Loading...
Item 7AGENDA ITEM NO.7 AGENDA STAFF REPORT City of West Covina I Office of the City Manager DATE: April 5, 2022 TO: Mayor and City Council FROM: David Carmany City Manager SUBJECT: CONSIDERATION OF AGREEMENT WITH KIMEEY-HORN AND ASSOCIATES, INC. FOR PREPARATION OF A LOCAL ROAD SAFETY PLAN (LRSP) RECOMMENDATION: It is recommended that the City Council take the following actions: 1. Approve a Professional Services Agreement with Kimley-Horn and Associates, Inc. in the amount of $79,933., to prepare a Local Road Safety Plan; and 2. Authorize the City Manager to negotiate and execute the agreement and any future amendments to the agreement; and 3. Adopt the following resolution: RESOLUTION NO. 2022-023 - A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF WEST COVINA, CALIFORNIA, ADOPTING A BUDGET AMENDMENT FOR THE FISCAL YEAR COMMENCING JULY 1, 2021 AND ENDING JUNE 30, 2022 (LOCAL ROAD SAFETY PLAN GRANT) BACKGROUND: On December 22, 2020, the City submitted the Local Road Safety Plan (LRSP) grant funding request to the State. On December 7, 2021, the City received the approved allocation letter from Caltrans, approving a grant of State funds in the amount of $84,000 for the project and authorizing the City to proceed with the project effective December 7, 2021. The State grant requires a local match of 10%. The LRSP will identify and analyze roadway safety concerns, resulting in recommendations for potential roadway safety improvements to reduce or eliminate safety issues identified by the plan. Furthermore, the LRSP enables the City to apply for grant funding through the Highway State Safety Improvement Program, which has become a requirement of the grant this year. The LRSP will be prepared in conformance with Federal and State standards. DISCUSSION: On January 17, 2022, the City issued a Request for Proposal (RFP) to Provide Planning & Engineering Services for the Preparation of Local Roadway Safety Plan (LRSP) with a proposal due date of February 1, 2022. Four (4) firms submitted proposals: Kimley-Horn and Associates, Inc.; KOA Corporation; Linscott - Law & Greenspan Engineers; and Minagar & Associates, Inc. The proposals were evaluated based on criteria identified on the RFP including qualifications, experience, quality and completeness of proposal, qualifications and experience of key personnel and staff, demonstrated understanding of the scope of services requested, and references. Staff reviewed the proposals and determined that the proposal from Kimley-Horn and Associates, Inc. is the most comprehensive and demonstrates the best understanding of the project. Kimley-Horn and Associates, Inc. showed on its proposal project experience in preparation of LRSP for approximately 46 counties and cities in Southern California. Some of these agencies include City of Anaheim, Artesia, Palm Desert and Perris. The proposed project manager and proposed team also demonstrated required qualifications and experience providing similar services to the referenced agencies. Kimley-Horn is the second -lowest proposal (approximately $1,500 more than the lowest bid); however, they have extensively more experience in preparing LRSP's compared to the lowest bidder. The lowest bidder's proposal referenced experience in preparing two LRSPs. Staff recommends that the City Council approve a professional services agreement with Kimley-Horn and Associates, Inc. for the preparation of the LRSP for a total negotiated amount of $79,933.79 and authorize the City Manager to execute the agreement and future amendments to the agreement. Staff is also recommending that the Council adopt the proposed resolution approving a budget amendment in the amount of the grant received from the State, $84,000. If approved tonight, the LRSP will take approximately 4 months to complete, with an anticipated completion date in August 2022. LEGAL REVIEW: The City Attorney's Office has reviewed the proposed agreement and approved it as to form. OPTIONS: The City Council has the following options: 1. Approve Staffs recommendation; or 2. Provide alternative direction. Prepared by: Okan Demirci, CIP Manager Fiscal Impact FISCAL IMPACT: The following is the breakdown of the project budget: Local Road Safety Plan (LRSP) Contract Project Management Cost (10%) Total Project Budget $79,933.79 $7,993.38 $87,927.17 The total cost for preparation of the LRSP, including project management, will be covered by the State Grant Funds in the amount of $84,000 with a 10% local match required. The funds available for this project are as follows: Project No. Funds Account No. Amount 22025 Caltrans LRSP 232.80.7005.7200 22025.232.7200 $79,134.45 22025 Measure R (Local Match) 224.80.7005.7200 22025.224.7200 $8,792.72 Total $87,927.17 Attachments Attachment No. 1 - Agreement with Kimley-Horn and Associates Attachment No. 2 - Resolution No. 2022-023 (Budget Amendment) CITY COUNCIL GOALS & OBJECTIVES: Protect Public Safety A Well -Planned Community ATTACHMENT NO. 1 CITY OF WEST COVINA PROFESSIONAL SERVICES AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR PREPARATION OF LOCAL ROADWAY SAFETY PLAN THIS AGREEMENT is made and entered into this 5th day of April, 2022 ("Effective Date"), by and between the CITY OF WEST COVINA, a municipal corporation ("City"), and KIMLEY- HORN AND ASSOCIATES, INC., a California corporation ("Consultant"). WITNESSETH: A. City proposes to utilize the services of Consultant as an independent contractor to City to provide planning and engineering services for the preparation of a Local Roadway Safety Plan (LRSP), as more fully described herein; and B. Consultant represents that it has that degree of specialized expertise contemplated within California Government Code Section 37103, and holds all necessary licenses to practice and perform the services herein contemplated, except that if Consultant is required to but does not yet hold a City business license, it will promptly obtain a business license and will not provide services to the City until it has done so; and C. City and Consultant desire to contract for the specific services described in Exhibits "A" and "B" and desire to set forth their rights, duties and liabilities in connection with the services to be performed; and D. No official or employee of City has a financial interest, within the provisions of Sections 1090-1092 of the California Government Code, in the subject matter of this Agreement; and E. Consultant responded to the City's Request for Proposals dated January 17, 2022, incorporated via this reference as if fully set forth herein, and Consultant's response to the Request for Proposals was a material inducement to the City ultimately entering into this agreement. NOW, THEREFORE, for and in consideration of the mutual covenants and conditions contained herein, the parties hereby agree as follows: 1.0. SERVICES PROVIDED BY CONSULTANT 1.1. Scope of Services. Consultant shall provide the professional services described in the Scope of Services, attached hereto as Exhibit "A," and in Consultant's Proposal, attached hereto as Exhibit "B," both incorporated herein. 