (5) copies of their proposal to: Raymond
Chong, City Traffic Engineer, City of Cupertino, 10300 Torre Avenue, Cupertino, CA 95014. The
deadline for submittal is Thursda ,December 7, 2000 at 2:00 p.m. Incomplete or late submittals
may be rejected.
Project Background/Description: The goal of'these projects is to improve traffic safety at major
intersections, collector corridors and public schools. The project will install traffic signal hardware,
other traffic control devices, and roadway design features as appropriate. Advanced procurement
of traffic signal hardware will provide cost savings and reduce time delays. The primary benefit is
to improve traffic safety for drivers and students. The scope of work for these projects will generally
include as applicable: preparations of plans, specifications & estimates and retimings of corridor
traffic signals.
• State Route 85 at Stevens Creek Boulevard 'Traffic Signal Upgrade -
The purpose of the project is reducing right angle and rear end collisions at the major intersections
by modifying the traffic signal. There is a conflict with vehicles making right turns from northbound
State Route 85 onto Stevens Creels Boulevard with vehicles exiting from•De Anza College. At the
northeast corner of northbound State Route 85 ors Stevens Creek Boulevard near the Oaks Shopping
Center, there are two concerns. The first one is ~1ie safe pedestrian crossing against the westboluid
free right turn vehicles. The second concern is allowing free turn vehicles to continue their
movements apart from the traffic signal. An er.~croachment permit from Caltrans for the work is
required. The City will deploy a-red light running photo enforcement system at this location.
Prinicr! nn FinnvrlnrJ P~ncr
November 1, 2000
Request for Proposals: Cupertino Transportation Improvement Projects
Page 2 of 9
• Stelling Road Corridor Traffic Signals Upgrade -
The purpose of the project is to reduce rear end collisions in the collector corridor by modifying the
traffic signals with interconnect, upgrading traifc signs, u1d upgrading pavement markings.
This collector corridor is adjacent to De Anza College on the westside. A potential improvement is
to interconnect the traffic signals by wireless communication and to coordinate the traffic flows
during peals periods. Naztec 900 series controllers control the traffic signals with microwave data
systems for communication.
• Bubb Road Corridor Traffic Signals Upgra~~e -
The purpose of the project is to reduce rear end collisions in the collector corridor by modifying
traffic signals with interconnect, upgrading traffic signs, and upgrading pavement markings. This
collector corridor run through industrial employment center with peak periods bf traffic.
A potential improvement is to interconnect thf; traffic signals by wireless communication and to
coordinate the traffic flows during peals periods. Naztec 900 series controllers control the traffic
signals with microwave data systems for communication.
• Purneridge Avenue Corridor Traffic Signals Upgrade -
The purpose of the project is to reduce rear end collisions in the collector corridor by modifying
traffic signals with interconnect, upgrading trai:fic signs, and upgrading pavement markings.
This collector corridor runs through Hewlett Packard Campus and The Hampton's apartment
complex. A potential improvement is to interconnect the traffic signals by wireless communication
and to coordinate the traffic flows during peak periods. Naztec 900 series controllers control. the
traffic signals with microwave data systems fox commtulication.
• Wolfe Road at Pruneridge Avenue Traffic signals Upgrade
The purpose of the project is to reduce right angle and rear end collisions at the major intersection
by modifying the traffic signal, upgrading traffic signs, and upgrading pavement markings.
This traffic signal operation is affected by traffic by adjacent developments and commute vehicles
from Sunnyvale. Major developments include Cupertino Village, Hilton Garden Inn, The
Hampton's apartment complex, and Hewlett P~~ckard Campus.
• Lincoln Elementary, Kennedy Middle and P~Ionta Vista High School Traffic Calming Measures
The purpose of this project is to apply a corriprehensive and integrated approach to reduce the
potential for student injuries and fatalities. Worl: type unprovements will enhance safety for wallcing
and bicycling for students on safe routes to schools. They include sidewalk improvements, traffic
calming and speed reduction, and pedestrian bicycle crossing improvements, off-street
pedestrian/bicycle facilities, and traffic control devices.
November 1, 2000
Request for Proposals: Cupertino Transportati~~n Improvement Projects
Page 3 of 9
A potential improvement is to enhance the two :new crosswalk warning systems on McClellan Road
across from Lincoln Elementary and Monta Vista High Schools. At the intersection of McClellan
Road at Bubb Road, a northbound right turn lade was recently installed. The traffic signal also was
retimed for school peak periods. A suggestion is to add LED pedestrian countdown signals. During
project development, the City will coordinate this project with Cupertino Union School District,
Fremont Union High School District and other interested parties.
All traffic signals in Cupertino are managed ley the City's new "Streetwise" Advanced Traffic
Management System software by Naztec, Inc. Naztec 900 traffic signal controllers operate the
traffic signals.
Funding/Budget: These transportation improvement projects are federally funded via Hazard
Elimination Safety Program and Safe Routes to Schools Program under Transportation Equity Act
of 21S` Century (TEA-21). .The total project budget varies for each one. This includes all
administration, design, construction and contingency costs to successfully implement the projects.
• State Route 85 at Stevens Creels Boulevard Traffic Signal Modification -
The total project budget is $75,000 from Hazard. Elimination Safety Program. The funding deadline
to award constriction contract for this project is September 30, 2001. Construction funds must be
obligated prior to advertising for constriction bids.
• Stelling Road Corridor Traffic Signals Upgrade -
The total project budget is $80,000 from Hazard Elimination Safety Program. The funding deadline
to award construction contract for this project is September 30, 2002. Construction funds must be
obligated prior to advertising for construction bids.
• Bubb Road Corridor Traffic Signals Upgrade -
The total project budget is $50,000 from Hazard Elimination Safety Program. The fiu~ding deadline
to award construction contract for this project is September 30, 2002. Construction funds must be
obligated prior to advertising for construction bids.
• Purneridge Avenue Corridor Traffic Signals Upgrade -
The total project budget is $80,000 from Hazard Elimination Safety Program. The funding deadline
to award construction contract for this project i,s September 30, 2002. Constriction funds must be
obligated prior to advertising for construction bids.
November 1, 2000-
Request for Proposals: Cupertino Transportation Improvement Projects
Page 4 of 9
• Wolfe Road at Pruneridge Avenue Traffic Signals Upgrade
The total project budget is $75,000 from Hazard. Elimination Safety Program. The funding deadline
to award construction contract for this project is September 30, 2002. Construction funds must be
obligated prior to advertising for construction bids.
• Lincoln Elementary, Kennedy Middle at7d 1~Qonta Vista High School Traffic Calming Measures
The total project budget is $400,000 from Safe Routes to School Program. The funding deadline
to award construction contract for this project i,~ September 30, 2001. Construction funds must be
obligated prior to advertising for construction Mids.
Information available from the City:
The following information is attached to this RFP:
• Project Location Map
• Safety Index Calculations
• Worlc type Improvements Project
Other information that will.be made available to the selected consultant include the following:
• Timing plans
• Traffic data (intersection traffic volumes, speed surveys)
• Traffic collision data
• Aerial photographs
• Improvement plans
• Transportation System Management M~~ster Plan
• Safe routes to school
General Scope of Services: The City generall;~ defines scope of work for the project as follows:
Task 1-PROJECT MANAGEMENT:
This task shall include all the necessary activitie:~ for the consultant to manage the project. It includes
coordination with subconsultants, utility companies, other agencies, Caltrans and the City. Specific
tasks include the following:
• Prepare and update Project Contact List
• Prepare and update Project Schedule '
• Prepare Monthly Progress Reports -including work accomplished during the past month,
work scheduled for the upcoming month, any outstanding issues that may affect schedule
and/or budget, and status of budget
• Prepare meeting agendas, meeting minutes, including action items
November 1, 2000
Request for Proposals: Cupertino Transportation Improvement Projects
Page 5 of 9
• Attend kick-off and monthly progress meetings with City
Taslc 2 -CONCEPTUAL DESIGN:
This task shall include data collection, base mapping, review, inventory and assessment of the
existing hardware in the field. Any unique conditions or those that may impact the implementation
should be identified. Design parameters and guidelines that shotild be incorporated into the project
should be identified. A Concept Design Report shall be prepared that details the planning,
implementation and construction of the project. Specific tasks may include the following:
• Review existing conditions, data, plans, and information.
• Identify, collect and reduce additional data needed.
• Prepare base maps and/or graphics.
• Assist City to obtain Caltrans Right=of•Way Certification
• Prepare Concept Design Report that includes surrunary of data and design parameters to be
incorporated into project.
Taslc 3 -FINAL DESIGN:
This task shall include preparation of plans, specifications and estimates (PS&E) for the traffic signal
hardware, traffic control devices, and roadway resign features. The PS&E shall cover the necessary
system hardware requirements and the provisions for contractor installation. Specific tasks may
include:
• Develop PS&E
• Prepare traffic signal timing plans for weekday morning, midday and afternoon peals periods.
• Assist City to obtain Caltrans Encroachment Permit.
Taslc 4 -PROJECT IMPLEMENTATION & (:ONSTRUCTION SUPPORT:
This task shall be implementation of the project in the field. It shall include technical support during
the bid, construction and post-constriction ph;a.ses of the project. Specific tasks inay include the
following:
• Prepare bid addenda
• Attend pre-bid meeting
• Attend pre-construction meeting
• Conduct field visits
• Review submittals
• Respond to request for information
• Assist in implementing and adjusting traffic signal timing plans.
November 1, 2000
Request for Proposals: Cupertino Transportation Improvement Projects
Page 6 of 9
GENERAL PROPOSAL REQUIREMENTS
Disadvantaged Business Enterprise Program. Requirements: The provisions of Title 49, Part 26
of Code of Federal Regulations (CFR) and the City of Cupertino's adopted DBE Program require
that Disadvantaged Business Enterprise (DB1_;) have the opportunity to participate in federally
funded transportation projects. The agency ha;~ established the goal of 10% DBE participation in
this consultant agreement. In order to meet these requirements, the following criteria have been
established.
• Participation by Caltrans certified DB]?s as a prime consultant or subconsultants in this
contract or
• A good faith effort by the prime consul:ant in trying to secure participation by DBEs prior
to award of this contract. Documentation of a good-faith effort is to be submitted in writing
and consists of the following:
• A list of Caltrans certified DBE; solicited.
• Description of efforts to use the services of available minority community
organizations; minority contractor groups; women contractor groups; and Local,
State and Federal minority business assistance centers in the recruitment and
placement of DBEs, including n~une of contact, date of contact and information they
provided.
• Identification of the portions of the work to be performed by DBEs including type
of work and dollar value.
• Documentation of good faith negotiations between subcontractors and interested
DBEs including names and dollar values of all bids.
The consultant shall provide DBE information on level of participation by DBEs on the project.
Insurance and Indemnification Requirements: During the course of work, the following insurance
and indemnification requirements with the City as additional insured will be in force. General
minimum requirements are as follows:
• Workers compensation insurance to covE;r its employees ($1.0 million for each occurrence).
• Commercial general liability insurance- including personal injury and property damage
insurance ($1.0 million for each occurrence and $2.0 million in aggregate).
• Automobile liability insurance ($1.0 million for each occurrence).
• Professional liability (errors and otnissi~~ns) insurance ($1.0 million for each occurrence).
• Indemnification and hold harmless provisions related to the consultant's negligent acts, errors
or omissions.
Consultant shall use the City's insurance forms with the consultant agreement. Sample ones are
attached for your review. If you have any probl.etns, state them in the tecluucal proposal.
November 1, 2000
Request for Proposals: Cupertino Transportation Improvement Projects
Page 7 of 9
Consultant Agreement Requirements: A sample consultant agreement outline plus certifications
are attached for your review. If you have any ~~roblems, state them in the technical proposal.
Business License .Requirements: The consultant and their subconsultants must hold or obtain
business licenses in the City for any work within City limits.
Proposal Content: Proposals must include the; following information:
1. Introduction: Introduce the proposal, including a statement of the proposer's understanding
and approach of the project. Give the name of the firm submitting the proposal, its mailing
address, telephone and fax nLUnber and the name of the contact person. Identify all proposed
subconsultants.
2. Qualifications: The following information shall be submitted for the prime consultant and
all proposed subconsultants to demonstrate the firms unique qualifications to perform the
work:
Brief company resume
Resumes of key personnel to be assigned to this project
List of similar projects (not more than 5) which best illustrate current qualifications to
perform this project
3. Worlc Plan: The work plan of tasks, worJ.c products and meetings shall be consistent with the
Scope of Work and include the following elements:
• Name of Project Manager
• Organization chart showing the pro posed relationships between all lcey personnel and
support assigned to the project
• Description of proposed responsibilities of each person on the organization chart
• Description of the approach and methodology to provide traffic engineering services
• Estimate of work hours by staff for each task
4. Project Schedule: The proposal shall present a comprehensive project schedule of tasks to
reflect the time frame required to complete each milestone listed in the Scope of Work. It
shall include a completion date for e;ach milestone and identify milestones that are
interdependent. Proposal should addre:~s how this schedule will be met. The anticipated
schedule of activities related to this project is as follows:
Milestone Date
Proposals Due: December 7, 2000
Interviews Not applicable
Consultant Selection December 13, 2000
Final Scope/Cost January 18, 2001
Council Award of Design Contract February 5, 2001
November 1, 2000
Request for Proposals: Cupertino Transportation Improvement Projects
Page 8 of 9
Execute Consultant Agreement/No~tice to Proceed March 5, 2001
Conceptual Design Complete May 7, 2001
Final Design Complete July 2, 2001
Caltrans Authorizes Construction Funds July 16, 2001
Advertise for Construction Bids duly 25, 2001
Open Bids August 28, 2001
Council Award Construction Contract September 17, 2001
Contract Notice to Proceed October 15, 2001
Construction Complete January 14, 2002
5. Statement: The proposal shall include ~t statement regarding the consultant's acceptance of
the City's requirements for Disad~~antaged Business Enterprises, insurance and
indemnification's, consultant agreement:. and business license that are presented herein. The
consultant shall clearly state any exceptions. A principal, officer or owner of the firm with
authority to bind the consultant, shall sign this statement.
Cost Proposals: The cost proposal shall cover all traffic engineering services for each project. A
sample one is attached for your review. The b~usis of payment shall be actual cost plus a fixed fee
with a stated maximum contract limit. Consult:~nt shall submit the cost proposal sealed in separate
envelope and plainly endorsed "COST PROPOSAL". It shall consist of the following items:
• A one page summary that lists the lcey items of cost with the total not to exceed the cost of
the work
• Worlc breakdown by task
• Identification of any unclear contract requirement and suitable resolution for it
• DBE information form, including good faith efforts
Consultant Selection Process: The proposals will be evaluated and rai~iced by a Consultant
Selection Committee (CSC). The CSC may include City staff and others. The CSC may reject any
proposal if it is conditional, incomplete or contains irregularities. The CSC may waive any
immaterial deviation in a proposal. Waiver of :in immaterial deviation shall in no way modify the
Request for Proposals docLUnents nor affect recommendation for award of the contract. The criteria
for selection of the consultant shall include:
• Understanding of work
• Experience with similar kinds of work
• Quality of staff
• Capability of developing innovative or ;advanced techniques
• Knowledge of Local, State and Federal procedures
• Financial responsibility
• Intent for Disadvantaged Business Enterprises participation
November 1, 2000
Request for Proposals: Cupertino Transportation Improvement Projects
Page 9 of 9
The Consultant Selection Committee (CSC) v~ill shortlist the firms. The CSC will evaluate the
proposals and rank the consultants based on the above criteria. The City will negotiate a consultant
agreement with the top-ranked consultant. If aii agreement on cost carulot be reached with the first
choice, then the City will open negotiations with the next highest ranked candidate.
For any questions please contact Joe Enke of Ziunwalt Engineering Group at jenlce@zeginc.com or
925-830-5016.
Sincerely,
Ralph A. Qualls, Jr.
Director of Public Works
Raymond D. Chong, P.E.
City Traffic Engineer
CC: Joseph C. Enke, Ztunwalt Engineering Group
Attachments: Project Location Map
Safety Index Calculations
Worlc Type Improvement Project
DBE Information Forms
Insurance Forms
Sample Consultant Agreement Outline plus Certification
Sample Cost Proposal
EXHII3IT "~'
SCOPE OF' SERVICES
Kimley-Horn and Associates, Inc. will provide professional engineering for design and construction
support services for the following five (5) locations:
1) State Route 85 at Stevens Creek Boulevard -This intersection is an on and off ramp for
northbound State Route 85 as well as an exiit from De Anza College, located in the southeast
quadrant of the intersection. The close proximity of the exit from De Anza College causes
conflicts with right turning vehicles from the northbound SR 85 off ramp. There is also a
pedestrian conflict at the northeast quadrant oi'the intersection caused by right turning traffic onto
the SR 85 northbound on ramp. The City's intent is to eliminate, if possible, these conflicts by
modifying the traffic signal or minor roadway improvement. This project will require
coordination with Caltrans and an encroachment permit will be required. Kimley-Horn will assist
the City in the Caltrans reviews.
2) Stelling Road from Mc Clellan Road to Stevens Creek Boulevard -The City's intent is to
reduce the incidence of rear end collisions along this corridor by modifying the traffic signals by
adding interconnect and the possible upgrading of signing and pavement markings. This corridor
is adjacent to and east of De Anza College. The Stelling Road corridor runs from Mc Clellan
Road at the southerly end to Stevens Creek Boulevard at the north. There is a possible extension
to the north to include two "Joint" traffic :signals on Stelling Road at Greenleaf Dr. and at
Homestead Rd. The City is upgrading this corridor with a wireless, spread-spectrum data
interconnect system. The signals will then be coordinated during the peak periods. Kimley-Horn
will develop signal timing and will investig~ite other potential improvement in the corridor to
address the safety issues consistent with the HES grant application requirements.
3) Bubb Road from Mc Clellan Road to Stevens Creek Boulevard -The City's intent is to
reduce the incidence of rear end collisions along this corridor by modifying the traffic signals by
adding interconnect and the possible upgrading of signing and pavement markings. This corridor
runs through an industriaUemployment area rind consequently is affected by employment peak
hour traffic. The Bubb Road corridor runs from Mc Clellan Road at the southerly end to Stevens
Creek Boulevard at the north. The City is upgrading this corridor with a wireless, spread-
spectrum data interconnect system. The signals will then be coordinated during the peak periods.
Kimley-Horn will develop signal timing and will investigate other potential improvement in the
corridor to address the safety issues consistent with the HES grant application requirements.