1.2. Professional Practices. All professional services to be provided by Consultant pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily exercised by professional consultants in similar fields and circumstances in accordance with sound professional practices. Consultant also warrants that it is familiar with all laws that may affect its Kimley-Horn and Associates, Inc. Form Revised November 2020 performance of this Agreement and shall advise City of any changes in any laws that may affect Consultant's performance of this Agreement. Consultant shall keep itself informed of State and Federal laws and regulations which in any manner affect those employed by it or in any way affect the performance of its service pursuant to this Agreement. The Consultant shall at all times observe and comply with all such laws and regulations. City officers and employees shall not be liable at law or in equity for any claims or damages occurring as a result of failure of the Consultant to comply with this section. 1.3. Performance to Satisfaction of Citv. Consultant agrees to perform all the work to the reasonable satisfaction of the City. Evaluations of the work will be conducted by the City Manager or his or her designee. If the quality of work is not satisfactory, City in its discretion has the right to: (a) Meet with Consultant to review the quality of the work and resolve the matters of concern; (b) Require Consultant to repeat the work at no additional fee until it is satisfactory; and/or (c) Terminate the Agreement as hereinafter set forth. 1.4. Warranty. Consultant warrants that it shall perform the services required by this Agreement in compliance with all applicable Federal and California employment laws, including, but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation; and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. 1.5. Non-discrimination. In performing this Agreement, Consultant shall not engage in, nor permit its agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, physical or mental disability, medical condition, genetic information, pregnancy, marital status, sex, gender, gender identity, gender expression, sexual orientation, or military or veteran status, except as permitted pursuant to Section 12940 of the Government Code. 1.6. Non -Exclusive Aareement. Consultant acknowledges that City may enter into agreements with other consultants for services similar to the services that are subject to this Agreement or may have its own employees perform services similar to those services contemplated by this Agreement. 1.7. Confidentiality. Employees of Consultant in the course of their duties may have access to financial, accounting, statistical, and personnel data of private individuals and employees of City. Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Consultant without written authorization by City. City shall grant such authorization if disclosure is required by law. All City data shall be returned to City upon the termination of this Agreement. Consultant's covenant under this Section shall survive the termination of this Agreement. 1.8. Public Records Act Disclosure. Consultant has been advised and is aware that this Agreement and all reports, documents, information and data, including, but not limited to, computer tapes, discs or files furnished or prepared by Consultant, or any of its subcontractors, 2 Kimley-Horn and Associates, Inc. Form Revised November 2020 pursuant to this Agreement and provided to City may be subject to public disclosure as required by the California Public Records Act (California Government Code Section 6250 et seq.). Exceptions to public disclosure may be those documents or information that qualify as trade secrets, as that term is defined in California Government Code Section 6254.7, and of which Consultant informs City of such trade secret. The City will endeavor to maintain as confidential all information obtained by it that is designated as a trade secret. The City shall not, in any way, be liable or responsible for the disclosure of any trade secret including, without limitation, those records so marked if disclosure is deemed to be required by law or by order of the court. 2.0. COMPENSATION AND BILLING 2.1. Compensation. Consultant shall be paid in accordance with the fee schedule set forth in Exhibit "C," attached hereto and made a part of this Agreement (the "Fee Schedule"). Consultant's total compensation shall not exceed Seventy -Nine Thousand Nine Hundred Thirty - Three Dollars and Seventy -Nine Cents ($79,933.79). 2.2. Additional Services. Consultant shall not receive compensation for any services provided outside the scope of services specified in the Consultant's Proposal unless the City, prior to Consultant performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and are unenforceable. Should the City request in writing additional services that increase the Scope of Services, an additional fee based upon the Consultant's standard hourly rates shall be paid to the Consultant for such additional services. Such increase in additional fees shall be limited to 25% of the maximum compensation amount set forth herein. The City Manager is authorized to approve a Change Order for such additional services. 2.3. Method of Billing. Consultant may submit invoices to the City for approval on a progress basis, but no more often than once a month. Said invoice shall be based on the total of all Consultant's services which have been completed to City's sole satisfaction. City shall pay Consultant's invoice within forty-five (45) days from the date City receives said invoice. Each invoice shall describe in detail the services performed, the date of performance, and the associated time for completion. Any additional services approved and performed pursuant to this Agreement shall be designated as "Additional Services" and shall identify the number of the authorized change order, where applicable, on all invoices. 2.4. Records and Audits. Records of Consultant's services relating to this Agreement shall be maintained in accordance with generally recognized accounting principles and shall be made available to City for inspection and/or audit at mutually convenient times from the Effective Date until three (3) years after the termination or expiration of this Agreement. 3.0. TIME OF PERFORMANCE 3.1. Commencement and Completion of Work. Unless otherwise agreed to by the parties, the professional services to be performed pursuant to this Agreement shall commence within five (5) days from the Effective Date of this Agreement. Said services shall be performed in strict compliance with the Project Schedule approved by City as set forth in Exhibit B. The Project Schedule may be amended by mutual agreement of the parties. Failure to commence work in a timely manner and/or diligently pursue work to completion may be grounds for termination of this Agreement. 3 Kimley-Horn and Associates, Inc. Form Revised November 2020 3.2. Excusable Delays. Neither party shall be responsible for delays or lack of performance resulting from acts beyond the reasonable control of the party or parties. Such acts shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with laws or regulations, riots, acts of war, or any other conditions beyond the reasonable control of a party. If a delay beyond the control of the Consultant is encountered, a time extension may be mutually agreed upon in writing by the City and the Consultant. The Consultant shall present documentation satisfactory to the City to substantiate any request for a time extension. 4.0. TERM AND TERMINATION 4.1. Term. This Agreement shall commence on the Effective Date and continue for a period of one (1) year, ending on April 4, 2023, unless previously terminated as provided herein or as otherwise agreed to in writing by the parties. 4.2. Notice of Termination. The City reserves and has the right and privilege of canceling, suspending or abandoning the execution of all or any part of the work contemplated by this Agreement, with or without cause, at any time, by providing at least fifteen (15) days prior written notice to Consultant. In the event of such termination, Consultant shall immediately stop rendering services under this Agreement unless directed otherwise by the City. If the City suspends, terminates or abandons a portion of this Agreement such suspension, termination or abandonment shall not make void or invalidate the remainder of this Agreement. If the Consultant defaults in the performance of any of the terms or conditions of this Agreement, it shall have ten (10) days after service upon it of written notice of such default in which to cure the default by rendering a satisfactory performance. In the event that the Consultant fails to cure its default within such period of time, the City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice to any other remedy to which it may be entitled to at law, in equity, or under this Agreement. The City also shall have the right, notwithstanding any other provisions of this Agreement, to terminate this Agreement, at its option and without prejudice to any other remedy to which it may be entitled to at law, in equity, or under this Agreement, immediately upon service of written notice of termination on the Consultant, if the latter should: a. Be adjudged a bankrupt; Become insolvent or have a receiver of its assets or property appointed because of insolvency; C. Make a general assignment for the benefit of creditors; d. Default in the performance of any obligation or payment of any indebtedness under this Agreement; e. Suffer any judgment against it to remain unsatisfied or unbonded of record for thirty (30) days or longer; or f. Institute or suffer to be instituted any procedures for reorganization or rearrangement of its affairs. 4 Kimley-Horn and Associates, Inc. Form Revised November 2020 4.3. Compensation. In the event of termination, City shall pay Consultant for reasonable costs incurred and professional services satisfactorily performed up to and including the effective date of the City's written notice of termination, within forty-five (45) days after the effective date of the notice of termination or the final invoice of the Consultant, whichever occurs last. Compensation for work in progress shall be prorated based on the percentage of work completed as of the effective date of termination in accordance with the fees set forth herein. 4.4. Documents. In the event of termination of this Agreement, all documents prepared by Consultant in its performance of this Agreement including, but not limited to, finished or unfinished design, development and construction documents, data studies, drawings, maps and reports, shall be delivered to the City within ten (10) days of the effective date of the notice of termination, at no cost to City. 5.0. INSURANCE 5.1. Minimum Scope and Limits of Insurance. Consultant shall obtain, maintain, and keep in full force and effect during the life of this Agreement all of the following minimum scope of insurance coverages with an insurance company authorized to do business in California, with a current A.M. Best's rating of no less than A:VII, and approved by City: (a) Broad -form commercial general liability, including premises -operations, products/completed operations, broad form property damage, blanket contractual liability, independent contractors, personal injury or bodily injury with a policy limit of not less than Two Million Dollars ($2,000,000.00), combined single limits, per occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement or shall be twice the required occurrence limit. (b) Business automobile liability for owned vehicles, hired, and non -owned vehicles, with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per accident for bodily injury and property damage. (c) Workers' compensation insurance as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with a limit of no less than One Million Dollars ($1,000,000.00) per accident for bodily injury or disease. Consultant agrees to waive, and to obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City, its officers, agents, employees, and volunteers for losses arising from work performed by Consultant for the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. By execution of this Agreement, the Consultant certifies as follows: I am aware of, and will comply Code, requiring every employer Workers' Compensation or to commencing any of the work. 5 with, Section 3700 of the Labor to be insured against liability of undertake self-insurance before Kimley-Horn and Associates, Inc. Form Revised November 2020 The Consultant shall also comply with Section 3800 of the Labor Code by securing, paying for and maintaining in full force and effect for the duration of this Agreement, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the City before execution of this Agreement by the City. The City, its officers and employees shall not be responsible for any claims in law or equity occasioned by failure of the consultant to comply with this section. (d) Professional errors and omissions ("E&O") liability insurance with policy limits of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence or claim, and Two Million Dollars ($2,000,000.00) aggregate. If the policy is written as a "claims made" policy, the retroactivity date shall be prior to the start of the work set forth herein. Consultant shall obtain and maintain said E&O liability insurance during the life of this Agreement and for five (5) years after completion of the work hereunder. If coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a retroactive date prior to the effective date of this Agreement, Consultant shall purchase "extended reporting" coverage for a minimum of five (5) years after completion of the work. If the Consultant maintains higher limits or has broader coverage than the minimums shown above, the City requires and shall be entitled to all coverage, and to the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. 5.2. Endorsements. The insurance policies are to contain, or be endorsed to contain, the following provisions: (a) Additional Insureds: The City of West Covina and its elected and appointed boards, officers, officials, agents, employees, and volunteers are additional insureds with respect to: liability arising out of activities performed by or on behalf of the Consultant pursuant to its contract with the City; products and completed operations of the Consultant; premises owned, occupied or used by the Consultant; automobiles owned, leased, hired, or borrowed by the Consultant. (b) Notice of Cancelation: Each insurance policy required above shall provide that coverage shall not be canceled, except with notice to the City. (c) Primary Coverage: With the exception of Consultant's professional liability coverage, Consultant's insurance coverage shall be primary insurance as respects the City of West Covina, its officers, officials, agents, employees, and volunteers. Any other insurance maintained by the City of West Covina shall be excess and not contributing with the insurance provided by this policy. (d) Waiver of Subrogation: Consultant hereby grants to City a waiver of any right to subrogation which any insurer of said Consultant may acquire against the City by virtue of the payment of any loss under such insurance. Consultant agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of 6 Kimley-Horn and Associates, Inc. Form Revised November 2020 whether or not the City has received a waiver of subrogation endorsement from the insurer. (e) Coverage Not Affected: Any failure to comply with the reporting provisions of the policies shall not affect coverage provided to the City of West Covina, its officers, officials, agents, employees, and volunteers. (f) Coverage Applies Separately: The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 5.3. Deductible or Self Insured Retention. If any of such policies provide for a deductible or self -insured retention to provide such coverage, the amount of such deductible or self -insured retention shall be approved in advance by City. The City may require the Consultant to purchase coverage with a lower retention or provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self -insured retention may be satisfied by either the named insured or City. 5.4. Certificates of Insurance. Consultant shall provide to City certificates of insurance showing the insurance coverages and required endorsements described above, in a form and content approved by City, prior to performing any services under this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. 