4) Pruneridge Avenue from Tantau Avenue to Wolfe Road -The City's intent is to reduce the
incidence of rear end collisions along this corridor by modifying the traffic signals by adding
interconnect and the possible upgrading of si,;ning and pavement markings. This corridor runs
through a light industriaUemployment area as well as ahigh-density apartment area and
consequently is affected by employment peal: hour traffic. The Pruneridge Road corridor runs
from Wolfe Road at the westerly end to Nortli Tantau Avenue to the east. The City is upgrading
this corridor with a wireless, spread-spectrum data interconnect system. The signals will then be
coordinated during the peak periods. Kimley-Morn will develop signal timing and will investigate
other potential improvement in the corridor to address the safety issues consistent with the HES
grant application requirements.
5) Wolfe Road at Pruneridge Avenue -The City's intent is to reduce the incidence of right angle
and rear end collisions at this major intersection by modifying the traffic signal and the possible
upgrading of signing and pavement markings. This major intersection serves Cupertino Village,
the Hewlett Packard Campus, The Hampton's aparhnent complex and the Hilton Garden Inn.
The intersection is also on a commute route from Sunnyvale from the north to Stevens Creek
Boulevard to the south. The signal timing at dais intersection will be affected with its inclusion in
the coordination of Prunedale Avenue and emphasis should be placed on reducing delay at this
major intersection.
Kimley-Horn will provide the following scope of services for these projects:
Task 1-Project Kickoff and Administration
Kimley-Horn will attend a kickoff meeting with City transportation and public works staff. The
meeting will serve the following purposes:
^ Review the work program and expectations
^ Discus data collection needs and objective;s
^ Discuss unique features of the subject corridors
^ Obtain data from the City such as street classifications, emergency route maps, aerial
photography, and other related studies or reports
^ Obtain available utility information and c~~ntacts
The specific project design issues, City design standards, project deliverables and schedule will be
discussed at these meetings.
Kimley-Horn will prepare and update project contact list and will coordinate and attend progress
meetings with City staff. Four meetings are included in project budget. Kimley-Horn will also attend
one public meeting to discuss proposed recommendations
Task 2 -Data Collection and Conceptual Design
Kimley-Horn will conduct field reviews of the project area to identify the need for additional data,
such as traffic counts and speeds. City staff will collect the additional data needed for analysis and
design purposes.
Kimley-Horn will develop conceptual plans for the project. Base plans will be prepared in AutoCAD
and will be used to develop the concept plans. The concept plans will include any additional safety
improvements along the corridors, consistent with the HES grant application requirements. Six
copies of the conceptual plans will be prepared and will be submitted to the City.
Kimley-Horn will attend one design review meeting with City staff to review comments on the
Conceptual Plan submittals. Additional meetings will be billed on a time and material basis.
Task 3 -Prepare PS&E and Timing Plans
Kimley-Horn will prepare Plans, Specifications ~md Estimates of Probable Cost for the project. The
design will provisions for traffic signal modifications, interconnect, and other identified safety
improvements. The City will provide a standard 24" by 36" City base sheet in AutoCAD (Version
14). The Specifications will be based on the Ca trans Standard Specifications dated July 1992 and
subsequent Caltrans addenda (i.e. Specials). The estimates of probable costs will be provided in an
itemized format and will include an estimate of total working days for construction.
All plans will be consistent with the Caltrans desil;n standards as described in the CaltransSignal and
Lighting Design Guide. All plans will be prepared in English units using AutoCAD (Version 14)
software.
Kimley-Horn will submit a 65% and a 95% PS&E for City review and approval. Six copies of the
PS&E will be provided to the City and Utility companies for review.
This task includes two design review meetings with City staff to review comments at 65% and 95%
percent level.
Upon City's final review, Kimley-Horn will submit one signed and sealed set of the 100% PS&E for
bidding purposes.
Kimley-Horn will assist the City of Cupertino with the Encroachment Permit process to obtain the
Encroachment Permit for State Route 85 and Stc;vens Creek Boulevard project. Coordination with
Caltrans beyond that indicated in the Level of Effort estimate will be on a time and material basis, or
at a sum agreed to prior to as authorized by the City.
Kimley-Horn will also develop signal timing plans for the intersection in the project corridor.
Kimley-Horn will utilize Synchro for the development of optimized timing plans. Timing plans will
be developed for AM, midday, and PM peak hours. Kimley-Horn will prepare a signal timing report
and will submit the report to the City for review. Six copies of the report will be prepared.
Upon review of the signal timing report, Kimley-Horn will finalize the timing recommendation and
will prepare timing sheets for the implementation ~~f the new timings.
Task 4 -Construction Support Services
Kimley-Horn will provide construction support services for implementation of the signal modification
and/or improvements. All services for construction support will be provided as shown on the level of
effort estimates. Additional services beyond the e;;timated levels will be provided on a time and
materials basis.
The following are the services provided during the construction phase:
• Attend pre-bid meeting -Kimley-Horn will attend the pre-bid meeting for the project.
• Bidding Support -Kimley-Horn will answer questions during the bidding phase, and if
necessary, issue addenda
• Attend pre-construction meeting - KimleyHorn will attend the pre-construction meeting.
• Conduct field visits -Kimley-Horn will at7:end field meetings to respond to questions. We
have included two field meetings in our bL~dget.
• Review contractor submittals -Kimley-Horn will review contractor submittals and will
provide comments to the City.
• Respond to requests for information (RFI':>) -Kimley-Horn will provide responses to the
Contractor for questions during the construction phase.
Kimley-Horn will assist the City of Cupertino to install the new timing plans upon the completion of
the construction phase of the project. The actual implementation of the timing plans will be
conducted by City staff. Kimley-Horn will assist the City in fine-tuning the timings.
~XH18! T C ~~
City of Cupertino Capital Improvement Program
Traffic Improvement Projects (Five Locations)
Estimated Level of Effort 8~ Cost
Task Nejad Moss Sowers Thomas Clerical Total
Task 1 -Kick Off Meeting 8~ Project Administration
Task 1.1 - IGck Off Meeting 4 4 4 2 14
Task 1.2 -Prepare Project Contact List 2 2 4
Task 1.3 -Public Meeting 8 8 2 18
Task 1.4 -Prepare Monthly Progress Reports 8 16 24
Task 1.5 -Progress Meetings (4 Meetings) 24 4 28
Task 2 -Data Collection and Conceptual Design
Task 2.1 -Review Existing Conditions and Data 8 8 16 32
Task 2.2 -Identify, Collect and Compile Additional Data 8 8 4 20
Task 2.3 -Prepare Base Maps and/or Exhibits 8 40 8 56
Task 2.4 -Prepare Concept Design 4 40 16 24 8 92
Task 3 -Prepare PS~E and Develop Signal Timing
Task 3.1 -Prepare 65% PS&E 4 24 60 8 96
Task 3. t -Prepare 95% PS&E 8 16 40 16 80
Task 3.3 -Prepare 100% PS&E 4 16 24 8 52
Task 3.4 -Prepare Timing Plans 2 4 40 40 4 90
Task 3.5 -Assist City with Caltrans Encroachment Permit 8 2 10
T~c4 d _ Rnnc~*~~n4inn Cnnn~~ Cewiiwec~
~rr~
Task 4.1 -Pre Bid Support 8 2 10
Task 4.2 -Attend Pre Bid Meeting 6 6
Task 4.3 -Attend Pre Construction Meeting 6 4 10
Task 4.4 -Conduct Field Vsits (4 visits) 24 4 28
Task 4.5 -Review Submittals 8 2 10
Task 4.6 -Respond to Requests for Information (RFI's) 4 8 4 16
Task 4.7 -Assist in Implementation and Adjusting Signal Timing Plans 16 40 2 58
Total Hours 30 254 116 252 102 754
Rate $52.88 $31.50 $28.85 $22.50 $20.50
Direct Cost $1,586 $8,001 $3,347 $5,670 $2,091 $20,695
Overhead at 168.49 $2,673 $13,481 $5,639 $9,553 $3,523 $34,869
Direct and Overhead $4,259 $21,482 $8,985 $15,223 $5,614 $55,564
Fee at l0% $426 $2,148 $899 $1,522 $561 $5,556
Sub-Total $4,685 $23,630 $9,884 $16,746 $6,176 $61,120
Indirect Expenses at 2.6% $122 $614 $257 $435 $161 $1,589
Total $4,807 $24,244 $10,141 $17,181 $6,336 $62,710
Direct Cost $2,000
Computer Time at $23.66 $7,098
Total
$71,808
City of Cupertino ~ ,
CIP Projects -4 Locations ~J'I'N~~31T
Project Schedule
January February March April May June July August
ID Task Name Duration Start Finish 117 1/14 1/21 1128 2/4 2/11 Z/18 2/25 3/4 3111 3/18 3/25 4!1 4B 4/15 4/22 4/29 5/6 5/13 5/20 5/27 6/3 6/10 6117 6/24 7/1 7/8 7/15 7/22 7/29 8/5 8/12 8119
1 Notice to Proceed 0 days 1/16/01 1/18/01 1/16
2
Data Collekdion/Field Review
9 days
1/16/01
1/26/01 i
3 Prepare Base Plans 5 days 129/01 2/2/01
4 Prepare Concept Design Plans 10 days 2/5/01 2/18/01
5 Prepare Timing Plan 20 days 1/29/01 2123/01
6 Submit Concept Plans 0 days 2/19/01 2/19/01
2/19
7 City Review (Concept Plans) 5 days 2/19/01 223/01 :
8 Submit Timing Plans 0 days 228/01 226/01 ( ' 2/26
€
9 City Review (Timing Plans) 10 days 228/01 3/9/01 ~
10 Intemai Review Meeting 0 days 226/01 226/01 ~ '2126
11 Finalize Concept Design 10 days 228/01 3/9/01
12 85% PS&E 15 days 3/12/01 3/30/01
13 City Review 5 days 4/2/01 4/6/01
14 95% PSBE 10 days 4/9/01 420/01
15 City Review 5 days 423/01 427/01 I
18 Finalize PS&E 10 days 4130/01 5/11/01
17 Finalize Timing Plans 10 days 3/12/01 323/01
'
18 Submit 100%Timing Plans 0 days 3/23/01 3/23/01 22
19 Implement Timing Plans 20 days 326101 420/01
20 Submit 100% PSBE 8 Bid Package 0 days 5/14/01 5/14/01 !
5114
i
21 Request for Bids 21 days 521/01 6/18/01 ~ ®.
22 Select Contractor 5 days 8/18/01 822/01
23 Notice to Proceed 0 days 822/01 622/01 ~ • 622
24 Construction 30 days 626/01 8/6/01
25 Accept Project (Councl Meeting) 0 days 8/13/01 6/13/01 ~ • 8/13
Task Milestone • Rolled Up Split External Tasks
Project: schedule2 1 ' , , , , ' ' ' ' 1 ry ~ P O 1 ry
Split Summa Rolled U Milestone t Pro ed Summa
Dale: 1 /10/01
Progress ~ Rolled Up Task Rolled Up Progress ~
Page 1
L aged
ssa~Bad d!1 Pallo2l ~sel dfl Pallo2! ssa~Bad
~~~~~~~~~~~~~ !S LO/OL/L~a3ea
tiewwnS loafad auolsa!!yy d~ papoa ~ tiewwng ;! d
tainpayos :;oafad
,~.; 'a ~..,:. s~sel !ewayc3 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 39dS dit Pallo2l • auo;sal!W ~sel
EN8
i
9LIL
L/L bZ/9LL/9OL/9 E/9 LZ/SOZ/SEL/S 9/S 6Z/ ZZ/ SL/ 8/b L/b SZ/E8L/E LL/£ b/£ SZ28L2 LL/Z 42 BZ/L LZ/Lbl/L UL
aunt eyy !u y yo~eyy erugad enue~
a~npayog;oafad
1l~1(l~ )(~ ;oafad dl~ P~ena~no8 ~aa~~ suana}g pus gg a~no~ a;e;g
oui~adn~;o ~[~
LO/£L/8 LO/£L/8 sLeP 0
LO/EZ/L t0/9Z/9 s~eP OZ
l0/SZ/9 l0/SZ/9 sLeP 0
LO/8 t/9 LO/E U9 s~(ePb
L021/9 LO/SL/S s~teP lZ
LO/bL/S LO/bL/S s6eP 0
LO/bL/S LO/S/S s~(eP S
l0/US LO/OUb s~(ep OZ
LO/9L/b LO/Ot/b s~tePS
LO/6/b LO/LZ/E s~(epOL
l0/9Z/E LO/OZ/E sLeP S
LO/6l/E LO/OZ2 s~teP OZ
LO/£Z2 LO/6t2 sLeP S
l0/9t2 L02L2 s~(eP S
LO/62 t0/62 sFeP 0
10/62 LO/6Z/L s~(ep OL
LO/9Z/L L02Z/t s~(eP S
L02Z/L LO/9Ul s~(eP S
LO/9L/L LO/8L/L s~(eP 0
(Bugaayy !r~uno~) ~a(ad;daoay
uo!~ru;suo~
paaaad o; aa!;ory
~o~e~;uo~ 3oaleS
sp!g ~o;;sanbaa
eBe~oed P!8'8 38Sd %OOL 3!wgnS
3+nca an!eu!a
;!uuad;uawyoeor~u3 sue~e~
3'8Sd °hS6
n~a!naa ~!~
3'8Sd %S9.
u8!sao;daouo~ az!!ewd
ma/naa ~~
u8!sap;daouo~;!wgng
u8!saa;daouo~ a~eda~d
sued aseg a~eda~d
rne!naa Ple!dNogoallo~ sled
paeoad o; aa!;ory
EXHIBIT F
CERTIFICATION O]F LOCAL AGENCY
I HEREBY CERTIFY that I am the Directoz• of Public works , of the City
of Cupertino, and that the consulting firm of Kirnley-Horn and Associates, Inc. or its
representative has not been required (except as L~erein expressly stated), directly or indirectly,
as an express or implied condition in connection with obtaining or carrying out this agreement
to:
(a) employ, retain, agree to employ or retain, any firm or person; or
(b) pay or agree to pay, to any firm, person or organization, any fee, contribution,
donation, or consideration of any kind.
I acknowledge that this Certificate is to be made available to the California Department of
Transportation (Caltrans) in connection with this agreement involving participation of Federal-
Aid Highway funds, and is subject to applicable State and Federal laws, both criminal and
civil.
(Date)
~~~~
G2~.c.a.lr~
(Signature)
13
EXHIBIT G
CERTIFICATION OF CONSULTANT
°, ~ .
I HEREBY CERTIFY that I am the i C c- t ~ S +G ~-v~ ~ ,and duly
authorized representative of the firm of Kimley-:Korn and Associates, Inc., whose address is
5776 Stoneridge Mall Road, Suite 260, Pleasanton, CA 94588, and that, except as hereby
expressly stated, neither I nor the above firm th~it I represent have:
(a) employed or retained for a commission, percentage, brokerage, contingent fee,
or other consideration, any firm or person (other than a bona fide employee working
solely for me or the above consultant) to solicit or secure this agreement; nor
(b) agreed, as an express or implied condition for obtaining this contract, to employ
or retain the services of any firm or person in connection with carrying out the
agreement; nor
(c) paid, or agreed to pay, to any firm, organization, or person (other than a bona
fide employee working solely for me or the above consultant) any fee, contribution,
donation, or consideration of any kind for, or in connection with, procuring or carrying
out this agreement.
I acknowledge that this Certificate is to be made available to the California Department of
Transportation (Caltrans) in connection with this agreement involving participation of Federal-
Aid Highway funds, and is subject to applicable State and Federal laws, both criminal and
civil.
(Date)
~/
(Signature)
14
('' I i cni-if '~Q'7'7d~
Ol~TTT11/IT T.,T T/~T
-- 1-~11V1\
CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDD/YY)
01/12/01
PRODUCER = ~~ + ; f` t~f ~
~~ ,'PHIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
BB&T Insurance SerV1C2S , IriC . " t
" I~~~NLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
5 6 0 5 Roanne Way ; rt HOLDER. THIS CERTIFICATE DOES NOT AMEN D, EXTEND OR
~ ~;I: :a, ~ „ALTER THE COVERAGE AFFORDED BY THE POL ICIES BELOW
P.O. Box 18708
-.k~;
;, .
Greensboro, NC 27419 INSURERS AFFORDING COVERAGE
INSURED
Kiml
H
& A
i
t INSURERA:SeCUrlty Insurance Co of Hartford
ey
orn
ssoc
a
es, Inc
Attn
Sh
E
k . INSURER B:
:
erry
c
er
7600 N
15th St
S
it
250
INSURER C:
.
,
u
e
Phoeni
A
i
85016
I
INSURER D:
x,
r
zona INSURER E:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSLiRED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDffION 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 CONDfTIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE
DA 1DD/ POLICY EXPIRATION
! D!
LIMITS
GENERAL LIABILITY EACH OCCURRENCE $
COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire $
CLAIMSMADE^ OCCUR MEDEXP(Anyoneperson) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
GENtAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG $
POLICY PRO- LOC
AU TOMOBILE LIABILITY
COMBINED SINGLE LIMIT
$
ANY AUTO (Ea accldent)
ALL OWNED AUTOS
BODILY INJURY
$
SCHEDULEDAUTOS (Per person)
HIRED AUTOS
BODILY INJURY
$
NON-OWNED AUTOS (Per accldent)
PROPERTY DAMAGE $
(Per accldent)
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $
OCCUR ~ CLAIMS MADE AGGREGATE $
DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSATION AND
' WCSTATU- OTH-
EMPLOYERS
LIABILITY
E.L. EACH ACCIDENT $
E.L.DISEASE-EA EMPLOYE $
E.L. DISEASE-POLICYLIMI $
A OTHER Professional PL702518DEX702518 08/01/00 08/01/03 Limit: 1,000,000
iability
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
097043000 - TJM - Traffic Engineering Services
City of Cupertino
ATT: Raymond Chong, City Traffic
10300 Torre Avenue
Cupertino, California 95014
ACORD25-S(~/9~)1 of 2 #5335871/M326248
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF,THE ISSUING INSURER W I LL EN DEAVORTO MAI L31L_ DAYS WRITTEN
NOTICETOTHE CERTIFICATE HOLDERNAMEDTOTHE LEFT, BUTFAILURE TODOSOSHALL
IMPOSE NOOBLIGATIOpI,ORLIABILITYOFANYKINDUPO THE INSURER,ITSAGENTSOR
REPRESENTATIVES.
AUTHORIZED REPf>! ENTA ~~~ ;~ /~~~~~`/
JCD ~ ©ACORD CORPORATION 1988
~lienL~: ~yii4~ _80KIMLEHOR
A(~nRn~; CERTIFICATE OF LIABILITY INSURANCE olj`i2%oi
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
BB&T Insurance Services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
5605 Roanne Way HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P.O. Box 18708
Greensboro , NC 2 7419 '~ INSURERS AFFORDING COVERAGE
INSURED ', INSURERA:SeCUrlty Insurance Co of Hartford
Kimley Horn & Associates, Inc. 'INSURER a:
Attn: Sherry Ecker INSURER C:
7600 N. 15th St, Sulte 250 INSURER D:
Phoenix, Arizona 85016
INSURER E:
VV VCtSHl7t5
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWffHSTANDING
ANY REQUIREMENT, TERM OR CONDffION 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 CONDffIONS OF SUCH
POLICIES. AGGREGATE LIMffS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
~~ TYPE OF INSURANCE POLICY NUMBER PODLICYEF^FAEpT~VE POLICYE~CPIRATION LIMITS
GENERAL LIABILITY EACH OCCURRENCE $
COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $
CLAIMS MADE^ OCCUR MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
GENLAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG $
POLICY PRO LOC
AU TOMOBILE LIABILITY
ANY AUTO COMBINED SINGLE LIMIT
(Ea accident) $
ALL OWNED AUTOS
SCHE DULE D AUTOS BODILY INJURY
(Per person) $
HIRED AUTOS
NON-OWNED AUTOS BODILY INJURY
(Per accident) $
PROPERTY DAMAGE
(Per acct dent) $
GARAGE LIABILITY AUTO ONLY- EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $
OCCUR ~ CLAIMS MADE AGGREGATE $
DEDUCTIBLE $
RETENTION $ $
WORKERSCOMPENSATION AND
'
WC STATU- OTH-
EMPLOYERS
LIABILITY E.L. EACH ACCIDENT $
E.L.DISEASE-EA EMPLOYE $
E.L. DISEASE-POLICYLIMI $
p, oTHERProfessional
iability PL702518DEX702518 0,3/01/00 08/01/03 Limit: 1,000,000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLESlEXCLUSIONSRDDED BY ENDORSEMENT/SPECIAL PROVISIONS
097043000 - TJM - Traffic Engineering Services
City of Cupertino
ATT: Raymond Chong,, City Traffic
10300 Torre Avenue
Cupertino, California 95014
ACORD25-S (7/97)1 of 2 #5335871/M326248
SHOO LD ANY OFTHE ABOVE DESCRI BE D POLICES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF,THE ISSUING INSURER W ILL EN DEAVORTO MAI L3~ DAYS WRITTEN
NOTICETOTHE CERTIFICATE HOLDERNAMEDTOTHE LEFT, BUTFAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANYKIND UPON THE INSURER,ITSAGENTS OR
AUTHORIZE D
© ACORD CORPORATION 1988
~1ienL~: zy i i4.~__ 80KIMLEHOR
acnRnn CERTIFICATE OF LIABIILITY INSURANCE DATE (MM/DD/YY)
01/12/01
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
BB&T Insurance SerV1C2S, IriC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
5 6 0 5 Roanne Way HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P.O. BOX 18708
Greensboro, NC 27419 INSURERS AFFORDING COVERAGE
INSURED INSURERA:S2CUrlty Insurance Co of Hartford
Kimley Horn & Associates, Inc. INSURER B:
Attn: Sherry Ecker ' wsuRERC:
7600 N. 15th St, Suite 250
INSURER D:
Phoenix, Arizona 85016
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWffHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WffH 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, IXCLUSIONS AND CONDffIONS OF SUCH
POLICIES. AGGREGATE LIMfTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
L
TYPE OF INSURANCE
POLICY NUMBER PpLI,OEY E M ECp IVE POLICY EXPIRATION LIMITS
GENERAL LIABILITY EACH OCCURRENCE $
COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire $
CLAIMS MADE OCCUR MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
GEN'LAGGREOATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG $
POLICY PRO LOC
AU TOMOBILE LIABILITY COMBINED SINGLE LIMIT
ANY AUTO
(Ea accident) $
ALL OWNED AUTOS
BODILY INJURY
SCHE DOLE D AUTOS
(Per person) $
HIRED AUTOS BODILY INJURY
NON-OWNED AUTOS (Per accident) $
PROPERTY DAMAGE
(Per accident) $
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $
OCCUR ~ CLAIMS MADE AGGREGATE $
DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSATION AND
WCSTATU- OTH-
EMPLOYERS' LIABILITY
E.L. EACH ACCIDENT
$
E.L.DISEASE-EA EMPLOYEE $
E.L. DISEASE-POLICYLIMI $
A oTHERProfessional
iability PL702518DEX702518 03/01/00 08/01/03 Limit: 1,000,000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
097043000 - TJM - Traffic Engineering Services
''..City of Cupertino
ATT: Raymond Chong, City Traffic
10300 Torre Avenue
.Cupertino, California 95014
Ar`ADPf ee_C ~~ie~~~ ,.F n 11n-»co~~ /ne^~n~~nn
SHOULD ANY OFTHE ABOVE DESCRIBE D POLICIES BE LANCE LLED BEFORE THE EXPIRATION
DATE THEREOF,THE ISSUING INSURER WILLENDEAVORTO MAI L~0_ DAYS WRfTTEN
NOTICETOTHE CERTIFICATE HOLDERNAMEDTOTHE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANYKIND UPON THE INSURER,ITSAGENTS OR
AUTHORIZE D
Trr~ .. w~nnn ~~nnnn wr~~u ~
P•-'~1 vi v 7"r v., r....v . y, a'a.,v vc.ZV IJ I.L o r.......-..... .. ....r.. ..... .~~.
AGORD,,,, CERTIFICATE OF LIABIILITY INSURANCE DATE (MM/DD/YY)
01/12/2001
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ABERCROMBIE INSURANCE AGENCY, ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P. O. BOX 5657 ;~ HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
~
~
j*`~~ ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
i
JACKSONVILLE, FL 32247-5857 ~~~
,
P:904-396-4404 F:904-396-6137 INSURERS AFFORDING COVERAGE
INSURED ' "" INSURER A: TRAVELERS PROPERTY CASUALTY IN3 COMPANY
KIMLEY-HORN AND ASSOCIATES, INC. INSURER B:
P O BOX 33068
INSURER C:
RALEIGH NC 27636-3068 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 DOCUTAENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIIV IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIINS.
INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
GENERAL LIABILITY EACH OCCURRENCE $ 1 000,000
A ® COMMERCIAL GENERAL LIABILITY P-630-315X3476-TIL-00 09/01/2000 09/01/2001 FIRE DAMAGE (Any one fire) $ 500,000
^ CLAIMS MADE ~ OCCUR MED EXP (Any one person) $ 5 , 000
^ PERSONAL 8 ADV INJURY $ 1 , 000 , 000
^ GENERAL AGGREGATE $ 2,000,000
GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG $ 2,000,000
^ POLICY ® PRO ^ LOC
AUT OMOBILE LIABILITY
COMBINED SINGLE LIMIT
0
E
id $ 1 , 000, 00
ANY AUTO a acc
(
ent)
^ ALLOwNEDAUTOS
A p-810-171L6115-TIL-00 09/01/2000 09/01/2001 BODILY INJURY $
SCHEDULED AUTOS (Per person)
® HIRED AUTOS
BODILY INJURY
$
® NON-0WNED AUTOS (Per accdent)
PROPERTY DAMAGE
^
(Per accident) $
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
^ ANY AUTO OTHER THAN EA ACC $
^ AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $
^ OCCUR ~ CLAIMS MADE AGGREGATE $
^ DEDUCTIBLE $
^ RETENTION $ $
WORKERS COMPENSATION AND WC STATU- OTH-
EMPLOYERS' LIABILITY
836G880-2-00
09/01/2000
09/01/2001
E.L. EACH ACCIDENT
$ 1, 000, 000
A E.L. DISEASE-EA EMPLOYE $ 1,000,000
E.L. DISEASE-POLICY LIMIT $ 1,000,000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
PROJECT: #097043000 - TJM - TRAFFIC ENGINEERING SERVICES.
SPECIAL ENDORSEMENTS ATTACHED.
CFRTIFICATF NAI I~FR ~ IXl ~ enmm~uer INSr IRFn• INSI IRFR 1 FrrFR• A CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING tNSURER WILL ENDEAVOR TO MAIL 030 DAYS WRITTEN
CITY OF CUPERTINO
NOTICE TO THE CERTIFlCATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
ATTN: RAYMOND CHONG, CITY TRAFFIC ENG.
IMPOSE NO OBLIGATION OR LIABILITY OF AI)IY KIND UPON THE INSURER, ITS AGENTS OR
10300 TORRE AVENUE /
REPRESENTATIVES.
CUPERTINO CA 95014 AUTHORIZE REPRESENT/aTIVE
4087773240 4087773333 ~ f ~~ ~ ~
,
~
,. ~
ACORD 25-S (7/97) ~ ~ ~'i~ACORD CORPORATION 79813
01/11/U1 THU 13:54 FAX 602 944 5500 KIMLEY HORN & ASSOC, PHX -~~-~ ABERCROhIBIE
"' AxMIJEY-HORN ->'+'+ tlnn-ravnnio
01/10/2001 WEDL1: ],4 F'AX 92S 963 5641
~~ -~~-2Qm t 6 ~ 38PM FRC1M Zt,JMWALT ENG Y N GROUP 5~5 $30 5 r~2:~
CUP f~TfNO gNDOIt5I,r1VXENT OF p(~MA,RY INSIJ~ZANCE
Tn consideration of the policy premium and natwithstandiztg any inconsistent statement in tl,e
policy to which, this ~,ndorsement is attached or any other Endorsement attached thereto, it is
igreed as follows:
Tho insur~noe af'Forded by this policy is ~prlmary insurance, [i.nd no additional instuancc
zeid or owned by the dcsi~nated additional instired(s) shall be called upon to cover a lass under
said additional policy.
POLICY XNFOItMA,TICtN
1. Insuranc:c Company: Travelers Property Casualty Ins . Co .
P-630-315X34'76-TIL-00
"fr. .Ijl$u~L1,Gtl ~OIxG}~ NUin}7ei:
January 12 ~ , KjNq 2001
3. Effectivo Date of tk~is ,Endorsement:
4, jnSUrCd; Kimley-Horn and Associate:, Inc.
A)1 notices hereln provid®d to be given by' the Tnsuranad Company to the City In
cooncctiaa with tl~ia policy and this Additia:nal I»st3red Endorsement, shah be mailed to or
delivereii to tlae City at 1030U Torre Avenue; Cupertino, California 95014,
I James E. Abercrombie, Jr. (pr1nt/typeparno)
warrant that I have authosiry to bind the belo~~v listed Insuxanc~ Company and by my signature
hereon do sv bind this Connpany. ,
.(ti. Lh ~ "~ Y ~.
Signature of Authorized ~epxesantative: ~ ~ -
(Urigiunal signature required on a.11~~En nrsements furnishc~e Dis~trtat)
Narne of
Agent/~~gency;
Abercrombie Ins. Agency, Inc. 'j'(tle; Vice-President/Agent
~A.ddresS: P.O. Box 5857
Jacksonville, FL 32247-5857
Te)ephone; (904) 396-4404
~-- ----~
Facsimile: (904) 396-6137
X021
F' .`fi ' -
Frimgry gnclolse[nglt Page t of
o></ii/O1 THU 10:00 (TX/RX NO 9031) 01010
Ulil?.iU1 THt 1_x:55 FAX 602 914 55UU ICIhfI EY HORN & ASSOC. YHX -~-~~ ABERGRuhIBIE
01/10/2001 WED 27.:15 FA% 4325 483 589 KIMLEY-SOktN ~-+~+ n~~+-rn...:..i..
t -D3-2C'lm 1 ~ = 39PM Ff~U~~i GuMWA~ I ANC? 1 N GI~UUI' '-~Z'J ~3~ ~~)G~
CUP {~TINO
ADDITIONAI. YNSU)Et'~17 ~NDORSp:1V9.J~NT
zn cartsideration of the policy premium +and natwithstt~ndin~ any inconsistent statement in the
>olicy to which this End~rsernent'is attached ar anY other Eadorserriant attached thereto, it is
agreed as follows:
The City of Cupertuno ("City") aad its direc'toi'S, officers, engineers, agents and employees,
ind all public agencies from Whom permits ~~vill be obteincd and thew directors, of~icezs,
°ngineer~, agents and e3nplc7yees aze hereby decl+~rcd to be nddits.onal insureds under the terms of
his policy, bttt only rvi+_k~. rc^F,~,~c.~~•.i to t11r c~pr.,Xations of the Cc~nh'actor at nr upon any ~c~f the
premises of the City iu corltiection with tfc Golitract with the City, or acts or e~i11i55ions of the
additional insureds in ao~nnection with, taut lirnite.d to its 7;Cneral supervision or inspectign of said
~peretio~• ,
pQLrCX iNFpR1VIATI[~1'v
1.. Insurance Company: Travelers Property Casualty Ins. Co.
~. Irisurartee policy Nun~bcr: P-630-315X3476-TIL-00
~J+inuary ,12
3. E~ectiva Date of Ibis Endorsement:
d. lnsured; Kimley-Horn and Associates, Inc.
X2001
IQj r+ 2 ~~
r:`~- - -
All notices herein provided to be given >7y t'.ha Insurance Company to the City in cgnnection
with this polic~+ and this Additional Insured ]rr•dorscmrnt, shall be mailed to or delivered to the
City at 10300 7oTre Avenuc; Cupertino, Qalifprnin ~SU14.
Y~ . James E. Abercrombie, Jr. (print/type name)
warrant that I have authority to bind the below Ii;;tCd Insurance Company and by my Signature
hEredn do so bind this Company. ~ ~
' // ,, /
Signature of Authorized Aeprasentative~ - ~~~ ~ ~'l~-( ~~~
(Original signature required on all ~n~ors trter~ts fuxrtisbed to the Tpistrict)
Names of Inc. Vice-President/Agent
AgcntlPrgGncy;Abercrombie Ins~Agency,_ f'itle:
P.O. Box 5857 Telephone: X904) 396-4404
Address• -'- '~-
Jacicsonville~, FL 32247-5857 Facsimile; (904) 396-6137
Add7Uansl Insured Endorsement Pagr 1 of l .
olill~oi TIiU la:oo lTx/RX No 9031) Boll
ul 13; U1 THU 13:55 FAii uu2 A~]~ 55~iu KIh1LEF HORN & ASSi.~~ . PHX ~-~~ ABERCRUMBIE
O1/10%~0 G1~EDv ~~r$ tFAX 9 r6c`9i63tu~14v a~ i C~~uiiv~IM.~irEcuu U~Ga oor~ ::,~~uc.~ ~-•-• nnn-t u•........
CUi'~~ INO
WAl{VE~ OF SI7BROGA.TtON ET~[DO~SCIYIEI<1T
'~yO~CER'S COMPEl\fSATIQN INSUE.r~.NCE
Fn consideration of the policy premium end nOtwlthst8rld]Il6 anY inGOtiSiStCrit StBterrJent lri tllc
policy to which this Endorsement is attached or~ any other Endorsement attached thezeto, it is
agreed as follows;
It is agreed that with il'S1~4'.C.t to s~ich insure-neC as iS aLCorcJcd by the policy, tha Tnauranae',
Company waives any right of 8ubrogatiaz~ it ma;r require agr~irst eht City of Cupertino, and each''
of its directors, 4fticars, a~dnts, cUtts~ultants and employees by reason of an~- payment made on
account of injury, including doath resulting therefrom, sustained by any employee of the insured,
arising out of tke perfbr-nance of the abo~ve•referenced Contract. ,
Po1.ICX 11~1FpXtMATION
a. Insurance Company: Travelers Propert~~ Casualty Ins. Co.
2. Ynsurance Policy Numbar: 836G880-2-00 ~ '
3. Effective Date of this Endorsement: January 12 X~C~2001
~4, Insured; Kimley-Horn and Associates, Inc.
A]1 notices herein provided to ba'gtven by the Insurance Company to fire City is connection
with this policy and this Additional Inaurcd Endorsem;eztt,,sba11 b~ maildcl to or delivered to the
City at 18300 Torre Avenue; Cupertino, Ca3i~ottua 95Q14.
j James E. Abercrombie, Jr. (printltype name)
warrant that I have authority to bizad the below listed Insuranc® Company and by my signature
hereon do sa bind this Company.
. ~
Signature of ,A,ut}~ori~+d Rapresentative: i / ~ •~. ~; `^
(original signature required on all Endo~i is fw~nisha3 to the ~tfi t)
Natxtes o~
AgentJAgency: Abercrombie Ins. Agency, Inc.
Address; P • ~ • Box 585 7
Jacksonville, FL 32247-5857
Title: _Vice-President/Agent
Telepb,vna: (904) 396-4404
Facsimile: (904) 396=6137
Subrogatlos tndorsunept payt,c 1 0~ 1
X1021
r"i"_.
O1/11/OJ, THU 10:00 [TX/1tX NO fl031J [013
U1/1~/U1 _ '1Hli 1;f:5t3 r'AX EfUG b44 55UU it1P11.I;Y tiuxiv ac tYaau~. rn~ -~~-~ rYtsl,xl,KU~tslt w~! .
I(IML$Y-gORH ~-+~ ntlts-rnVLtrt.. r-z'~~.c
rYc~Jl+~ G~Jf"lvvI+1L1 ~rvully :,~•cU~Jf" .7.~•~ 4oYJ vr,~•e.~
01/10/2001 WEA 11:18 FAX 92s 98.3 S691
~ -U~ ,~~11~Jk9 1 C~ = 4arM ,
CUPE41`, tNQ
NO'I'~CE C~1F ~'C1Z.ICY
CANCELLATION EPIXICI~SEMt~1VT
In cori5idcraiton of tha palioy pxei•aiurln and c~atwithstandi»g anY inconsistent stateme><•tt ire
ne policy to 'uvhach this Endorsement is attached or any other Endorsement atuiched thereto, it is
igrccd ~q follows:
Cancellation 1V'ntl.ce. The insuCariae afforded by this policy shall not by syispend~~
vozded, canceled, reduced in coverage or in lirruts, or materially altered, except after thirty (30)
days' prior written notice by certified mail, retu~;n roccipt rcquestcd, has been given to the City of
Cupertino ("City"). Suoh TxvtiGC shall be addressed tv the City as indlcatod below.
POLICY' INFOT~MATIGlN
1. Irisuran.ae Company: Travelers Property Casualty Ins. Co.
2. Insurance Policy Number: P-630-315X3476-TIL-00
January 12 .~ 2001
3. .EPfecdve Date ofthis Endorsement: --
~,~• Irisu~ed: Kimley-Horn and Associate:>, Inc.
All notices herein prrVidcd to ba given by the Insurance Company to the City in connection
with this policy and this ~ZJditionai Insu-t'ed E;~dorsem.ent, shall 1~e mailed to ar delivex-ed to tk>.c
City at 10300 Torre Avenue; Cupertino, C~lifo>'nia 95414.