5.5. Non -limiting. Nothing in this Section shall be construed as limiting in any way the indemnification provision contained in this Agreement. 6.0. GENERAL PROVISIONS 6.1. Entire Agreement. This Agreement constitutes the entire agreement between the parties with respect to any matter referenced herein and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing, and signed by the parties in interest at the time of such modification. 6.2. Representatives. The City Manager or his or her designee shall be the representative of City for purposes of this Agreement and may issue all consents, approvals, directives and agreements on behalf of the City, called for by this Agreement, except as otherwise expressly provided in this Agreement. Consultant shall designate a representative for purposes of this Agreement who shall be authorized to issue all consents, approvals, directives and agreements on behalf of Consultant called for by this Agreement, except as otherwise expressly provided in this Agreement. 6.3. Key Personnel. It is the intent of both parties to this Agreement that Consultant shall make available the professional services of Darryl dePencier, who shall coordinate directly with City. Any substitution of key personnel must be approved in advance in writing by City's Representative. 6.4. Notices. Any notices, documents, correspondence or other communications 7 Kimley-Horn and Associates, Inc. Form Revised November 2020 concerning this Agreement or the work hereunder may be provided by personal delivery, facsimile, Email or by U.S. mail. If by U.S. mail, it shall be addressed as set forth below and placed in a sealed envelope, postage prepaid, and deposited in the United States Postal Service. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; b) at the time of transmission if such communication is sent by facsimile or by Email; and c) 72 hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent through regular United States mail. IF TO CONSULTANT: Kimley-Horn and Associates, Inc. 660 South Figueroa Street, Suite 2050 Los Angeles, CA 90017 Tel: (213) 261-4039 Email: darryl.depencier@kimley-horn.com Attn: Darryl dePencier IF TO CITY: City of West Covina 1444 West Garvey Ave. South West Covina, CA 91790 Tel: (626) 939-8401 Email: pmorales@westcovina.org Attn: Paulina Morales 6.5. Attorneys' Fees. If litigation is brought by any party in connection with this Agreement against another party, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. 6.6. Governing Law. This Agreement shall be governed by and construed under the laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto agree that the sole and exclusive venue shall be a court of competent jurisdiction located in Los Angeles County, California. 6.7. Assignment. Consultant shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of Consultant's interest in this Agreement without City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for termination of this Agreement. Regardless of City's consent, no subletting or assignment shall release Consultant of Consultant's obligation to perform all other obligations to be performed by Consultant hereunder for the term of this Agreement. 6.8. Indemnification and Hold Harmless. To the fullest extent permitted by law, including, without limitation, California Civil Code section 2782.8, Consultant agrees to defend, with counsel of City's choosing, indemnify, hold free and harmless the City, its elected and appointed officials, officers, agents and employees, at Consultant's sole expense, from and against any and all claims, demands, actions, suits or other legal proceedings brought against the City, its elected and appointed officials, officers, agents and employees arising out of, pertaining to, or relating to the negligence, recklessness, or willful misconduct of the Consultant, its employees, and/or authorized subcontractors, in performing this Agreement. The defense obligation provided for hereunder shall apply without any advance showing of negligence, recklessness or willful misconduct of the Consultant, its employees, and/or authorized subcontractors, but shall be required whenever any claim, action, complaint, or suit asserts as its basis the negligence, recklessness, or willful misconduct of the Consultant, its employees, and/or authorized subcontractors, and/or whenever any claim, action, complaint or suit asserts liability 8 Kimley-Horn and Associates, Inc. Form Revised November 2020 against the City, its elected and appointed officials, officers, agents and employees based upon such negligence, recklessness, or willful misconduct, whether or not the Consultant, its employees, and/or authorized subcontractors are specifically named or otherwise asserted to be liable. Notwithstanding the foregoing, the Consultant shall not be liable for the defense or indemnification of the City for claims, actions, complaints or suits arising out of the sole active negligence or willful misconduct of the City. In no event shall the cost to defend charged to Consultant exceed Consultant's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more defendants is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, Consultant shall meet and confer with other parties regarding unpaid defense costs. This provision shall supersede and replace all other indemnity provisions contained either in the City's specifications or Consultant's Proposal, which shall be of no force and effect. 6.9. Independent Contractor. Consultant is and shall be acting at all times as an independent contractor and not as an employee of City. Consultant shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act on behalf of City as an agent. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant's employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its agents or employees are in any manner agents or employees of City. Consultant shall secure, at its sole expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for Consultant and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. Consultant shall indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with the applicable worker's compensation laws. City shall have the right to offset against the amount of any fees due to Consultant under this Agreement any amount due to City from Consultant as a result of Consultant's failure to promptly pay to City any reimbursement or indemnification arising under this paragraph. 6.10. PERS Eligibility Indemnification. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement claims or is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of the City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Notwithstanding any other agency, state or federal policy, rule, regulation, law or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing service under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to any contribution to be paid by City for employer contribution and/or employee contributions for PERS benefits. 6.11. Cooperation. In the event any claim or action is brought against City relating to Consultant's performance or services rendered under this Agreement, Consultant shall render 9 Kimley-Horn and Associates, Inc. Form Revised November 2020 any reasonable assistance and cooperation which City might require 6.12. Ownership of Documents. All findings, reports, documents, information and data including, but not limited to, computer tapes or discs, files and tapes furnished or prepared by Consultant or any of its subcontractors in the course of performance of this Agreement, shall be and remain the sole property of City. Consultant agrees that any such documents or information shall not be made available to any individual or organization without the prior consent of City. Any use of such documents for other projects not contemplated by this Agreement, and any use of incomplete documents, shall be at the sole risk of City and without liability or legal exposure to Consultant. City shall indemnify and hold harmless Consultant from all claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from City's use of such documents for other projects not contemplated by this Agreement or use of incomplete documents furnished by Consultant. Consultant shall deliver to City any findings, reports, documents, information, data, in any form, including but not limited to, computer tapes, discs, files audio tapes or any other related items as requested by City or its authorized representative, at no additional cost to the City. Consultant or Consultant's agents shall execute such documents as may be necessary from time to time to confirm City's ownership of the copyright in such documents. 6.13. Electronic Safeguards. Consultant shall identify reasonably foreseeable internal and external risks to the privacy and security of personal information that could result in the unauthorized disclosure, misuse, alteration, destruction or other compromise of the information. Consultant shall regularly assess the sufficiency of any safeguards and information security awareness training in place to control reasonably foreseeable internal and external risks, and evaluate and adjust those safeguards in light of the assessment. 6.14. Economic Interest Statement. Consultant hereby acknowledges that pursuant to Government Code Section 87300 and the Conflict of Interest Code adopted by City, Consultant is designated in said Conflict of Interest Code and is therefore required to file an Economic Interest Statement (Form 700) with the City Clerk, for each employee providing advice under this Agreement, prior to the commencement of work, unless waived by the City Manager. 6.15. Conflict of Interest. Consultant and its officers, employees, associates and subconsultants, if any, will comply with all conflict of interest statutes of the State of California applicable to Consultant's services under this agreement, including, but not limited to, the Political Reform Act of 1974 (Government Code Section 81000, et seq.) and Government Code Sections 1090-1092. Consultant covenants that none of Consultant's officers or principals have any interest in, or shall acquire any interest, directly or indirectly, which will conflict in any manner or degree with the performance of the services hereunder, including in any manner in violation of the Political Reform Act. Consultant further covenants that in the performance of this Agreement, no person having such interest shall be used by Consultant as an officer, employee, agent, or subconsultant. Consultant further covenants that Consultant has not contracted with nor is performing any services, directly or indirectly, with any developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s) owning property in the City and further covenants and agrees that Consultant and/or its subconsultants shall provide no service or enter into any agreement or agreements with a/any developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s) owning property in the City prior to the completion of the work under this Agreement. 6.16. Prohibited Employment. Consultant will not employ any regular employee of City while this Agreement is in effect. 6.17. Order of Precedence. In the event of an inconsistency in this Agreement and any 10 Kimley-Horn and Associates, Inc. Form Revised November 2020 of the attached Exhibits, the terms set forth in this Agreement shall prevail. If, and to the extent this Agreement incorporates by reference any provision of any document, such provision shall be deemed a part of this Agreement. Nevertheless, if there is any conflict among the terms and conditions of this Agreement and those of any such provision or provisions so incorporated by reference, this Agreement shall govern over the document referenced. 6.18. Costs. Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in the performance of its obligations hereunder except as expressly provided herein. 6.19. No Third Party Beneficiary Rights. This Agreement is entered into for the sole benefit of City and Consultant and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right in, under or to this Agreement. 6.20. Headings. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 6.21. Construction. The parties have participated jointly in the negotiation and drafting of this Agreement and have had an adequate opportunity to review each and every provision of the Agreement and submit the same to counsel or other consultants for review and comment. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. 6.22. Amendments. Only a writing executed by the parties hereto or their respective successors and assigns may amend this Agreement. 6.23. Waiver. The delay or failure of either party at any time to require performance or compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the parry against whom enforcement of a waiver is sought. The waiver of any right or remedy in respect to any occurrence or event shall not be deemed a waiver of any right or remedy in respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. 6.24. Severability. If any provision of this Agreement is determined by a court of competent jurisdiction to be unenforceable in any circumstance, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance. Notwithstanding the foregoing, if the value of this Agreement, based upon the substantial benefit of the bargain for any party, is materially impaired, which determination made by the presiding court or arbitrator of competent jurisdiction shall be binding, then both parties agree to substitute such provision(s) through good faith negotiations. 6.25. Counterparts and Electronic Signatures. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed together and shall constitute one agreement. Counterpart written signatures may be transmitted by facsimile, email or other electronic means and have the same legal effect as if they 11 Kimley-Horn and Associates, Inc. Form Revised November 2020 were original signatures. 6.26. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so the parties hereto are formally bound to the provisions of this Agreement. 6.27. Taxpayer Identification Number. Consultant shall provide City with a complete Request for Taxpayer Identification Number and Certification, Form W9, as issued by the Internal Revenue Service. [SIGNATURE PAGE FOLLOWS] 12 Kimley-Hom and Associates, Inc. Form Revised November 2020 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their respective authorized officers, as of the date first above written. CITY OF WEST COVINA, A municipal corporation Date: David Carmany City Manager CONSULTANT Date: Jean Fares Senior Vice President ATTEST: Lisa Sherrick Assistant City Clerk APPROVED AS TO FORM: Date: Thomas P. Duarte City Attorney APPROVED AS TO INSURANCE: Date: Helen Tran Human Resources and Risk Management Director 13 Kimley-Horn and Associates, Inc. Form Revised November 2020 EXHIBIT A SCOPE OF SERVICES The scope of services includes the following I. Project Management The Consultant shall be responsible for providing all contract management and quality control services throughout the LRSP development. The Consultant shall deliver a high quality product within budget and on schedule. The Consultant shall attend and organize a project kick-off meeting to discuss the goals, objectives, tasks, timeline, the City's expectations and Caltrans' grant requirements. The project kick-off meeting shall outline the plan for completing all tasks. The Consultant shall assist the City with identifying potential stakeholders and facilitate coordination throughout the duration of the project. The Consultant shall coordinate and meet as -needed with the City to discuss the project, monitor project progress, prepare for upcoming tasks, debrief on completed tasks, and any required problem -solving to ensure the LRSP development remains on schedule and within budget. II. Review of Existing Planning Documents The Consultant will review the City's related planning documents, policies, plans, programs. documents, policies, programs, etc. The Consultant shall produce an inventory of opportunity areas to facilitate safety improvements. The Consultant will conduct a review of existing City resources and maintenance programs that address traffic safety needs to determine areas for improvement. III. Data Collection & Analysis The Consultant shall collect collision data for the most recent 5-year period. The Consultant will use data collected from the Statewide Integrated Traffic Records System (SWITRS). The Consultant shall analyze citywide crash patterns to identify trends that indicate areas in need of additional detailed analysis. Crash patterns and priority listings shall be created by comparing similar roadways and intersection types. A separate pedestrian and bicycle assessment will be conducted. The Consultant shall analyze existing intersection and roadway volume data and determine if additional data collection is necessary to perform crash location prioritization and benefit to cost ratios for priority rankings for the LRSP. The Consultant shall assess high crash locations to determine the most likely contributing factors, matching crash activity with roadway characteristics such as volume, roadway cross -sections, speed limits, intersection control, street lights, and other features that may impact safety. IV. Countermeasure Development The Consultant shall identify opportunity areas and factors to build a safety mitigation toolbox that includes proven, cost-effective measures that will best address the most prevalent safety challenges in the City The Consultant shall recommend specific mitigations for high crash locations and locations in need of specific detailed analysis. The Consultant shall develop a programmatic approach to implement safety mitigations citywide. V. Implementation Program The Consultant shall develop a strategy for implementing safety measures included in the toolbox and a means to monitor safety outcomes to evaluate which measures are most effective. This shall include identifying potential projects for future grant applications, measures that can be included in regular maintenance cycles, and potential updates to City design standards to better align with safety best practices. The Consultant shall develop recommendations for education and enforcement programs for City consideration and future HSIP and/or Office of Traffic Safety (OTS) grant solicitation. The Consultant shall make recommendations for Staff and Council consideration, for fiscal and employee resources necessary for a continued, sustained and successful effort to achieve traffic safety goals and meet Vision Zero objectives after LRSP adoption. VI. LRSP Development The Consultant shall create a 60% Submittal, 85% Submittal and Final Local Roadway Safety Plan to document the findings of the previous tasks. It is intended that the LRSP will act as the City's first Annual Traffic Safety Report and will be used as a template for future traffic safety reports conducted by the City. The Consultant shall circulate and/or present the Draft Plans to identified stakeholders. The Consultant shall respond to all comments and incorporate feedback received on the Draft LRSP in to the Final Local Roadway Safety Plan to present the implementation program for the City to follow and for the City to update as projects are completed and new data becomes available. EXHIBIT B CONSULTANT'S PROPOSAL PROPOSAL FOR: Planning & Engineering Services for the Preparation of Local Road Safety Plan (LRSP) PREPARED FOR: PREPARED BY: Kimley»)Horn Expect More, Experience Bener. Planning & Engineering Services for the Preparation of LRSP t � 14F TABLE OF CONTENTS Letterof Transmittal...........................................................................................1 TechnicalProposal..............................................................................................2 a. Qualifications, Relevant Experience, and References...................................................2 b. Proposed Team...........................................................................................................8 c. Detailed Work Plan...................................................................................................17 d. Exceptions/Deviations..............................................................................................26 Fee Proposal (submitted separately)....................................................27 City of West Covina • 7RTS96003.2022 Kimley>»Horn • i Planning& Engineering Servicesfor the1 Preparation of LRSP ''' 1;, LETTER OF TRANSMITTAL February 1, 2022 660 South Figueroa Street City of West Covina Suite 2050 Public Works Admin/Engineering Los Angeles, CA 1444 W. Garvey Avenue, Suite 215 soon TEL 213.261.4040 West Covina, CA 91790 RE: Proposal for Planning & Engineering Services for the Preparation of Local Road Safety Plan (LRSP) Dear Members of the Selection Committee The City of West Covina (City) is seeking the assistance of a qualified consultant in the preparation of a Local Road Safety Plan (LRSP). As an industry leader in safety, Kimley-Horn is well -qualified and dedicated to providing unique consulting services to the City for your LRSP. We bring the established experience to develop an LRSP that is tailored to your local procedures, desires, and issues while maintaining accordance with state and federal guidelines. The following benefits prove that Kimley-Horn is well -suited to support the City on this project: Familiarity with LRSPs. Kimley-Horn is devoted to supporting local agencies