1 James E. Abercrombie, Jr. _ (print/typE name)
warrant that I 1-ave authority tra bind the bcla•w listed lnsurancc Company and by my .sig~atuze
hereon do sa bind this Comparsy. ,
Sigratwce of Authori2ed Representative: ~' ~~~' - ~ L` '~ - °~
• (Oria-inal suture required on all En rs5 ents furnished to the. i 'ct)
Names of Inc. Title: Vice-President/Agent
AgentlA~enCY~ Abercrombie Ins. Agency, _
P 0.. Box 5857 Tcleplxond: (904) 396-4404
Addrass;i • .~ ~~~~
Jacksonville, FL 32247-5857 Fae5lttlile: ^~1--~--
Ca»oellation Endorsement .pale 1 0{ l
01/11/01 T)~U 10: 0o iTX/RX NO 9031] (~j014
~~ It/Vl ins 1~:0~ rAA out sae oouu 1t1x.Lr:Y HUKiV & A~~U(;. YHh
pi/10/2UD,l WED '11:18 FAg 6125 QG3 56Ax K1M;1_.EY-HORN,
1 -~3-241 b ~ ,~~F'M 1-KUh1 GUMYVHL I tlVt.;lly tShCUUF' JGb Cs.~t~ Cac~
CUP ILTINC) '
' COMPREI~)trNSY'VE ~sI~NT)tZAL LYA~I~iI..ITY
COMI~ERCLAL C.~NE](~. Y,1[ABYX.,XTY~ '
ENpO1~S]~MENT C)F pGGRECA,TE'L'[MXTS OF TNSUI~ANCE PER pRO.IECT
In consideration of tkte policy premitun and natwithstending any inconsistent statement In the
aolicy to which this Endorsement is attached or .any other Endorsement attached thereto, it is
igreed as follows:
'This Erdorsement rlsr~difics the insurance provided under the Crcneral Liability Coverage park'
~f the bclow•rcfcrcnccd policy o~'il8sur~nce.
The general aggregater limit under LC1v1IT5 OF 1~1SURANCF, applies separately to the project
described as ~~097043000 - TJM -Traffic Engineering Services
POLICY INFOTtMA,TTON
1 Lzyurancc Co~p~rly: Travelers Pro~ert~ Casualty Ins. Co. _
P-630-315X3476-TIL-00
2. Insurance Policy Number:
3. Effective Date of this. Endorsement; January 12 ~~ 200
~, Insured: Kimley-Horn and Associates, Inc.
5, Additional Ynstued: City of Cupertino, its ~Iireetors, officers, agents and tmployccs.
All notices herein provided to be givezi by the 1n5uranee Company to the City xrt connection
with this policy and this Additional Insu>;ad ~ndoI'sekxlent, shall be mailed to or delivered to the
City at 10300 '1'orrG Avenue; Cupertino, Califartue. 95014.
1' James E. Abercrombie, Jr. (pri>zt/typc name)
Warrant that I havC authority to bind the bclor•: listed Irsurestee C~mpa.n,y and by my s;grat~rc
hereon d4 so bind this Company. ~-,
Sigruiture of A.uthaxi~d RepresEntati~
(Criginal signature required on all
to the
Names of '
A antlA enc Abercrombie Ins. Agenc}~~, I~ c~ Title: Vice1President/A ent
Address ~ P . 0 • Box 5857 ~-__.- Telepllone!(904) 396-4404
ac sonvi e, FL 32247-585. 1~'acsimile: (904) 396-613x7
~~
q~gregatc I.imite ~,ndorsen,ent pege ] of 1
~J~23
r '"i
O1/11/ox THU 10:00 ['1'X/RX NO 9031] 1~j012
. .~ u,, 0~ AGREEMEN~~e~~
c wQ
~~,~ .~ CITY OF CUPERTIN~~~? k•: Rx~
~~ 10300 Torre Avenue ' tip' :~~~~
~f~}~ p~ ~ upertino, (~A 95014
C l~ P E T I N ~} , /~~ 3 ~-~ t4o8~ ~~~~-3zoo
V
BY THIS AGREEMENT, made and entered into on the 7th day of March
by and between the CITY OF CUPERTINO (Hereinafter referred to as CITY) and
Name (1) I:IMLEY-HORN & ASSOCIATES _ (2)
NO.~,.S-~<J U D
20 O 1 ,
Address 5776 STONERIDGE MALL RD. , STE 26~ity PLEASANTON Zip 94588 Phone (925) 463-5640
(Hereinafter referred as CONTRACTOR), in consideration of their mutual covenants, the parties hereto agree as follows:
CONTRACTOR shall provide or furnish the following specified services and/or materials:
EXHIBITS: The following attached exhibits hereby are made part of this Agreement:
VUT TT ~~ ~~ D nl~hC
E ,_~_B.~ ~ A ~ R..~ ...,AL
TERMS: The services and/or materials furnished under this Agreement shall commence on
and shall be completed before JANUARY 22, 2002
JANUARY 22, 2001
COMPENSATION: For the full performance of this Agreement, CITY shall pay CONTRACTOR:
SHALL NOT EXCEED $16,001
California Labor Code, Section 1771 requires the payment of prevailing wages to all workers employed on a Public Works contract in
excess of $1,000.00.
GENERAL TERMS AND CONDITIONS
Hold Harmless: Contractor agrees to save and hold harmless the City, its officers, agents and employees from any and all damage and
liability, including all costs of defending any claim, caused by or arising out of the performance of this Agreement. City shall not
be liable for acts of Contractor in performing services described herein.due to negligence, errors and omissions.
Insurance: Should the City require evidence of insurability, Contractor shall file with City a Certificate of Insurance before commencing
any services under this Agreement. Said Certificate shall be subject to the approval of City's Director of Administrative Services.
Non-Discrimination: No discrimination shall be made in the employment of persons under this Agreement because of the race, color,
national origin, ancestry, religion or sex of such person.
Interest of Contractor: It is understood and agreed that this Agreement is not a contract of employment in the sense that the
relationship of master and servant exists between City and undersigned. At all times, Contractor shall be deemed to be an independent
contractor and Contractor is not authorized to bind the City to any contracts or other obligations in executing this agreement. Contractor
certifies that no one who has or will have any financial interest under this Agreement is an officer or employee of City.
Changes: This Agreement shall not be assigned or transferred without the written consent of the City. No changes or variations of any
kind are authorized without the written consent of the City.
CONTRACT CO-ORDINATOR and representative for CITY shell be:
NAME RAYMOND CHONG
DEPARTMENT PUBLIC ~aoRl;s
This Agreement shall become effective upon its execution by CITY, in witness thereof, the parties have executed this
Agreement the day and year first written above.
CONTRACTO .
By ,,..
Title / ~~ ~e1'; h
Soc. Sec. #
CITY OF CUPERTINO:
TitleT~%-.~~'i~'"~L E~V'(';TNRRR
APPROVALS ~,
EXPENDITURE DISTRIBUTION
E ~~] pry
A ~ ACCOUNT NUMBER AMOUNT
•
/ („~
CITY LERK DATE
'28 'O 110-8601-7014, $16,001
White: City Clerk Green: Finance Yellow: Contract Pink: Receiving Gold: Department
O1/16/20(~ TUE 03:06 FAX 925 463 5641 KIMLF;Y-HORN f~j002
® KimleyHorn
® and Associates, Inc.
EXHIBIT A
a
Suite 260
5778 Stoneridge Ma9 Road
Pleasanton, CaNtomia
94568
January 16, 2001
Mr. Raymond Chong
City Traffic Engineer
10300 Torre Avenue
Cupertino, CA 95014
RE: Preliminary Traffic Engineering Services for the Cupertino Traffic Calming Project
Dear Ray:
Kimley-Horn and Associates, Inc. is pleased to submit the enclosed cost proposal for the
preliminary Traffic Engineering Services for the City of Cupertino's Traffic Calming Project.
The cost proposal outlines the level of effort to provide preliminary engineering services for the
design of traffic calming measures in the vicinity of Lincoln Elementary, Kennedy Middle and
Monts Vista High Schools. M
Kimley-Horn will provide the services outlined. in our revised preliminary scope of services for
an estimated fee of $16,001 as shown in the enc;losed level of effort matrix. The level of effort
estimate shows the level of effort breakdown b;~ task. The fee estimate includes our anticipated
effort for the data collection and concept design portion of the overall project. This is essentially
a portion of the original Task 1 and all of Task 2 in the original Scope of Services and the
Estimated Level of Effort.
We look forward to working with you on this project. If you have any questions, please do not
hesitate to call me at (925) 463-5640.
Sincerely yours,
KIMLEY-HORNAND ASSOCIATES, INC.
Ted Moss
Project Manager
^
TEL 925 483 5640
FAX 925 463 5641
~~~UVGJ
TRAFFIC CALMING PROJECT
SCOPE OF SERVICES
1/16/01 TO :t/16/01
Kimley-Horn and Associates, Inc. will provide engineering services for the design of traffic calming
measures in the vicinity of Lincoln Elementary School, Kennedy Middle School Monta Vista High
schools. Kimley-Horn will address the speeding and safety problems through engineering solutions.
These will include a variety of traffic calming devices taut can reduce speed, decrease volumes, and/or
improve safety. For example, speed humps and traffic circles can be used to slow traffic, and curb
extensions can improve pedestrian safety. The goal of a:ngineering is to create a roadway design that is
"self-enforcing", where drivers naturally recognize and drive at the appropriate speed, without the need
for extensive police enforcement.
Kimley-Horn will provide the following services:
Task I -Project SickofJ~'and Administration
The meeting will serve the following purposes:
• Review the work program and expectations
• Discuss data collection needs and objectives
• Discuss traffic calming issues
• Discuss potential traffic diversion to surrounding streets
• Discuss unique features of the overall study aze;i
Kimley-Horn will incorporate traffic calming measures already identified by the City staff through their
ongoing efforts with the local residents. City staff has already conducted preliminary studieS'~f the
affected neighborhoods and has a preliminary perceptio~i of many of the traffic calming measures that
maybe implemented.
Task 2 -Data Collection and Draft and Final Traffic i~alming Plan
Kimley-Horn will conduct a field review to identify the data collection requirements for the project. The
City of Cupertino will collect any additional traffic couirts or speeds required for the project.
Kimley-Horn will prepare a report of potential traffic calming measures that are appropriate for
McClellan Road, Bubb Road, and Rainbow Drive. The report will help avoid potential conflicts by
considering the following criteria for the traffic calming devices:
• Purpose of the device
• Effectiveness at reducing vehicle speeds
• Potential for traffic diversion
• Impacts to emergency services
• Impacts to other service providers such as fire, t-us and trash collection
• Impacts to on-street parking
• Noise impacts from the device
• Approximate construction and maintenance costs
Based on this criteria and City staff input, the draft plan will recommend whether a particular device is
appropriate.
Page 1
ICimley-Horn will present the Revised Traffic Calming Plan, with citizen input, to the City. Our
presentation will incorporate both text and graphics. Kimley-Horn will answer questions and will
incorporate the City's comments as appropriate.
Based on input from the City and residents, the Final Traffic Calming Pian will be prepared.
Kimley-Horn will provide ten copies of the draft and th~a final Traffic Calming Plan to the City.
~.
Page 2
City of Cupertino Capital Improvement Program
Traffic Calming Project
Level of Effort Estimate (1/16/01 to 2/16/01)
Task Nejad Moss West Colson Thomas Clerical Totai
Task 1 -Kick Off Meeting 8~ Administration
Task 1.1 -Kick Off Meeting 6 6 12
Task 1.2 -Prepare Project Contact List 2 2 4
Task 1.3 -Public Meetings (Traffic Calming) 0
ask 1.4 -Prepare Monthly Progress Reports 2 4 6
Task 1.5 -Progress Meetings (2 Meetings) 4 4 2 10
Task 2 -Data Collection and DraftJFinal Traffic Calming Plan
Task 2.1 -Review Existing Conditions and Data 2 8 10
Task 2.2 -Identify, Collect and Compile Additional Data 2 8 4 2 16
Task 2.3 -Prepare Base Maps and/or Exhibits 24 4 8 2 38
Task 2.4 -Prepare Draft and Final Traffic Calming Plan 2 16 8 32 8 66
Total Hours 2 58 38 0 44 20 162
Rate $52.88 $31.50 $40.87 $26.44 $22.50 $20.50
Direct Cost $106 $1,827 $1,553 $0 $990 $410 $4,886
Overhead at 168.49 $178 $3,078 $2,617 $0 $1,668 $691 $8,232
Direct and Overhead S7R4 S4 4nr, ~a t7n to C7 RFA e~ ~n~ era ~ ~n
Fee at 10% $28 $491 $417 $0 $266 $110 $1,312
Sub-Total $312 $5,396 $4,587 $0 $2,924 $1,211 $14,430
Indirect Expenses at 2.6% $8 $140 $119 ;0 $76 $31 $375
Sub-Total Labor $320 $5,536 $4,706 $0 $3,000 $1,242 $14,805
Other Direct Cost $2~
Computer Expense at $23.66 $94g
Total
$16,001
(J ~
~ ~ r. o. #
CONTRACT AMOUNT $ 46,812.00
ACCOUNT NO.
AGREEMENT
THIS AGREEMENT, made and entered into this " ' - r ~ day of (~ I ~ , 2001, by and
between the CITY OF CUPERTINO, a municipal corporation of California, hereinafter referred
to as "CITY", and Kimley-Horn and Associates, lnc., a consulting firm with offices at 5776
Stoneridge Mall Road, Suite 260, Pleasanton, CA. 94588, hereinafter referred to as
"CONSULTANT";
WITNESSETH:
WHEREAS, CITY desires to retain traffic engineering services in conjunction with the
design of traffic calming measures in the vicinity of Lincoln Elementary School, Kennedy
Middle School, and Monta Vista High School; and
WHEREAS, CITY desires to engage CONSULTANT to provide these services by reason of
its qualifications and experience for performing such services, and CONSULTANT has offered
to provide the required services on the terms and in the manner set forth herein;
NOW, THEREFORE, in consideration of their mutual covenants, the parties hereto agree as
follows:
1. DEFINITIONS.
(a) The word "City" as used in this agreement shall mean and include all the territory
lying within the municipal boundaries of the City of Cupertino, California, as presently existing,
plus all territory which may be added thereto during the term of this agreement by annexation or
otherwise.
(b) The term "City Manager" shall mean the duly appointed City Manager of the City of
Cupertino, California, or his designated representative.
(c) The term "City Attorney" shall mean the duly appointed City Attorney of the City of
Cupertino, California, or his designated representative.
(d) The term "City Clerk" shall mean the duly appointed City Clerk of the City of
Cupertino, California, or her designated represem:ative.
(e) The term "FHWA" shall mean the Federal Highway Administration.
(f) The term "State" shall mean the State of California Department of Transportation.
2. PROJECT COORDINATION.
(a) Cam. The City Manager shall be representative of CITY for all purposes under this
agreement. Raymond Chong hereby is designated as the CONTRACT ADMINISTRATOR for
the City Manager, and shall supervise the progress and execution of this agreement.
(b) CONSULTANT. CONSULTANT shall assign a single PROJECT MANAGER to
have overall responsibility for the progress and execution of this agreement for CONSULTANT.
Ted Moss hereby is designated as the PROJECT 1v1ANAGER. Should circumstances or
conditions subsequent to the execution of this agreement require a substitute PROJECT
MANAGER for any reason, the PROJECT MANAGER designee shall be subject to the prior
written acceptance and approval of the CONTRACT ADMINISTRATOR.
3. DESCRIPTION OF WORK.
(a) Services to be Furnished. CONSULTANT shall provide all specified services as set
forth below in the following documents:
(1) CITY's "Request for Proposal for Traffic Engineering Services for the
Cupertino Transportation Impact Projects in the (:ity of Cupertino" dated November 30, 2000,
and attached as Exhibit A.
(2) CONSULTANT's "Proposal t~~ Provide Traff c Engineering Services", dated
December 7, 2000, attached as Exhibit B.
(b) Laws to be Observed. CONSULTANT shall:
(1) Procure all permits and licensers, pay all charges and fees, and give all notices
which may be necessary and incident to the due and lawful prosecution of the services to be
performed by CONSULTANT under this agreement;
(2) Keep itself fully informed of all existing and future federal, state, and local
laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed
under this agreement, any materials used in CON:~ULTANT's performance under this agreement,
or the conduct of the services under this agreement;
(3) At all times observe and comply with, and cause all of its subconsultants and
employees, if any, to observe and comply with, all of said laws, ordinances, regulations, orders,
and decrees mentioned above;
(4) Immediately report to the CONTRACT ADMINISTRATOR in writing any
discrepancy or inconsistency it discovers in said laws, ordinances, regulations, orders, and
decrees mentioned above in relation to any plans, drawing, specifications, or provisions of this
agreement.
2
(c) Release of Reports and Information. ,Any reports, information, data, or other material
given to, or prepared or assembled by, CONSULTANT or its subconsultants, if any, under this
agreement shall be the property of CITY and shall not be made available to any individual or
organization by CONSULTANT or its subconsultants, if any, without the prior written approval of
the City Manager.
(d) Qualifications of CONSULTANT. CONSULTANT represents that it is qualified to
furnish the services described under this agreement.
4. TIME OF BEGINNING AND COMPLETION.
CONSULTANT shall being work after letter of notification has been sent to the
CONSULTANT from the CITY. The design work will be completed by Apri127, 2001, with
- remaining services to be performed during construction period.
5. PAYMENTS.
The basis of payment for the services provided by the CONSULTANT under
this agreement shall be computed as cost plus fi~:ed fee rates.
(a) The CITY shall reimburse the CONSULTANT on a time and expenses
basis for actual cost plus fixed fee (including labor costs, employee benefits, overhead, profit,
and other direct costs plus fixed fee) incurred by the CONSULTANT in performance of the
work, in an amount not to exceed $46,812.00. .Actual costs shall not exceed the estimated
wage rates and other costs set forth in the CONSULTANT's cost proposal.
(b) The CONSULTANT shall be reimbursed for actual travel expenses
incurred in the performance of this work, including the use of private cars at the rate of 34.5
cents per mile, while traveling away from CON;iULTANT's headquarters which is hereby
designated as Pleasanton, CA. In addition, COr1SULTANT's personnel shall be reimbursed
for per diem expenses at a rate not to exceed that currently authorized for State employees
under State Department of Personnel administration rules.
(c) Total expenditures made under this agreement shall not exceed the sum
of $46,812.00.
The CONSULTANT's cost proposal is s~:ated in the following documents:
(1) Consultant's "Cost Proposal", dated January 10, 2001, attached as
Exhibit C.
6. RECORDS RETENTION.
The CONSULTANT's records shall be retained for inspection by the State, FHWA, or
their duly authorized representatives for three years after final payment to the
CONSULTANT.
7. COST PRINCIPLES.
The Federal Acquisition Regulations in Title 48, Code of Federal Regulations (CFR)
31 are the governing factors regarding allowable: elements of cost.
(a) Covenant Against Contin ent Fees. The CONSULTANT warrants that
he/she has not employed or retained any company or person, other than a bona fide employee
working for the CONSULTANT to solicit or secure this agreement, and that he/she has not
paid or agreed to pay any company or person, other than a bona employee, any fee,
commission, percentage, brokerage fee, gift, or any other consideration contingent upon or
resulting from the award or formation of this agreement. For breach or violation of this
warranty, the CITY shall have the right to annul. this agreement without liability, or at its
discretion to deduct from the agreement price or consideration, or otherwise recover, the full
amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
8. DESIGN STANDARDS.
The CONSULTANT shall provide servic;es that conform with the appropriate standards
for design or other standards for work performance as stipulated as follows:
(1) Caltrans' Highway Design Manual
(2) Caltrans' Traffic Manual
(3) National Transportation Communications for ITS Protocol
(4) National Intelligent Transportation Systems Architecture
9. DOCUMENTS.
The CONSULTANT shall document the results of the work to the satisfaction of the
CITY and, if applicable, the State and FHWA. This may include preparation of progress and
final reports, plans, specifications and estimates , or similar evidence of attainment of the
agreement objectives.
(a) Ownership of Documents. The tracings, plans, specifications, and maps
prepared or obtained under the terms of the agreement be delivered to and become the
property of the CITY, and that basic survey not~:s and sketches, charts, computations, and
other data prepared or obtained under such agreement shall be made available, upon request,
to the CITY without restriction or limitation on their use. However, any use beyond that
intended by the Agreement shall be at no liability to CONSULTANT.
10. CHANGES IN WORK.
All changes and/or extra work shall be performed and paid for in accordance with the
following:
(a) Only the City Engineer or City Council may authorize extra and/or
changed work. CONSULTANT expressly reco;;nizes that other City personnel are without
authorization to either order extra and/or changf;d work or waive contract requirements.
Failure of CONSULTANT to secure the Council's or City Engineer's prior written
authorization for such extra and/or changed work shall constitute a waiver of any and all right
to adjustment in contract price due to such unauthorized work and CONSULTANT thereafter
shall be entitled to no compensation whatsoever for performance of such work.
(b) If the CONSULTANT is of the opinion that any work he has been
directed to perform is beyond the scope of this agreement and constitutes extra work, he shall
promptly notify the CITY of the fact. The CIT`t shall make a determination as to whether or
not such work is, in fact, beyond the scope of this Agreement and constitutes extra work. In
the event that the CITY determines that such work does constitute extra work, it shall provide
extra compensation to the CONSULTANT on a fair and equitable basis. A supplemental
agreement providing for such compensation for extra work shall be negotiated between the
CITY and the CONSULTANT. Such supplemental agreement shall be executed by the
_ CONSULTANT and be approved by the necess~iry CITY officials.
(c) In the event CITY determines that such work does not constitute extra
work, CONSULTANT shall not be paid extra compensation above that provided herein and if
such determination is made by CITY staff, said determination may be appealed to the City
Council as long as a written appeal is submitted to the City Manager within five (5) days after
the staff's determination is received by the CONSULTANT. Said written appeal shall include
a description of each and every ground upon which CONSULTANT challenges the staff's
determination.
11. DELAYS AND EXTENSIONS.
The CITY shall consider an appropriate c;xtension of time in case of unavoidable delays
and for consideration of corresponding warranted adjustments in payment. In the event that
the services called for under this agreement are riot completed within the time specified above,
the City Manager shall have the option to extends the time for completion. This paragraph
does not preclude the recovery of damages for delay by either party.
12. TERMINATION OR ABANDOrfMENT.
(a) Right to Suspend or Terminate. Either party may suspend or terminate
this agreement for any reason by giving thirty (30) days' written notice. Upon receipt of such
notice CONSULTANT shall immediately discontinue his performance under this agreement.
The City Manager shall have the authority to su:;pend this agreement, wholly or in part, for
such period as he deems necessary due to unfavorable conditions or to the failure on the part
of the CONSULTANT to perform any provisior.~ of this agreement.
(b) Payment. Upon such suspension or termination, CONSULTANT shall
be paid for all services actually rendered to CITY to the date of such suspension or
termination; provided, however, if this agreeme~lt is suspended or terminated for fault of
CONSULTANT, CITY shall be obligated to compensate CONSULTANT only for that portion
of CONSULTANT services which are of benefit to CITY.
5
(c) Return of Materials. Upon such suspension or termination,
CONSULTANT shall turn over to the City Manager immediately any and all copies of studies,
sketches, drawings, computations, and other date, whether or not completed, prepared by
CONSULTANT or its subconsultants, if any, or given to CONSULTANT or its
subconsultants, if any, in connection with this agreement. Such materials shall become the
permanent property of CITY. CONSULTANT, however, shall not be liable for CITY's use
of incomplete materials or for CITY's use of complete documents if used for other than the
project contemplated by this agreement.
13. REMEDIES
Upon a breach or default of any of the terms or obligations of this Agreement by
CONSULTANT, the CITY shall be entitled to exercise all rights and remedies hereby
_ reserved under this agreement or made available under applicable laws.
14. RESPONSIBILITY FOR CLAIMS AND LIABILITY (INDEMNIFICATION).
CONSULTANT hereby agrees to indemr-ify and save harmless CITY, its officers,
agents, and employees of and from:
(a) Any and all damag~:s to or destruction of the property of CITY,
its officers, agents, or employees occupied or used by or in the care, custody, or control of
CONSULTANT to the extent caused by any negligent act, error, or omission of
CONSULTANT or any subconsultant under this agreement or of CONSULTANT'S or any
subconsultant's employees or agents.
(b) Any and all claims and demands which may be made against
CITY, its officers, agents, or employees by reason of any injury to or death of or damage
suffered or sustained by any employee or agent of CONSULTANT or any subconsultant under
this agreement, however caused, excepting, however, any such claims and demands which are
the result of the negligence or willful misconduct of CITY, its officers, agents, or employees.
(c) Any and all penalties imposed or damages sought on account of
the violation of any law or regulation or of any term or condition of any permit.
(d) The CONSULTANT is not responsible for the accuracy of data
from any other sources or from conclusions reached as a result of utilizing information
supplied by third persons.
(e) The CITY agrees to provide legal defense to challenges of the
adequacy and completeness of the services provided. The CONSULTANT shall assist the
CITY in responding to such challenges. If it is ~;ubsequently ruled by a court of jurisdiction
that errors of facts, procedures, or scope have occurred and that these errors and/or omissions
were the result of the CONSULTANT's own neligent professional services, then the
CONSULTANT shall be responsible for providing whatever remedies may be required to
make the analysis adequate and complete.
6
15. GENERAL COMPLIANCE WITH LAWS AND WAGE RATES.
The CONSULTANT shall comply with ~~ll Federal, State, and local laws and
ordinances applicable to the 'work. This includes compliance with prevailing wage rates and
their payment in accordance with California Labor Code, Section 1775.
(a) Subconsultants, Assignment and Transfer. Under this agreement,
participating Federal funds are furnished. The subcontracting, assignment or transfer of any
of the work, except as otherwise provided for in the executed agreement, is prohibited. All
contracts shall provide that subcontracts exceeding $25,000 in cost shall contain all required
provisions of the prime contract.
(1) Assignment. Both parties shall give their personal attention to
the faithful performance of this agreement and shall not assign, transfer, convey, or otherwise
dispose of this agreement or any right, title, or interest in or to the same or any part thereof
- without the prior written consent of the other party, and then only subject to such terms and
conditions as the other party may require. A consent to one assignment shall not be deemed to
be a consent to any subsequent assignment. Amy assignment without such approval shall be
void, and, at the option of the other party, shallyterminate this agreement and any license or
privilege granted herein. This agreement and arty interest herein shall not be assignable by
operation of law without the prior written conse~it of the other party.
(2) Subconsultants; Em lp oyees. CONSULTANT shall be
responsible for employing or engaging all perso~is necessary to perform the services of
CONSULTANT hereunder. No subconsultant of CONSULTANT will be recognized by
CITY as such; rather, all subconsultants are deemed to be employees of CONSULTANT, and
it agrees to be responsible for their performance. CONSULTANT shall give its personal
attention to the fulfillment of the provisions of this agreement by all of its employees and
subconsultants, if any, and shall keep the work under its control. If any employee or
subconsultant of CONSULTANT fails or refuse; to carry out the provisions of this agreement
or appears to be incompetent or to act in a disorderly or improper manner, he shall be
discharged immediately from the work under this agreement on demand of the CONTRACT
ADMINISTRATOR.
(b) Consultant's Endorsement on Plans, Specifications, & Estimates/Other
Data. The responsible CONSULTANT/engineer shall sign all plans, specifications, estimates,
and engineering data furnished by him/her and vrhere appropriate, indicate his/her registration
number.
(c) Disadvantaged Business Enterprise Considerations. CONSULTANT has
given consideration to DBE firms as specified in. 23 CFR 172.5(e) and has met requirements in
the provisions of Title 49, Part 23, Code of Fed~:ral Regulations (49 CFR23) and the Ciry of
Cupertino's adopted DBE program. Evidence must be presented of "good faith" effort, when
applicable.
The provisions of Title 49, Part 23, Codf; of Federal Regulations (49 CFR 23) and the
CITY's adopted DBE Program require that Disadvantaged Business Enterprises (DBEs) have
the opportunity to participate in federally-funded., transportation projects. The agency has
established a goal of 10% DBE participation in this consultant contract.
7
In order to meet these req~iirements, the i~ollowing criteria have been established:
1. Participation by Caltrans' certified DBEs as a prime consultant or sub-
consultants in this contract, or
2. A good faith effort by the prime consultant in trying to secure participation by
DBEs prior to award of this contract. Documentation of a good faith effort is to be submitted
in writing and consists of the following:
a) A list of Caltrans' certifieC~ DBEs solicited.
b) Description of efforts to u~;e the services of available minority
community organizations; minority contracting groups; women
contractor groups; and loc,~l, State, and Federal minority business
assistance centers in the recruitment and placement of DBEs including
name of contact, date of contact, and information they provided.
c) Identification of the portions of the work to be performed by DBEs,
including type of work and dollar value.
d) Documentation of good faith negotiations between subcontractors and
interested DBEs, including; names and dollar value of all bids.
16. INSPECTION.
CONSULTANT shall furnish CITY with every reasonable opportunity for
CITY to ascertain that the services of CONSULTANT are being performed in accordance with
the requirements and intentions of this agreement. All work done and all materials furnished,
if any, shall be subject to the CONTRACT AD11'IINISTRATOR's inspection and approval.
The inspection of such work shall not relieve CONSULTANT of any of its obligations to
fulfill its agreement as prescribed.
17. INDEPENDENT JUDGMENT.
Failure of CITY to agree with CC-NSULTANT's independent findings,
conclusions, or recommendations, if the same are called for under this agreement, on the basis
of difference in matters of judgment shall not be construed as a failure on the part of
CONSULTANT to meet the requirements of this agreement.
18. NOTICES.
All notices hereunder shall be given in writing and mailed, postage prepaid, by
certified mail, addressed as follows:
TO CITY: Raymond Chong
Contract Administrator
City of Cupertino
10300 Torre Avenue
Cupertino, 'CA 95014
8
TO CONSULTANT: Ted Moss
Project Manager
Kimley-Horn and Associates, Inc.
5776 Stoneridge Mall Road, Suite 260
Pleasanton, CA 94588
19. INTEREST OF CONSULTANT.
CONSULTANT covenants that it presently has no interest, and shall not
acquire any interest, direct or indirect, financial or otherwise, which would conflict in any
manner or degree with the performance of the services hereunder. CONSULTANT further
covenants that, in the performance of this agreerent, no subconsultant or person having such
an interest shall be employed. CONSULTANT certifies that no one who has or will have any
_ financial interest under this agreement is an officer or employee of CITY. It is expressly
agreed that, in the performance of the services hereunder, CONSULTANT shall at all times be
deemed an independent contractor and not an ag~:nt or employee of CITY.
20. CERTIFICATIONS
The CITY and CONSULTANT sl'aall certify that they have not required,
directly or indirectly, as an express or implied a~ndition in connection with obtaining or
carrying out this agreement:
(a) Certification of Local Agency, attached as Exhibit D.
(b) Certification of Consultant, attached as Exhibit E.
21. INSURANCE.
CONSULTANT, at its sole cost and expense, shall obtain and maintain in full
force and effect throughout the entire term of this agreement, the insurance coverage of at least
an "A" rating as determined in accordance with the Best's Guide Rating, and class VII in
financial rating, insuring not only CONSULTANT, but also (with the exception of
professional liability, workers' compensation an~i employer's liability insurance), CITY, its
officers, agents, and employees, and each of them with respect to activities and services
performed by CONSULTANT for or on behalf of CITY under the provisions of this
agreement.
Certificates of such insurance, on the forms provided by CITY, shall be filed
with CITY concurrently with the execution of this agreement attached as Exhibit G-1 to G-7.
With the exception of professional liability insurance, said certificates shall be subject to the c
approval of the Ciry Attorney and shall contain ~m endorsement stating that said insurance is
primary coverage, and will not be canceled or altered by the insurer except after filing with
the City Clerk thirty (30) days written notice of such cancellation or alteration, and that the
City of Cupertino is named as an additional insured. Current certificates of such insurance
shall be kept on file at all times during the term of this agreement with the City Clerk.
9
22. WORKERS' COMPENSATION.
CONSULTANT certifies that it i~; aware of the provisions of the Labor Code of
the State of California which require every employer to be insured against liability for
workers' compensation or to undertake self-insurance in accordance with the provisions of that
Labor Code, and it certifies that it will comply with such provisions before commencing the
performance of the work of this agreement.
23. AGREEMENT BINDING.
The terms, covenants, and conditions of this agreement shall apply to, and shall
bind the heirs, successors, executors, administrators, assigns, and subconsultants of both
parties.
- 24. WAIVERS.
The waiver by either party of any breach or violation of any term, covenant, or
condition of this agreement or any provision, ordinance, or law shall not be deemed to be a
waiver of any other term, covenant, condition, ordinance, or law of or any subsequent breach
or violation of the same or of any other term, cc~venant, condition, ordinance, or law. The
subsequent acceptance by either party of any fee or other money which may become due
hereunder shall not be deemed to be a waiver of any preceding breach or violation by the other
party of any term, covenant, or condition of this agreement or of any applicable law or
ordinance.
25. COSTS AND ATTORNEY'S FEES.
The prevailing party in any actior.~ brought to enforce the terms of this
agreement or arising out of this agreement may recover its reasonable costs and attorney's fees
expended in connection with such an action from the other party.
26. NONDISCRIMINATION.
No discrimination shall be made in the employment of persons under this
agreement because of the race, color, national origin, ancestry, religion, or sex of such
person.
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 performance of this agreement, it shall thereby be found in material
breach of this agreement. Thereupon,
CITY shall have the power to cancel or suspend this agreement, in whole or in part, or to
deduct from the amount payable to CONSULTANT the sum of Twenty-five Dollars ($25.00)
for each person for each calendar day during which said person was discriminated against, as
damages for said breach of contract, or both. Only a finding of the State of California Fair
Employment Practices Commission or the equivalent federal agency or officer shall constitute
evidence of a violation of contract under this paragraph.
1(1
If CONSULTANT is found in violation of the nondiscrimination provisions of
this agreement or the applicable affirmative action guidelines pertaining to this agreement,
CONSULTANT shall be found in material breach of this agreement. Thereupon, CITY shall
have the power to cancel or suspend this agreement, in whole or in part, or to deduct from the
amount payable to CONSULTANT the sum of 7,wo Hundred Fifty Dollars ($250.00) for each
calendar day during which CONSULTANT is found to have been in such noncompliance as
damages for said breach of contract, or both.
27. AGREEMENT CONTAINS ALL, UNDERSTANDINGS.
This document represents the entire and integrated agreement between CITY
and CONSULTANT and supersedes all prior negotiations, representation, or agreements,
either written or oral. This document may be amended only by written instrument, signed by
_ both CITY and CONSULTANT. All provision:; of this agreement are expressly made
conditions. This agreement shall be governed b:y the laws of the State of California.
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this
agreement the day and year first written above.
ATTEST:
City Clerk
CITY OF UPERTINO
`~e'.~4, u.us
Director of Public Works
APPROVED AS TO FORM:
City Attorney
Kimley-Horn and Associates, Inc.
Consultan .
--~
Name
5776 Stoneridge Mall Road, Suite 260
Address
Pleasanton, Ca 94588
City, State, ZIP
~l~~ ~~„~.~ ~ ~ ~ Telephone
Social Security Number
or
Tax Identification Number 56-00885615
1 ].
LIST OF EXHIBITS
Exhibit Title;
A City's "Request for Proposal-Traffic Engineering Services for
Cupertino Transportation Impact Projects in the City of
Cupertino", dated November, 20(10.
B Consultant's "Scope of Services" .. dated January 10, 2001.
C Consultant's "Cost Proposal" , dated January 10, 2001.
- D Consultant's Project Schedule
E Certification of Local Agency
F Certification of Consultant
G-1 Insurance Agreement
G-2 Certificate of Insurance
G-3 Endorsement of Primary Insurance
G-4 Additional Insured Endorsement
G-5 Comprehensive General Liability
Commercial General Liability
Endorsement of Aggregate Limits of Insurance per project
G-6 Waiver of Subrogation Endorsement Worker's Compensation
Insurance
G-7 Notice of Policy Cancellation Endorsement
1:!
l[:
cirv of
CUP~1~Tll~fl
Exhibit A 10300 Torre Avenue
Cupertino, CA 95014-3255
(408) 777-3354
Fax: (408) 777-3333
Department of Public Worlcs
File No. 74,001.26, 30, 31, 32, 33
74,009.17
November 1, 2000
SUBJECT:
Dear Sir or Madam:
REQUEST FOR PROPOSALS (RFP) for
TRAFFIC ENGINEERING SERVICES for the
CUPERTINO TRANSPORTATION IMPROVEMENT PROJECTS
The City of Cupertino is requesting proposals from qualified firms to provide traffic engineering
services for the six transportation improvement projects.
Submittal Instructions: Interested firms must submit five (5) copies of their proposal to: Raymond
Chong, City Traffic Engineer, City of Cupertino, 10300 Torre Avenue, Cupertino, CA 95014. The
deadline for submittal is Thursday, December 7, 2000 at 2:00 p.m. Incomplete or late submittals
may be rejected.