in recommending safety enhancements in areas throughout California. Our team's knowledge ranges from traffic safety planning and engineering to bicycle and pedestrian facility planning, safety, and design. We have completed LRSPs and Systemic Safety Analysis Reports (SSARs), Strategic Highway Safety Plan (SHSP) projects, Road Safety Audits (RSAs), Safety Management Plans (SMPs), data collection and crash analysis, and design of safety countermeasures throughout the country, including for the cities of Santa Clarita, Artesia, Lancaster, Ventura, Anaheim, San Clemente, Seal Beach, Costa Mesa, Eastvale, Chino, Perris, Goleta, Palm Desert, La Quinta, Santa Cruz, and Sunnyvale as well as the counties of Imperial and Ventura. Our previous experience and lessons learned from these projects have afforded us the information to develop effective and cost-efficient LRSPs. Kimley-Horn's familiarity with the LRSP process will assure your project is accomplished successfully. OTailored Solutions. Our firm's diverse experience in safety -related projects has allowed us to develop a fine-tuned approach to safety. We will deliver innovative techniques to generate the best results for the City, providing you with a prioritized list of low-cost safety improvements that can be applied not only at challenging segments, but also throughout the City. This can be used and applied toward Highway Safety Improvement Plan (HSIP) grants for application —another area Kimley-Horn has significant experience in and can provide solutions for the City's needs. ®Local Management and Commitment to Your Success. Through our established past, Kimley-Horn proves that we are dedicated to surpassing expectations and serving local cities alike. Project manager and point of contact Darryl dePencier, AICP, GISP, RSP2111 brings more than 15 years of professional traffic safety management experience, along with experience completing over 30 LRSPs to the proposed project. Darryl's experience in supporting and leading transportation planning and engineering projects is evidence of his continued success with LRSPs. For this endeavor, Darryl will be supported by principal -in -charge Jean Fares, P.E., who brings 30 years of professional traffic and transportation engineering experience to the project, along with QC/QA reviewer Mike Colety, P.E., PTOE, RSP21, project engineer Jason Melchor, P.E., project planner Kyle McGowan, AMP, and project analysts Amanda Forsans and Zander Daily. Kimley-Horn will pair our in-house, certified team with Crossroads Software, Inc., a California -based software development company specializing in software for traffic divisions of police departments and traffic engineering departments, to provide Data Collection on the project. Kimley-Horn is committed to providing you high-level, professional services and is excited for the opportunity to further enhance the safety of the City's streets from our local downtown Los Angeles office. We intend to perform the services requested and concur that all elements of the RFP have been reviewed and understood. Should you have any questions about our proposal or necessitate any additional information, please contact our project manager Darryl dePencier, AICP, GISP, RSP213 at 213.261.4039, at darryl.depencier@kimley-horn.com, or at the address listed above. Sincerely, KIMLEY''AjND ASSOCIATES, INC. Darryl D5encier?tICP, GISP, RSP2 Project Manager/Point of Contact �//L� $kA 11' ,{ Jean Fares, P.E' Senior Vice President/Principal-in-Charge Asa Senior Vice President of the firm, Jean Fares, P.E., is fully authorized to contractually bind the firm. Jean can be reached at our Los Angeles office address, by phone at 213.354.9402, or by email atjean.fares@kimley-horn.com. Our corporate address is 421 Fayetteville Street, Suite 600, Raleigh, NC 27601. Kimley-Hom understands that this proposal shall remain valid for a minimum of 90 days following the proposal submission date of February 1, 2021. All information submitted with the proposal is true and correct. City of West Covina • 7RTS96003.2022 Kimley*Horn • 1 Planning & Engineering Services for the Preparation of LRSP j 14F TECHNICAL PROPOSAL A. QUALIFICATIONS, RELEVANT EXPERIENCE, AND REFERENCES Firm Overview Kimley-Horn, a corporation, is a full -service engineering, planning, and environmental consulting firm providing a comprehensive range of services to public and private clients throughout the United States. Founded in 1967, our company has grown from a small group of traffic engineers and transportation planners to a multidisciplinary firm of more than 5,500 in 99 offices nationwide. Our 11 California offices, including local offices in Downtown Los Angeles, Orange, Riverside, and San Diego, have more than 580 engineers, planners, designers, and technicians —affording us the depth of resources (financial, equipment, labor, and capacity) reasonably necessary to staff and execute virtually any assignment in response to the City's needs for this LRSP. We provide our clients with the local knowledge and responsiveness of a small organization, backed by the depth of resources only a national firm could offer. Our organizational structure is comprised of our local office practice leaders, technical and project support staff; a regional leader; production managers; and business, human resource, and marketing managers. This structure has led to financial stability within the firm. In addition, we uphold a disciplined focus on business fundamentals operate the firm conservatively, and our internal controls and business standards — promoted by our leadership team —are intended to keep our foundation strong. We have an untapped $10 million operating line of credit available for short-term cash flow needs. The firm's cash flow continues to be very robust, and we have no history of credit problems or bankruptcy. Kimley-Horn has more than acceptable resources and lines of credit to help acquire a successful partnership and project. Kimley-Horn does not have any conditions (e.g., bankruptcy, pending litigation, planned office closures, impending merger, etc.) that may impede in our ability to provide these services. Kimley-Horn's continued growth and stability over the past 54 years is the direct result of our firm's commitment to integrity and devotion to providing quality services. According to Engineering News -Record, Kimley-Horn ranks 10th in transportation among the nation's top 500 design firms. The Kimley-Horn team is committed to providing the City with high -quality solutions that will surpass your expectations. Experience and Qualifications Our proposed project team brings technical knowledge and partners that will enhance the progress of an accurate and effective LRSP. In summary, the Kimley-Horn team offers specialists for the following service areas to support you in this endeavor: Traffic Engineering Our team brings comprehensive traffic engineering experience in traffic engineering and operations and traffic studies and analyses, including the evaluation of operational characteristics, safety, capacity, circulation, flow, and access. Our traffic engineers are highly -trained and capable in using software —including VISSIM, CORSIM, HCS+, Synchro/SimTraffic, SIDRA Intersection, Signal 2020, and Transyt-7F—to evaluate the operating conditions for existing or proposed roadway configurations. In addition, our staff has the ability to translate these analyses into easy -to -understand content for the general public, as well as public officials and other stakeholders. Detailed services