Project Background/Description: The goal of these projects is to improve traffic safety at major
intersections, collector corridors and public schools. The project will install traffic signal hardware,
other traffic control devices, and roadway design features as appropriate. Advanced procurement
of traffic signal hazdwaze will provide cost savings and reduce time delays. The primary benefit is
to improve traffic safety for drivers and student:. The scope of work for these projects will generally
include as applicable: preparations of plans, s~~ecifications & estimates and retimings of corridor
traffic signals.
• State Route 85 at Stevens Creels Boulevard Traffic Signal Upgrade -
The purpose of the project is reducing right ankle and rear end collisions at the major intersections
by modifying the traffic signal. There is a conflict with vehicles making right turns from northbound
State Route 85 onto Stevens Creek Boulevard ~Nith vehicles exiting from•De Anza College. At the
northeast corner of northbound State Route 85 on Stevens Creels Boulevard near the Oalcs Shopping
Center, there are two concerns. The first one i:~ the safe pedestrian crossing against the westboluzd
free right tum vehicles. The second conceni is allowing free turn vehicles to continue their
movements apart from the traffic signal. An encroachment permit from Caltrans for the work is
required. The City will deploy a red light rurvung photo enforcement system at this location.
November 1, 2000
Request for Proposals: Cupertino Transportation Improvement Projects
Page 2 of 9 '
• Stelling Road Corridor Traff c Signals Upgrade -
The purpose of the project is to reduce rear enc. collisions in the collector corridor by modifying the
traffic signals with interconnect, upgrading tr~~ffic signs, and upgrading pavement markings.
This collector corridor is adjacent to De Anza College on the westside. A potential improvement is
to interconnect the traffic signals by wireless communication and to coordinate the traffic flows
during peak periods. Naztec 900 series controllers control the traffic signals with microwave data.
systems for communication.
• Bubb Road Corridor Traffic Signals Upgr;~de -
The purpose of the project is to reduce rear e:nd collisions in the collector corridor by modifying
traffic signals with interconnect, upgrading tr~cffic signs, and upgrading pavement markings. This
collector comdor run through industrial empl~~yment center with peals periods bf traffic.
A potential improvement is to interconnect the traffic signals by wireless conununication and to
coordinate the traffic flows during peals periods. Naztec 900 series controllers control the traffic
signals with microwave data systems for communication.
• Purneridge Avenue Corridor Traffic Sign~ils Upgrade -
The purpose of the project is to reduce rear end collisions in the collector corridor by modifying
traffic signals with interconnect, upgrading tr~3ffic signs, and upgrading pavement markings.
This collector corridor runs through Hewlett Packard Campus and The Hampton's apartment
complex. A potential improvement is to interconnect the traffic signals by wireless communication
and to coordinate the traffic flows during peak periods. Naztec 900 series controllers control. the
traffic signals with microwave data systems f ~r communication.
• Wolfe Road at Pruneridge Avenue Traffic: Signals Upgrade
The purpose of the project is to reduce right angle and rear end collisions at the major intersection
by modifying the traffic signal, upgrading traffic signs, and upgrading pavement markings.
This traffic signal operation is affected by traffic by adjacent developments and commute vehicles
from Sunnyvale. Major developments include Cupertino Village, Hilton Garden Inn, The
Hampton's apartment complex, and Hewlett l?ackard Campus.
• Lincoln Elementary, Kennedy Middle and Monta Vista High School Traffic Calming Measures
The purpose of this project is to apply a comprehensive and integrated approach to reduce the
potential for student injuries and fatalities. Worlc type improvements will enhance safety for wallcing
and bicycling for students on safe routes to schools. They include sidewalk improvements, traffic
calming and speed reduction, and pedf;strian/bicycle crossing improvements, off-street
pedestrian bicycle facilities, and traffic control devices.
November 1, 2000
Request for Proposals: Cupertino Transportation Improvement Projects
Page 3 of 9
A potential improvement is to enhance the two new crosswalk warning systems on McClellan Road
across from Lincoln Elementary and Monta Vista High Schools. At the intersection of McClellan
Road at Bubb Road, a northbound right turn lane was recently installed. The traffic signal also was
retimed for school peak periods. A suggestion is to add LED pedestrian countdown signals. During
project development, the City will coordinate this project with Cupertino Union School District,
Fremont Union High School District and other interested parties.
All traffic signals in Cupertino are managed by the City's new "Streetwise" Advanced Traffic
.Management System software by Naztec, Inc:. Naztec 900 traffic signal controllers operate the
_ traffic signals.
Funding/Budget: These transportation improvement projects are federally funded via Hazard
Elimination Safety Program and Safe Routes to Schools Program under Transportation Equity Act
of 215 Century (TEA-21). .The total project budget varies for each one. This includes all
administration, design, construction and conti~lgency costs to successfully implement the projects.
• State Route 85 at Stevens Creek Boulevard Traff c Signal Modification -
Tlie total project budget is $75,000 from Hazard Elimination Safety Program. The funding deadline
to award construction contract for this project is September 30, 2001. Construction fluids must be
obligated prior to advertising for construction bids.
• Stelling Road Corridor Traffic Signals Upgrade -
The total project budget is $80,000 from Hazard Elimination Safety Program. The funding deadline
to award construction contract for this project is September 30, 2002. Construction funds must be
obligated prior to advertising for construction bids.
• Bubb Road Corridor Traffic Signals Upgrade -
The total project budget is $50,000 from Hazard Elimination Safety Program. The funding deadline
to award construction contract for this project is September 30, 2002. Construction funds must be
obligated prior to advertising for construction bids.
• Purneridge Avenue Corridor Traffic Signsrls Upgrade -
Tlie total project budget is $80,000 from Haza~•d Elimination Safety Program. The fiuiding deadline
to award construction contract for this project is September 30, 2002. Constriction funds must be
obligated prior to advertising for construction. bids.
November 1, 2000
Request for Proposals: Cupertino Transportation Improvement Projects
Page 4 of 9 .
• Wolfe Road at Pruneridge Avenue Traffic Signals Upgrade
The total project budget is $75,000 from Hazard Elimination Safety Program. The funding deadline
to award construction contract for this project is September 30, 2002. Constriction funds must be
obligated prior to advertising for construction bids.
• Lincoln Elementary, Kennedy Middle and Monta Vista Higlz School Traffic Calming Measures
The total project budget is $400,000 from Safe Routes to School Program. The funding deadline
to award construction contract for this project is September 30, 2001. Constriction funds must be
obligated prior to advertising for construction bids.
Information available from the City:
The following information is attached to this ]ZFP:
• Project Location Map
• Safety Index Calculations
• Work type Improvements Project
Other information that will.be made available to the selected consultant include the following:
• Timing plans
• Traffic data (intersection traffic volumes, speed surveys)
• Traffic collision data
• Aerial photographs
• Improvement plans
• Transportation System Management iVlaster Plan
• Safe routes to school
General Scope of Services: The City generally defines scope of worlt for the project as follows:
Taslc 1-PROJECT MANAGEMENT:
This task shall include all the necessary activities for the consultant to manage the project. It includes
coordination with subconsultants, utility comp~aries, other agencies, Caltrans and the City. Specific
tasks include the following:
• Prepare and update Project Contact Li:;t
• Prepare and update Project Schedule
• Prepare Monthly Progress Reports -including work accomplished during the past month;
work scheduled for the upcoming month, any outstanding issues that may affect schedule
and/or budget, and status of budget
• Prepare meeting agendas, meeting minutes, including action items
November 1, 2000
Request for Proposals: Cupertino Transportation Improvement Projects
Page 5 of 9
• Attend ltick-off and monthly progress meetings with City
Taslc 2 -CONCEPTUAL DESIGN:
This task shall include data collection, base mapping, review, inventory and assessment of the
existing hardware in the field. Any unique conditions or those that may impact the implementation
should be identified. Design parameters and guidelines that should be incorporated into the project
should be identified. A Concept Design F:eport shall be prepared that details the planning,
implementation and construction of the proje~:t. Specific tasks may include the following:
• Review existing conditions, data, plar.~s, and information.
• Identify, collect and reduce additional data needed.
• Prepare base maps and/or graphics.
• Assist City to obtain Caltrans Right=of--Way Certification
• Prepare Concept Design Report that ir.~cludes summary of data and design parameters to be
incorporated into project.
Taslc 3 -FINAL DESIGN:
This task shall include preparation of plans, specifications and estimates (PS&E) for the traffic signal
hardware, traffic control devices, and roadway design features. The PS&E shall cover the necessary
system hardware requirements and the provi:~ions for contractor installation. Specific tasks may
include:
Develop PS&E
Prepare traffic signal timing plans for v~~eekday morning, midday and afternoon peals periods.
Assist City to obtain Caltrans Encroachment Permit.
Taslc 4 -PROJECT IMPLEMENTATION & CONSTRUCTION SUPPORT:
This task shall be implementation of the project in the field. It shall include technical support during
the bid, construction and post-construction phases of the project. Specific tasks inay include the
following:
• Prepare bid addenda
• Attend pre-bid meeting
• Attend pre-construction meeting
• Conduct field visits
• Review submittals
• Respond to request for information
• Assist in implementing and adjusting ~!raffic signal timing plans.
November 1, 2000
Request for Proposals: Cupertino Transportation Improvement Projects
Page 6 of 9
GENERAL PROPOSAL REQUIREMEN7CS
Disadvantaged Business Enterprise Program Requirements: The provisions of Title 49, Part 26
of Code of Federal Regulations (CFR) and thy: City of Cupertino's adopted DBE Program require
that Disadvantaged Business Enterprise (DBE) have the opportunity to participate in federally
funded transportation projects. The agency h;~s established the goal of 10% DBE participation in
this consultant agreement. In order to meet these requirements, the following criteria have been
established.
Participation by Caltrans certified DFSEs as a prime consultant or subconsultants in this
contract or
A good faith effort by the prime consultant in trying to secure participation by DBEs prior
to award of this contract. Documentation of a good-faith effort is to be submitted in writing
and consists of the following:
• A list of Caltrans certified DBI?s solicited.
• Description of efforts to use: the services of available minority community
organizations; minority contractor groups; women contractor groups; and Local,
State and Federal minority business assistance centers in the recruitment and
placement of DBEs, including name of contact, date of contact and information they
provided.
• Identification of the portions o~.'the work to be performed by DBEs including type
of work and dollar value.
• Documentation of good faith negotiations between subcontractors and interested
DBEs inchding names and dollar values of all bids.
The consultant shall provide DBE informatioi;: on level of participation by DBEs on the project.
Insurance and Indemnification Requirements: During the colrrse of work, the following insurance
and indemnification requirements with the City as additional insured will be in force. General
minimum requirements are as follows:
• Workers compensation insurance to cover its employees ($1.0 million for each occurrence).
• Commercial general liability insurance including personal injury and property damage
insurance ($1.0 million for each occurrence and $2.0 million in aggregate).
• Automobile liability insurance ($1.0 million for each occurrence).
• Professional liability (errors and omissions) insurance ($1.0 million for each occurrence).
• Indemnification and hold harmless provisions related to the consultant's negligent acts, errors
or omissions.
Consultant shall use the City's insurance forms with the consultant agreement. Sample ones are
attached for your review. If you have any problems, state them in the tecluucal proposal.
November 1, 2000
Request for Proposals: Cupertino Transportation Improvement Projects
Page 7 of 9
Consultant Agreement Requirements: A sample consultant agreement outline plus certifications
are attached for your review. If you have any problems, state them in the technical proposal.
Business License .Requirements: The consultant and their subconsultants must hold or obtain
business licenses in the City for any work within City limits.
Proposal Content: Proposals must include tree following information:
Introduction: Introduce the proposal, including a statement of the proposer's understanding
and approach of the project. Give the :name of the firm submitting the proposal, its mailing
address, telephone and fax number and the name of the contact person. Identify all proposed
subconsultants.
2. Qualifications: The following inform~rtion shall be submitted for the prime consultant and
all proposed subconsultants to demonstrate the firms unique qualifications to perform the
work:
Brief company resume
Resumes of key personnel to be assigned to this project
List of similar projects (not more than 5) which best illustrate current qualifications to
perform this project
Worlc Plan: The work plan of tasks, work products and meetings shall be consistent with the
Scope of Work and include the following elements:
• Name of Project Manager
• Organization chart showing the proposed relationships between all lcey personnel and
support assigned to the project
• Description of proposed responsibilities of each person on the organization chart
• Description of the approach and methodology to provide traffic engineering services
• Estimate of work hours by staff fo:- each task
4. Project Schedule: The proposal shall f~resent a comprehensive project schedule of tasks to
reflect the time frame required to com}~lete each milestone listed in the Scope of Worlc. It
shall include a completion date for each milestone and identify milestones that are
interdependent. Proposal should address how this schedule will be met. The anticipated
schedule of activities related to this pr~~ject is as follows:
Milestone Date
Proposals Due December 7, 2000
Interviews Not applicable
Consultant Selection December 13, 2000
Final Scope/Cost January 18, 2001
Council Award of Design Contract Febniary 5, 2001
November 1, 2000
Request for Proposals: Cupertino Transportation Improvement Projects
Page 8 of 9
Execute Consultant Agreement/Notice to Proceed March 5, 2001
Conceptual Design Complete May 7, 2001
Final Design Complete July 2, 2001
Caltrans Authorizes Construction Funds July 16, 2001
Advertise for Construction Bids July 25, 2001
Open Bids August 28, 2001
Council Award Construction Contract September 17, 2001
Contract Notice to Proceed October 15, 2001
Construction Complete January 14, 2002
5. Statement: The proposal shall include a statement regarding the consultant's acceptance of
the City's requirements for Disadvantaged Business Enterprises, insurance and
indemnification's, consultant agreements and bl~siness license that are presented herein. The
consultant shall clearly state any~exc~ptions. A principal, officer or owner of the firm with
authority to bind the consultant, shall ;sign this statement.
Cost Proposals: The cost proposal shall cover all traffic engineering services for each project. A
sample one is attached for your review. The t~asis of payment shall be actual cost plus a fixed fee
with a stated maximum contract limit. Consultant shall submit the cost proposal sealed in separate
envelope and plainly endorsed "COST PROPI~SAL". It shall consist of the following items:
• A one page summary that lists the key items of cost with the total not to exceed the cost of
the work
• Work breakdown by task
• Identification of any unclear contract requirement and suitable resolution for it
• DBE information form, including good faith efforts
Consultant Selection Process: The propos<<ls will be evaluated and ranked by a ,Consultant
Selection Committee (CSC). The CSC may include City staff and others. The CSC may reject any
proposal if it is conditional, .incomplete or ~~ontains irregularities. The CSC may waive any
immaterial deviation in a proposal. Waiver of an immaterial deviation shall in no way modify the
Request for Proposals docLUnents nor affect recommendation for award of t11e contract. The criteria
for selection of the consultant shall include:
• Understanding of work
• Experience with similar kinds of work
• Quality of staff
• Capability of developing innovative or advanced techniques
• Knowledge of Local, State and Federal procedures
• Financial responsibility
• Intent for Disadvantaged Business Enterprises participation
November 1, 2000
Request for Proposals: Cupertino Transportation Improvement Projects
Page 9 of 9
The Consultant Selection Committee (CSC) will shortlist the fines. The CSC will evaluate the
proposals and rank the consultants based on th.e above criteria. The City will negotiate a consultant
agreement with the top-ranked consultant. If ;~n agreement on cost cannot be reached with the first
choice, then the City will open negotiations vrith the next highest ranked candidate.
For any questions please contact Joe Enloe of ~~umwalt Engineering Group at jenlce@zeginc.com or
925-830-5016.
Sincerely,
Ralph A. Qualls, Jr.
Director of Public Worlcs
Raymond D. Chong, P.E.
City Traffic Engineer
CC: Joseph C. Enloe, Zumwalt Engineering; Group
Attachments: Project Location Map
Safety Index Calculations
Worlc Type Improvement Projf:ct
. DBE Information Forms
Insi.~rance Forms
Sample Consultant Agreement Outline plus Certification
Sample Cost Proposal
EXxIBI'C "~"
SCOPE OF SERVICES
Kimley-Horn and Associates, Inc. will provide engineering services for the design of traffic calming
measures in the vicinity of Lincoln Elementary School, Kennedy Middle School Monta Vista High
schools. Kimley-Horn will address the speeding and safety problems through engineering solutions.
These will include a variety of traffic calming devices that can reduce speed, decrease volumes, and/or
improve safety. For example, speed humps and traffic circles can be used to slow traffic, and curb
extensions can improve pedestrian safety. The goal of engineering is to create a roadway design that is
"self-enforcing", where drivers naturally recognize and drive at the appropriate speed, without the need
for extensive police enforcement.
Kimley-Horn will provide the following services:
Task 1-Project Kickoff and Administration
The meeting will serve the following purposes:
• Review the work program and expectations
• Discuss data collection needs and objectives
• Discuss traffic calming issues
• Discuss potential traffic diversion to surrounding streets
• Discuss unique features of the overall study an~a
Kimley-Horn will incorporate traffic calming measures already identified by the City staff through their
ongoing efforts with the local residents. City staff has already conducted preliminary studies of the
affected neighborhoods and has a preliminary percepti~~n of many of the traffic calming measures that
may be implemented.
Task 2 -Data Collection and Draft and Final Traffic• Calming Plan
Kimley-Horn will conduct a field review to identify the data collection requirements for the project. The
City of Cupertino will collect any additional traffic co~~nts or speeds required for the project.
Kimley-Horn will prepare a report of potential traffic calming measures that are appropriate for
McClellan Road, Bubb Road, and Rainbow Drive. Th~~ report will help avoid potential conflicts by
considering the following criteria for the traffic calming devices:
• Purpose of the device
• Effectiveness at reducing vehicle speeds
• Potential for traffic diversion
• Impacts to emergency services
• Impacts to other service providers such as fire, bus and trash collection
• Impacts to on-street parking
• Noise impacts from the device
• Approximate construction and maintenance costs
Based on this criteria and City staff input, the draft plan will recommend whether a particular device is
appropriate.
Page 1
Kimley-Horn will present the Revised Traffic Calmin€; Plan to the affected residents. At the meeting, we
will discuss traffic calming options and the process of developing the draft plan. Kimley-Horn will seek
comments on the plan, ideas for minor modifications, ;end ultimately, support for the concepts.
A second meeting will be held if more time is needed 1:o review the plan with the neighborhood or the fire
district. Kimley-Horn will incorporate appropriate comments from the public meetings.
Kimley-Horn will present the Revised Traffic Calmin€; Plan, with citizen input, to the City. Our
presentation will incorporate both text and graphics. k;imley-Horn will answer questions and will
incorporate the City's comments as appropriate.
Based on input from the City and residents, the Final Traffic Calming Plan will be prepared.
Kimley-Horn will provide ten copies of the draft and the final Traffic Calming Plan to the City.
Task 3 -Plans, Specifications and Estimates
Kimley-Horn will prepare PS&E based on the adopted Traffic Calming Plan. Plans will be prepared in
AutoCAD, showing the proposed traffic calming measures. Drawings will show typical dimensions of the
devices and recommend associated signing and stripin,.
Technical specifications and estimates of probable costs will be developed for City review.
Kimley-Horn will submit a 65% and a 95% PS&E for City review and approval. Six copies of the PS&E
will be provided to the City and Utility companies for review.
Upon City's final review, Kimley-Horn will submit one signed and sealed set of the 100% PS&E for
bidding purposes.
Kimley-Horn will coordinate with the school districts during the design phase of the project.
Task 4 -Construction Support Services
Kimley-Horn will provide construction support services for implementation of the traffic calming
measures. All services for construction support will bf; provided on a time and materials basis as shown
on the level of effort estimates. Additional services beyond the estimated levels will be provided on a
time and materials basis.
The following are the services provided during the construction phase:
• Attend pre-bid meeting -Kimley-Horn will attend the pre-bid meeting for the project.
• Bidding Support -Kimley-Horn will answer questions during the bidding phase, and if necessary,
issue addenda
• Attend pre-construction meeting -Kimley-Horn will attend the pre-construction meeting.
• Conduct field visits -Kimley-Horn will attend field meeting to respond to questions. We have
included two field meetings in our budget.
• Review contractor submittals -Kimley-Horn will review contractor submittals and will provide
Page 2
• Respond to requests for information (BFI's) - Kimley-Horn will provide responses to the
Contractor for questions during the construction phase.
Page 3
tXN~a~T~C"
~'IO~D~
City of Cupertino Capital Improvement Program
Traffic Calming Project
Level of Effort Estimate
Task Nejad Moss West Colson Thomas Clerical Total
Task 1 -Kick Off Meeting & Administration
Task 1.1 -Kick Off Meeting 4 4 4 2 14
Task 1.2 -Prepare Project Contact List 2 2 4
Task 1.3 -Public Meetings (Traffic Calming) 8 8 2 18
Task 1.4 -Prepare Monthy Progress Reports 16 16 32
Task 1.5 -Progress Meetings (2 Meetings) 8 8 2 18
Task 2 -Data Collection and Draft./Final Traffic Calming Plan
Task 2.1 -Review Existing Conditions and Data 2 8 2 12
Task 2.2 -Identify, Collect and Compile Additional Data 2 8 8 2 20
Task 2.3 -Prepare Base Maps and/or Exhibits 8 4 16 8 36
Task 2.4 -Prepare Draft and Final Traffic Calming Plan 4 16 8 10 40 16 94
Task 3 -Plans, Specifications and Estimates
Task 3.1 -Prepare 65% PSBE 2 8 40 24 40 8 122
Task 3.2 -Prepare 95°~ PSBE 8 16 16 24 24 8 96
Task 3.3 -Prepare 100°~ PSBE 4 8 8 8 24 4 56
Tack d - Cnnstt~ur_tinn Snnnnrfi .~,esrvicac
Task 4.1 -Pre Bid Support 8 4 2 14
Task 4.2 -Attend Pre Bid Meeting 8 2 10
Task 4.3 -Attend Pre Construction Meeting 8 2 10
Task 4.4 -Conduct Field visits (2 Meetings) 16 8 4 28
Task 4.5 -Review Submittals 2 8 8 4 22
Task 4.6 -Respond to Requests for Information (RFI's) 2 24 8 2 36
Total Hours 26 170 120 86 152 88 642
Rate $52.88 $31.50 $40.87 $26.44 $22.50 $20.50
Direct Cost $1,375 $5,355 $4,904 $2,274 $3,420 $1,804 $19,132
Overhead at 168.49 $2,317 $9,023 $8,263 $3,831 $5,762 $3,040 $32,236
Direct and Overhead $3,691 $14,378 $13,168 $6,105 $9,182 $4,844 $51,368
Fee at 10% $369 $1,438 $1,317 $611 $918 $484 $5,137
Sub-Total $4,061 $15,815 $14,485 $6,716 $10,101 $5,328 $56,505
Indirect Expenses at 2.6% $106 $411 $377 $175 $263 $139 $1,469
Sub-Total Labor $4,166 $16,227 $14,861 $6,890 $10,363 $5,466 $57,974
Direct Cost $2,000
Computer Expense at $23.66 $2,839
Total $62,813
txN~~,iT ~
City of Cupertino
Traffic Calming Project
Project Schedule
Janua Februa March A ril Ma June Jul Au ust
ID Task Name Duration Start Finish 1/7 1/141/21 1/28 214 11 18 25 3!4 /11 /18 /25 4/1 4/8 /15 122 /29 5/6 113 /20 /27 6/3 /10 /17 /24 7/1 7/8 /15 /22 /29 8/5 12 /19
1 Notice to Proceed 0 days 1/16/01 1/16/01 ~ 18
2 Data CollectioNField Review 4 days 1/23/01 1/26/01 iI
3 Field Meeting and Walkthrough 0 days 1/25/01 1/25/01 I 1j25
4 Prepare Concept Plans 10 days 1/29/01 2/9/01
5 Submit Concept Report 0 days 2/12!01 2/12/01 ~ 12
6 City Review 5 days 2/12/01 2/16!01
7 Finalize Concept Design 5 days 2/19/01 2/23/01
8 internal Review Meeting 0 days 2/26/01 2/26/01
ss ~ Z/26
9 Prepare 65% PS&E 20 days 2/19/01 3/16/01 E
10 City Review 4 days 3/20/01 3123/01
I
~ i
11 95% PSBE 10 days 3/26/01 4/6/01 ~ i
12 City Review 5 days 4/9/01 4/13/01
13 Finalize PSS:E & Prepare Bid Package 10 days 4/16/01 4/27/01
14
JYYll llt I VU%O rJOtG Ol OIY fCI.IWd6
u YG)IJ
Y/27/V i
1ILIIV ~ I
~
~27 i
1 ~
15 Request for Bids 21 days 4/30/01 5/28/01
16 Select Contractor 5 days 6/5/01 6/11/01
17 Notice to Proceed 0 days 6/16/01 6/18/01 ~ ! 6/78
'
18 Construction 35 days 6/19/01 8/6/01 ~
19 Accept Project {Council Meeting) 0 days 8/13/01 8/13/01 ~ • g/13
i
Project: schedule
Date: 1/10/01 Task Milestone • Rolled Up Split External Tasks _w~
Split ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ Summary ^ Rolled Up Milestone 0 ' ' ' ' , , , Project Summary
Progress Rolled Up Task ® Rolled Up Progress ~
Page 1
EXHIBIT E
CERTIFICATION O]F LOCAL AGENCY
I HEREBY CERTIFY that I am the Director of Public Works , of the City
of Cupertino, and that the consulting firm of Kirnley-Horn and Associates, Inc. or its
representative has not been required (except as Herein expressly stated), directly or indirectly,
as an express or implied condition in connection with obtaining or carrying out this agreement
to:
(a) employ, retain, agree to employ or retain, any firm or person; or
(b) pay or agree to pay, to any firm, :person or organization, any fee, contribution,
donation, or consideration of any kind.
I acknowledge that this Certificate is to be made available to the California Department of
Transportation (Caltrans) in connection with this agreement involving participation of Federal-
Aid Highway funds, and is subject to applicable State and Federal laws, both criminal and
civil.
March 29, 2001 `~~ ~ ~ ~ ~~
(Date) (Signature)
13
EXHIBIT F
CERTIFICATION OF CONSULTANT
I HEREBY CERTIFY that I am the i C C' 9 .r C'.J ~ C,~E,~,~ ,and dul
Y
authorized representative of the firm of Kimley-:Horn and Associates, Inc., whose address is
5776 Stoneridge Mall Road, Suite 260, Pleasanton, CA 94588, and that, except as hereby
expressly stated, neither I nor the above firm that I represent have:
(a) employed or retained for a commission, percentage, brokerage, contingent fee,
or other consideration, an;' firm or person (other than a bona fide employee working
solely for me or the above consultant) to solicit or secure this agreement; nor
(b) agreed, as an express or implied condition for obtaining this .contract, to employ
or retain the services of any firm or pers~~n in connection with carrying out the
agreement; nor
(c) paid, or agreed to pay, to any firm, organization, or person (other than a bona
fide employee working solely for me or the above consultant) any fee, contribution,
donation, or consideration of any kind for, or in connection with, procuring or carrying
out this agreement.
I acknowledge that this Certificate is to be made available to the California Department of
Transportation (Caltrans) in connection with this agreement involving participation of Federal-
Aid Highway funds, and is subject to applicable State and Federal laws, both criminal and
civil.
(Date)
1
~,1 ,-~-
(Sign re)
14•
ACORD,,,, CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YY)
01/12/2001
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ABERCROMBIE INSURANCE AGENCY, ~
, =r~ ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P. O. BOX 5857 / ~ ~g „. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
JACKSONVILLE
F
322 ~.~~'r; F'~1LTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
,
L
47-5857
P:904-396-4404 F:904-396-6137 `'~~ r`.< INSURERS AFFORDING COVERAGE
INSURED INSURER A: TRAVELERS PROPERTY CASUALTY INS COMPANY
KIMLEY-HORN AND ASSOCIATES , INC .
INSURER B:
P O BOX 33068 INSURER C:
RALEIGH NC 27636-3068 INSURER D:
INSURER E:
r_nvFRnr:Fs
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 CONTRACTOR OTHER DOCUM1IENT 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 CLAI~AS.
INSR TYPE OF INSURANCE POLICY NUMBER POU.ICY EFFECTIVE POLICY EXPIRATION LIMITS
GENERAL LIABILITY EACH OCCURRENCE $ 1 000 000
p' ® COMMERCIAL GENERAL LIABILITY P-630-315X3476-TIL-00 0!)/01/2000 09/01/2001 FIRE DAMAGE (Any one fire) $ 500,000
^ CLAIMS MADE ~ OCCUR MED EXP (Any one person) $ 5, 000
^ PERSONAL & ADV INJURY $ 1, 000, 000
^ GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ 2 , 000 , 000
^ POLICY ® PRO ^ LOC
AUT OMOBILE LIABILITY
COMBINED SINGLE LIMIT
$ 1, 000, 000
ANY AUTO (Ea accident)
^ ALL OWNED AUTOS
A p-g10-171L6115-TIL-00 0!)/01/2000 09/01/2001 BODILY INJURY
$
SCHEDULED AUTOS (Per person)
® HIRED AUTOS
BODILY INJURY
$
NON-0WNED AUTOS (Per accident)
PROPERTY DAMAGE
^
Pe
a
id
t $
(
r
cc
en
)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
^ ANY AUTO OTHER THAN EA ACC $
^ AUTO ONLY:
AGG $
EXCESS LIABILITY EACH OCCURRENCE $
^ OCCUR ^^ CLAIMS MADE ~ AGGREGATE $
^ DEDUCTIBLE $
^ RETENTION $ $
WORKERS COMPENSATION AND WC STATU- TH-
A EMPLOYERS' LIABILITY
836G880-2-00
OS~/01/2000
09/01/2001
E.L. EACH ACCIDENT
$ 1, 000, 000
E. L. DISEASE-EA EMPLOYE $ 1,000,000
E.L. DISEASE -POLICY LIMIT $ 1 , 000 , 000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/:iPEC1AL PROVISIONS
PROJECT: #097043001 - TJM - TRAFFIC CALMING IN THE V]CCINITIES OF LINCOLN
ELEMENTARY, KENNEDY MIDDLE AND MONTA VISTA HIGH SCHOOLS. SPECIAL ENDORSEMENTS
ATTACHED.
CERTIFICATE HOLDER ® ADDITIONAL INSURED; INSURER LETTER: _p'_ CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
CITY OF CUPERTINO DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 030 DAYS WRITTEN
ATTN : RAYMOND CHONG, CITY TRAFFIC ENG . NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
10300 TORRE AVENUE IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
CUPERTINO CA 95014 REPRESENTATIVES. //J
AUTHORIZ 0 REPRESENTATIVE
4087773240 4087773333 ~_ r ~ ~ ~ -_ ~/
ACORD 25-5 (7/97) ~ ! /~p(4CORD CORPORATION 1988
01/11/01 THt1 13:54 FAX 602 944 5500 KIMLEY HORN & ASSOC. PHX -~~-~ ABERCROMBIE
01/10/2001 WED '11:14 F'AX 925 g63 5641 RxMI'.EY-BORN ->-+-+ nnn-rtAVni.ia
t -0~-aim 1 6 ~ 3BPM FROM ZtJMWAt.T ENG 1N GROUP '~25 $3CS 5Ca23
CUP i~TINO ENDOR5ElVliENT OF pR3MA,R'Y INSURANOE
Tn consideratlan of the policy premium and :notwithstanding arAy inao»sistent statement in the
Polley to which tk~is Endorsement is attached ~~r any other Endorsement attached thereto, it is
agreed as follows:
Tho insurance afforded by this policy is primary insurance, r~.nd no additional insurance
held or owned by the dcsirnatcd additional insured(S) shall be called upon to cover a loss under
said additional policy-
POL1<CY XNFp1ttMA,TIt~N
1. Insur~nc:e Company: Travelers Property Casualty Ins . Co .
z. .Ir~suran,ca Policy Number: P-630-315X3476-TIL-00
January 12 2001
3. Effcctivn Date of tl-~is Endorsement:
X021
N :`E3 - -
~, Instead; Kimley-Horn and Associates, Inc.
All notices herein provided to be given by the Tnsuranoe CorrApax-y to the City In
cenFtcctiaa with tl~ia policy and this Additional j;egured Endorsement, shall be mailed to or
delivered tv rite City iii 10300 Torte Avenue; (:upeitlno, California 95014,
I James E. Abercrombie, Jr. (plint/Cypenamo)
Warrant that I havo authority to bitsd the belo~n listed Instaxaztce Company and by my signature
hereozt do sv bind tk~is Connpany.
Signature of Authoxizad Reproscrttative: % ~~ - ~ ~' •
(Origiu,al signature reriuired on a~l.E do>rsemCnts fumishcd o e District)
iName of~
IA~e-~t/~,~en4y: Abercrombie Zns. Agency, Inc.
Address: P • 0 • Box 5857
Jacksonville, FL 32247-5857
~_
'rjtle; Vice-President/Agent
Telephone) X904) 396 rt440~4
Facsir~n-t1e: (904) 396-6137
Primary 'ErcloXsc'mtatt Page 1 of
ox/il/O1 THU 10:00 [TX/RX NO 9031] I~]O10
O1/1?/O1 THU 13:55 FAX 602 944 5500 KIMLEY HORN & ASSOC. PHX -~-~-~ ABERCRUMBIE
KIMLL'Y-SOliN -•~a nlc.n-r n•.•%~++A
01/10/2001 WED 21:15 FAX 025 4a3 584x
t -o3~2P_~01 ~ = 39PM Ff~UT~1 GUMWAL I tniC3 iN ~~-~[.~uY ~~~ a:~~ SYa~~
CUP 1~TIN0
R,DDITxONAI. YNSUI~L ~NDORS1EtlVt)GN'T
In consideration of the policy promium and notwithstxndin~ any inconsistent statement in the
>olicy tv whi~l:~ this End~rsement'is attached or anY otha~r Endarserriant attached thCraty, it is
.greed as follows:
The City of Cupertino ("City") and its ditect:oxs, oPElcerS, engineers, ~gcnts and crnployees,
and all public agencies from whom permits will be obtained ~d their directors, of6cexs,
engineers, ggt~ntS and emplc7yees are hereby decl:ucd to be additional usuteds under the terms of
this policy, httt only rvitl~. r~^F~l~ac•1. iu tl~.c c~pr.,ra~kior,s of the Cc~,ntrac~t~r at or upon ariy ~pf the
premises of the City in coiittactiot~ with tfc Cor~tre~ct with the City, Ot acts or Qxnissions of the
additional insureds in va~nnectiot~ with, but ]irnited to its gCn~ral supervision ar inspecticm c~l'said
operetion~. ~ .
pQLTCX INFOTtMAT101~T
1. Insurance Company: Travelers Property Casualty Ins. Co.
P-630-315X34;6-TIL-00
~. Insurance Policy Number:
[~oz~
r~---
~J~inuary .12 X2001
Effective Date of this Endorsement: --
4. Ynsured: Kimley-Horn and Associates, Inc.
All notices herein provided to be ~'iven exy t'he Insurance Company to the City in coineetion
with this policy and this AddiC[onal Insured EI}dorscmrnt, shall be mailed to or delivered to the
City at 10300 'roTrc Avenue; Cupartinv, Califanaia 95014.
James E. Abercrombie, Jr. (print/type natlxe)
T, .
warrant that t have authority to bind the below li,;ttd Inswa~ a Company and by my si&nature
berebn do so bind this Cornpatly. ~
Signature of Authorized Repzaser,tatiwa: i _~ ~Y ~0
(Original signature required on ail End~ors, tl1er-ts furnished tot c Istrict)
Names of Lnc.
Agcnt/.°,~garicy:Abercrombie Ins~Agency,
Title: Vice-President/Agent
P.O. Box 5857 '[,elephone: X904) 396-4404
Jacksonville, FL 32247-5857 Facsimile: (904) 396-6137
Rddit{onal Insured $ndonement Page 1 of 1 .
01/11/01 THU 10:00 [TX/RX NO 9031) f~J011
u1; 11iU1 THU 1x:55 FAh 6ii2 A44 5540 IiIMLEY HORN & ASSI~~ PHX ~~~ ABERC;RUMBIE
O1/10/~001 WEDL1: 18 FAX 9'L6 463 5ft41 KIM:~EY~ILUt{~V -+~-- nnn-a ax.,..++~~
I -173-G1~ ~ o :.~~rM I'rc~ri LIJI'11YHL I Clvu 1 ~~ Marc ~+ur GP o.a~c~ :,. ¢.i c.~
CUP~~ INO
WAI~>[;; OF SUBROGA.TIOrI »IYDUItSI~;1V1E1VT
'VS'Uk~ER'S COMPET~SATIQN INSUE.A.N~E
In con3ideratiotl of the policy premium and nAtWlthstSnding eriY inoptxSl3tcr~t Statement 1ri the
policy to which this Endorsement is attached or~ any other lradorsement attached thereto, it is
3grecd as fellows;
It is agreed that with rc~sp~.~.ct to Such insure_ncc as is aLCarcJcd by the policy, tho Trssuran~t
Company waives qtly right of subrogatia~n it rtia;r Require against Che City of Cupsrtirto, and each
of its directors, 4ftiaers, agents, cvrtyultants and employees by reason of any payment made on
account of injury, including doath resulting therefrom, sustained by any employee of the insured,
arising out of:he perfbrmanee o? the above-referenced Contract. ,
POLICX ~NFO~1V[ATIgN
X', In,sux-ance Company: Travelers Propert:,~ Casualty Ins. Co.
836G880-2-00
2. Insurance Policy Number:
3. $ffective Date of this Endorsement: __ January 12 X~~2001
4, InSUred; Kimley-Horn and Associates, Inc.
All notices herein provided to be~given by the Insurance Company to tl~e City in connection
with this policy aAd This Addition.at Inaurcd En~3orsercaez~t, skull be ,mailed fa or delivered to the
City at 10300 Torre Avenue; Cupertino, Califor:zia 95014.
j James E. Abercrombie, Jr. (printltype name)
warrant chat I have authority to bizxd the btllow listed Insurance Company and by my signature
hcyc~evn do so bind this Company.
~ / r
i Signature of ,A.utFtorizbd Representative: - -
(Urlglnal signature required on bll Endo: me is furnishad to the Dtgt ~, ct)
Names o£
A~ent/A~ency: Abercrombie Ins. Agency, Inc.
'Address; P . 0. Box 585 7
Jacksonville, FL 32247-5857
T3.ile: _Vice-President/Agent
T'ckepb,one: (904) 396-4404
Facsimilt: (904) 396=6137
Subrogation l:ndorscmeo= Page 1 of t
X1024
r"i'"_.
01/11/0], THii 10:04 [TX/RX NO fl031] l~013
_O1/11/01 _ THU 1:56 FAX 602 944 5500 KIM].EY HORN & ASSOC. YHX -~-~-~ AIiHR(;KUtrlttl~
KIML~EY-HORN ..rte-. 1~t1A-~n~ni. t..
r' K~11+~ Lyh1YY Ml_. ~ G,NU 11Y 'ahCUU1~ ~~n P.7~CJ or.+IC.~
O1/10/YOGI. WEA 11.18 FAX 925 46.3 5641
CUPEl~ 1NU
NO'I'~CE CIF PpZ,,IGY
CANCI~LLATIOI~I E1~~OIiSEMI%N'I'
In considcratlon of tl~o palioy pxesniutnn sand vatwithstandin~ anY inconsistcmt ataterz,e><1t in
he policy to rrvh~ch this Endorsement is attachc~3 ar any other ~,ndprscnlent attached thereto, it is
~1ead e_a follows:
Caneeflation rYatiee. The is-su>atnae ef.Forded by this policy Shall not be suspe>1d~~
voided, cazacaled, reduced in coverage or in limits, or materially altered, ~xccpt after thirty (30)
Says' prior written notice by certified mail, return roccxpt rcquestcd, ltas bccn givan to the City of
Cupe['titto ("City"). Such rtorGe shall ba addre:~sed to the City es indicatod belo~+v.
POLTC't'• INFORMATION
1, Itssuranre Com an Travelers Property Casualty Ins. Co.
P y~
~_ u ~ _>
r. ~.c
P-630-315X3476-TIL-00
2. Insurance Policy Number:
January 12 ,• 2001
3. Effective Date ofthis Endorsement:-
I~I4 Insu~: Kimley-Horn and Associates, Inc.
:4.11 noricc5 htrcin pm `ari'l onabl Ins~°dbF-ndorsem.entc5 ~1 he ma led to ar delivexed to tk c
with this policy and this
City at 1030Q Torre Avenue; Cupertizto, Califc~riiia 95Q14,
James E. Abercrombie, Jr. (printltype name)
1,
warrant that I issue authority to bind the bolaw liatod Insurance Company and by my .signature
hereon do so bind this Compesny.
J ~ t.
Signatut~e of Authorized Representativc:_?.
• (Origins! si~ture required on all Endo~CS~~ ez~ts furnished to the i 'ct)
Names of Vice-President/Agent
AgcntJAgcnCy: Abercrombie Ins. Agency, IT nc~ 't'itle: __
P 0., Box 5857 Tclephomo: X904) 396-4404
Addzess;i
Jacksonville, FL 32247-5857 1~ae5ltnile: '~~-~.-.-----
. Qe~,aellat;on findorseznent .PxLe 1 Of 1
01/11/01 TIIU 10:00 [TX/RX NO 9031) 0014
O1/11/O1 THU 13:55 FAX 602 A44 5500 KIMLEY HORN & ASSOC. PHX -~-~-~ ABERCROMBIE
O1/10/IDO,l WEA 21'18 FAX 925 4G3 557. K1M1.EY-HORN -'~~' r~^-•••"'~•'~'-
1 -q3-2f~ 1 b :.~~1-+M t- r<urt GUMrvHL. I tip l lv urcu~ ~~b a,~~o c•a~.~
CUY f~TINO '
' CC?N1PYt,EHEATS'1'VE tsENERAL L>(A1C~I~i.ITX
CONiME.RCLAL t~'1~N$]RAI. Y,Yq,$)CILXTY~ .
ENpORS~M>ENT OF AGGREGA']~'~'LIfM~TS OF iN$URANCIE PER pR4~ECT
In consideration of the policy prernitlsn and notwithstanding any incanaistent statement In the
>olicy to which this $ndorsement is attached or any other Endozsement attached thcroto, it is
agreed as follows:
This Endpxserraent modifies the, insutanoe provided under the Crcneral Liability Coverage part II
of the bclow•rcfcrcnccd policy of'i1os,,~ance.
The general gggregate limit under LINiI'rs of I)\1SUIZANGF~ applies separately to the project
iescribed as ~i097043001-TJM-Traffic Calming in the Vicinities of Lincoln
ementary, enne y i e •3n onto ista gh Sc oo s
POLICY )(NFp~i.MA,TTON
1 lnsui.ancc Cornp~Y: Travelers Property Casualty Ins. Co.
2. Insurance Policy Number: P-630-315X3476-TIL-00
3. Effective Date of this. Endorstmcnt; January 12 ~Iq 200 ~
4. insured; Kimley-Horn and Associates, Inc.
5, Additional Insured: City of Cupertino, its directors, officers, ggcnts and CI'LlplayCCS.
All notices herein provided to be gi~xi by the Insurance Company to the City izc canrtectian
with this policy and this Additional Insuzcd l:ndorsexner~t, shall be mailed to or delivered to the
City at 1030U'I'orrt Avenue; Cupertino, Califorhie 95014.
I James E. Abercrombie, Jr. (ptir~t/typc name)
Warrant that I havt~ authority to bind the below iist~d Insurance Company and by my signature
hereon dv so bind this Company. ~ '
Signtiture of A.uthoxized Representative:
(Original aignaturc tequirad on all Bn nrsE mints furnished to t istriet)
Names of Abercrombie Ins. Agency, Inc. Title: Vice-President/Agent
Ager-t/A~enc P: Box 5857 396-4404 .
Address ~ Telephone:
ac sonvl e, L 2 7-5357 ~ ~'acsilnlle: (904) 396-6137
..-~.-~-
q~gregate l;imite ~1do*ser'nent pogo 1 of 1
~JU~3
r '"~ ~ "-
of/11/oi THU 10:00 I'TX/RX NO 90311 X012
Client 297743
80KIMLEHOR
CERTIFICATE OF LIABILITY INSURANCE of j`i2 joi
PRODUCER
BB&T Insurance SerV1.CeS, IriC . THIS CERTIFICATE IS ISSUED AS A MATTER OF
ONLY AND CONFERS NO RIGHTS UPON THE INFORMATION
CERTIFICATE
5 6 0 5 Roanne Way HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P.O. Box 18708
Greensboro , NC 2 7419 INSURERS AFFORDING COVERAGE
INSURED
i
l INSURERA:S2CUrlty Insurance Co of Hartford
K
m
ey Horn & Associates, Inc. INSURER B:
Attn: Sherry Ecker
76
h INSURER C:
00 N. 15t
St. , Sulte 250
Ph
i
i INSURER D:
oen
x, Ar
zona 85016
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 CONDffION OF ANY CONTRACT OR OTHER DOCUMENT WEfH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUE3JECT TO ALL THE TERMS, EXCLUSIONS AND CONDEf10NS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
T
TYPE OF INSURANCE
POLICY NUMBER POLICY EFFECTIVE
/ POLICY EXPIRATION
pT M /
LIMITS
GENERAL LIABILITY EACH OCCURRENCE $
COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $
CLAIMS MADE^ OCCUR MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OP AGO S
POLICY PRO LOC
AU TOMOBILE LIABILITY COMBINED SINGLE LIMIT
ANY AUTO
(Ea accident) $
ALL OWNED AUTOS
OD
LYIN
URY
SCHEDULEDAUTOS P
;
~
Per erson $
HIRED AUTOS
BODILY INJ
R
U
Y $
NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE
$
(Per accident)
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO
EA ACC
OTHER THAN __
$
AUTO ONLY: pGG $
EXCESS LIABILITY EACH OCCURRENCE $
OCCUR ~ CLAIMS MADE AGGREGATE $
DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSATION AND WCSTATU- OTH-
EMPLOYERS' LIABILITY
E.L. EACH ACCIDENT $
E.L.DISEASE-EAEMPLOYE $
E.L. DISEASE-POLICYLIMI $
A OTHER Professional PL702518DEX702518 08/01/00 08/01/03 Limit: 1,000,000
iability
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLESlEXCLUSIONSRDDED BY ENDOR:tEMENT/SPECIAL PROVISIONS
097043001 - TJM - Traffic Calming in thE~ Vicinities of Lincoln Elementary,
Kennedy Middle and Monta Vista High Schools
City of Cupertino
ATT: Raymond Chong, City Traffic
10300 Torre Avenue
Cupertino, California 95014
ACORD25-S (7/97)1 of ~ #fS~"3~R74/M'~2~24R
SHOULD ANYOFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION
DATETHEREOF,THEZSSUING INSURER W I LL EN DEAVORTO MAI L3.0_ DAYS WRITTEN
NOTICETOTHE CERTIFICATE HOLDERNAMEDTOTHE LEFT, BUTFAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANYKIND UPO/N THE INSURER,ITS AGENTS OR
REPRESENTATIVE$.~ ~ / ,/~'
AUTHORIZED REP N~ - 7 !' - 9 ~ ~„
,TC'Tl " ®X-CORD CORPORATION 1988
~iienL ~y / /4~ tiUK1MLI;HUK
ACnRn~. CERTIFICATE OF LIABIILITY INSURANCE o1j`i2'%oi'
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
BB&T Insurance SerV1C2S, IriC . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
5605 Roanne Wa HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
y ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P.O. Box 18708
Greensboro, NC 2 7419 INSURERS AFFORDING COVERAGE
INSURED INSURERA:SeCUrlty Insurance Co of Hartford
Kimley Horn & Associates, Inc. INSURER B:
Attn: Sherry Ecker ~ INSURERC:
7600 N. 15th St . , Sulte 250 i INSURERD:
Phoenix, Arizona 85016 ~
INSURER E:
CAVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWffHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WffH 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.
INSR
TYPE OF INSURANCE
POLICY NUMBER POLICYEFFECTIVE POLICY EXPIRATION LIMITS
GENERAL LIABILITY EACH OCCURRENCE $
COMMERCIAL GENERAL LIABILITY
FIRE DAMAGE (Any one fire _
$
CLAIMS MADE OCCUR MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERALAOGREGATE $
GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG $
POLICY PRO LOC
AU TOMOBILE LIABILITY COMBINED SINGLE LIMIT
$
ANY AUTO (Ea accident)
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS
(Per person) $
HIRED AUTOS
BODILY INJURY
$
NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE
$
(Per accident)
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $
OCCUR ~ CLAIMS MADE AGGREGATE $
$
DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSATIONRND WC STATU- OTH-
EMPLOYERS' LIABILITY
E.L. EACH ACCIDENT $
E.L.DISEASE-EAEMPLOYE $
E.L. DISEASE-POLICYLIMI $
p, orHERprofessional PL702518DEX702518 03/01/00 08/01/03 Limit: 1,000,000
iability
DESCRIPTION OF OPERATIONS/LOCATIONSlVEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
097043001 - TJM - Traffic Calming in the Vicinities of Lincoln Elementary,
Kennedy Middle and Monta Vista High Schcols
INSURER
City of Cupertino
ATT: Raymond Chong, City Traffic
10300 Torre Avenue
Cupertino, California 95014
ACORD25-S (7/9711 of 7 f•:C'~~~R'7d/M-27F7dR
SHOULD ANY OFTHE ABOVE DESCRIBE D POLICIES BE LANCE LLE D BEFORE THE EXPIRATION
DATE THEREOF,THE ISSUING INSURER WI LL EN DEAVORTO MAil3__p- DAYS WRITTEN
NOTICE TO THE CEFiI1FICATE HOLDER NAMED TO THE LEFT, B UT FAI LURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANYKIND UPON THE INSURER,ITSAGENTS OR
AUTHORIZED REPR N ,IVF~ ,!
6~
i /~~/
.T(''Tl © ('_~R~ CbRPAROTION 19AA
A('~Rn CERTIFICATE OF LIABIILITY INSURANCE DATE (MM/DD/YY)
01/12/01
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
BB&T Insurance SerV1CeS, IriC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
5 6 0 5 Roanne Way HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P.O. Box 18708
Greensboro, NC 27419 INSURERS AFFORDING COVERAGE
INSURED INSURERA:SeCUrlty Insurance Co of Hartford
Kimley Horn & Associates, Inc. INSURER B:
Attn: Sherry Ecker INSURER C:
7600 N. 15th St., Suite 250 INSURER D:
Phoenix, Arizona 85016 INSURER E:
L:U V tMAtatS
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWffHSTANDING
ANY REQUIREMENT, TERM OR CONDfTION OF ANY CONTRACT OR OTHER DOCUMENT WfTH 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.
INSR
LTR
TYPE OF INSURANCE
POLICY NUMBER POLICY EFFECTIVE
D E D POLICY EXPIRATION
DATE DD
LIMITS
GENERAL LIABILITY EACH OCCURRENCE $
COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $
CLAIMS MADE^ OCCUR
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG $
POLICY PRO LOC
AU TOMOBILE LIABILITY
COMBINED SINGLE LIMIT
$
ANY AUTO (Ea accident)
ALL OWNED AUTOS
BODILY INJURY $
SCHE DULE D AUTOS (Per person)
HIRED AUTOS
BODILY INJURY $
NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY- EA ACCIDENT $
ANY AUTO EA ACC
OTHER THAN $
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $
OCCUR ~ CLAIMS MADE
AGGREGATE _
$
DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSATION AND
' WCSTATU- OTH-
EMPLOYERS
LIABILITY
E.L. EACH ACCIDENT $
E.L.DISEASE-EAEMPLOVE $
E.L. DISEASE-POLICYLIMI $
p, oTHERProfessional PL702518DEX702518 0.3/01/00 08/01/03 Limit: 1,000,000
iability
DESCRIPTION OF OPERATIONSlLOCATIONSNEHICLESlEXCLUSIONS AD DED BY ENDORSEMENT/SPECIAL PROVISIONS
097043001 - TJM - Traffic Calming in the Vicinities of Lincoln Elementary,
Kennedy Middle and Monta Vista High Schools
City of Cupertino
ATT: Raymond Chong, City Traffic
10300 Torre Avenue
Cupertino, California 95014
SHOO LD ANY OFTHE ABOVE DESCRI BE D POLICIES BE CANOE LLED BEFORE THE EXPIRATION
DATE THEREOF,THE ISSUI NG INSURER W I LL EN D EAVOR TO MAI L3~_ DAYS WRITTEN
NOTICETOTHE CERTIFICATE HOLDERNAMEDTOTHELEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANYKIND UPON THE INSURER,ITS AGENTS OR
REPRESENTATIVES. '~
AUTHORIZED REPRES N1'A }a1;=~„ ~-~ ~~ r ,i _, ~ Q „
~~~..~~~-~~•,°•fi vi ~ 1'hDJJ~O /~/1•1JLOL'tt5 utrL ~ r~wnu~.vnrvnNiwn roaa
City of Cupertino Capital Improvement Program
Traffic Calming Project Phase II
Level of Effort Estimate
Task Nejad Moss West Colson Thomas Clerical Total
Task 1 -Kick Off Meeting 8 Administration
Task 1.1 -Kick Off Meeting 4 2 6
Task 1.2 -Prepare Project Contact List p
Task 1.3 -Public Meetings (Traffic Calming) 6 6 2 14
Task 1.4 -Prepare Monthly Progress Reports 14 12 26
Task 1.5 -Progress Meetings (2 Meetings) 4 4 8
Task 2 -Data Collection and Draft./Final Traffic Calming Plan
Task 2.1 -Review Existing Conditions and Data 2 2
Task 2.2 -Identify, Collect and Compile Additional Data 4 4
Task 2.3 -Prepare Base Maps and/or Exhibits 8 6 14
Task 2.4 -Prepare Draft and Final Traffic Calming Plan 2 8 8 18
Task 3 -Plans, Specifications and Estimates
Task 3.1 -Prepare 65% PSii~E 2 8 40 34 40 8 132
Task 3.2 -Prepare 95% PS&E 8 8 16 24 24 8 88
Task 3.3 -Prepare 100% PS&E 4 $ 8 8 24 4 56
Task 4 -Construction Support Services
Task 4.1 -Pre Bid Support 8 4 2 14
Task 4.2 -Attend Pre Bid Meeting 8 2 10
Task 4.3 -Attend Pre Construction Meeting 8 2 10
Task 4.4 -Conduct Field Visits (2 Meetings) $ 8 4 20
Task 4.5 -Review Submittals 2 8 8 4 22
Task 4.6 -Respond to Requests for Information (RFI's) 2 24 8 2 36
Total Hours 24 112 82 86 108 68 480
Rate $52.88 $31.50 $40.87 $26.44 $22.50 $20.50
Direct Cost $1,269 $3,528 $3,351 $2,274 $2,430 $1,394 $14,246
Overhead at 168.49 $2,138 $5,944 $5,647 $3,831 $4,094 $2,349 $24,004
Direct and Overhead $3,407 $9,472 $8,998 $6,105 $6,524 $3,743 $38,250
Fee at 10% $341 $947 $900 $611 $652 $374 $3,825
Sub-Total $3,748 $10,420 $9,898 $6,716 $7,177 $4,117 $42,075
Indirect Expenses at 2.6% $97 $271 $257 $175 $187 $107 $1,094
Sub-Total Labor $3,846 $10,690 $10,155 $6,890 $7,363 $4,224 $43,169
Direct Cost $1,750
Computer Expense at $23.66 $1,ggg
Total
$46,812