we provide include: » Safety studies » High accident location studies » Access -Egress and internal circulation studies » Speed, classification, and volume studies » Origin -Destination studies » Traffic calming studies and cut -through analysis » Data collection » Collision analysis » Roundabout feasibility studies » Freeway, arterial, and intersection capacity » Median modification studies analysis » Maintenance of traffic plans » Interchange justification/modification » Expert testimony reports » Traffic simulation/animation » Sidewalk needs studies » Asset inventory » Traffic Impact Analysis (TIA) studies City of West Covina • TRTS96003.2022 Kimley*Horn • 2 Planning& Engineering Servicesfor the _ E'1 , Preparation of LRSP JJJ �1� LRSP Kimley-Horn understands that an LRSP is a proactive approach to safety analysis. Existing crash patterns show part of the safety picture, but only show us where crashes have occurred, not necessarily where conditions that elevate the risk of crashes exist. An LRSP is intended to identify high crash locations within a city or county and diagnose what conditions might contribute to that elevated crash activity. The LRSP then identifies countermeasures that can be applied systemically throughout the city or county where those conditions exist to remove those higher risk conditions before crashes occur. We recognize that an LRSP is not fixed in its scope or breadth and that each jurisdiction faces unique safety challenges, driver behavior patterns, and historical roadway development. Our approach is to explore what is normal within the City of West Covina. In an effort to provide completeness and to set safety benchmarks customized for the City, our approach will be to: » Refine the work plan with City staff » Conduct a citywide network screening to establish crash rate benchmarks for intersections and roadway segments » Identify locations with the highest crash volumes and highest risk factors based on network screening (from the designated corridors and intersections) » Map crash patterns at higher crash locations » Conduct field review of higher crash locations » Identify countermeasures that would likely reduce crashes » Establish template projects and benefit/cost assessments to produce short, medium, and long-term projects that the City can pursue funding for » Actively engage with stakeholders » Focus on driver behavior factors as well as roadway engineering Bicycle and Pedestrian Planning We prioritize implementable solutions that enable safe and comfortable access for multimodal users, accounting for bicyclists and pedestrians of various ages and abilities. Our bicycle and pedestrian planning experience includes municipal, regional, and statewide plans, corridors, and wayfinding studies. We have successfully actualized countless on -street bikeway, sidewalk, and greenway designs as well as innovative operational studies such as for in -road bicycle detection systems. We are frequently asked to take our bicycle and pedestrian planning projects from design to construction administration, demonstrating our clients' trust in the quality of our project delivery and resulting product. MPMU Traffic Data Collection OWN Our team members are skilled at using manual and advanced technology to collect traffic data. Based on the need, our team can capture field data with basic methods or through the use of portable GPS devices that allow digital photo linking capabilities and direct importation into GIS mapping and software such as ESRI ArcGIS. We take care to obtain accurate data because it is the basis for a traffic study. Often, some data (such as accident reports or recent traffic counts) can be obtained from existing sources. However, if new data is needed, Kimley-Horn knows the criteria for data collection, documentation, and compilation. Grant Writing Our planning studies are geared toward practical, community -based solutions that meet the objectives of many grant programs. We have a consistent record of winning grants from the Active Transportation Program (ATP), Smart Growth Program, and HSIP. With our recent experience completing the statewide HSIP implementation plan, we have the most direct pipeline to obtaining funding. In the past few years alone, we have helped clients secure more than $200 million for the implementation of various projects. We can harness our experience to assist the City with understanding deadlines, application processes, and scoring criteria associated with grant funding. Identifying projects through the LRSP is an important first step; getting them funded and built is key to actualizing change. toCaltrans Knowledge Kimley-Horn has completed projects in more than 70 municipalities in California, many of which involved some level of coordination with Caltrans. As a result, we have developed a clear understanding of standards, procedures, and local assistance programs. Our established relationships with Caltrans staff in various districts, including District 7, and our experience on the ongoing SHSP project will prove useful to future LRSPs. Kimley-Horn and the proposed team offer insights to navigating regulatory challenges, codes, procedures, and infrastructure requirements. City of West Covina • 7RTS96003.2022 Kimley*Horn • 3 Planning & Engineering Services for the _ E '► Preparation of LRSP Project Experience Kimley-Horn has vast consecutive experience working with local and state agencies to develop their safety projects across California (demonstrated by the map below). Project manager, Darryl dePencier, AICP, GISP, RSP2, has 10+ years of safety experience alone. The following pages describe the applicable experience of the proposed team along with client references to demonstrate the depth of familiar projects and quality of Kimley-Horn's services within California. ,—�J ® O © O COUNTY LRSPS, SSARPS, AND RSSAS 10 O Nevada County RSSA O Placer County RSSA p Marin County RSSA O San Joaquin County SSARP © Calaveras County RSSA O Stanislaus County RSSA O Mono County SSARP O Monterey County RSSA O Ventura County LRSP m Imperial County RSSA m San Benito County LRSP ® Sutter County LRSP [a] CITY LRSPS, SSARPS, AND RSSAS ® Sunnyvale SSARP m Goleta SSARP ® Ventura SSARP m Santa Clarita SSARP/LRSP m Lancaster SSARP/LRSP m Artesia LRSP m Anaheim LRSP m Eastvale SSARP ® La Quinta SSARP p Perris LRSP (D Imperial Beach LRSP m Moreno Valley RSA / RSSA ® Santa Cruz LRSP m Palm Desert LRSP ® Citrus Heights LRSP m Roseville LRSP m Rocklin LRSP m South San Francisco LRSP ® Rancho Cordova LRSP ® Indio LRSP © San Clemente LRSP p Costa Mesa LRSP G) Seal Beach LRSP p Tracy LRSP ® Hollister LRSP p San Juan Bautista LRSP p Santa Maria LRSP p Lincoln LRSP m Simi Valley LRSP m Agoura Hills LRSP p West Hollywood LRSP p Chino LRSP p Menifee LRSP p Maywood LRSP City of West Covina • TRTS96003.2022 Kimley>»Horn • 4 Planning& Engineering Servicesfor the _ It , Preparation of LRSP City of Artesia, LRSP, Artesia, CA Kimley-Horn is working with the City of Artesia to develop an LRSP that uses local crash histories to identify trends and patterns within the City that will inform the development of a customized countermeasure toolbox. The plan will identify locations with higher crash rates, higher crash costs, and crash patterns to determine the physical roadway characteristics and driver attributes that contribute to the largest number and highest severity of crashes. Project Team: Darryl DePencier, Project Manager; Jason Melchor, Project Engineer City of Santa Clarita, SSAR/LRSP, Santa Clarita, CA Kimley-Horn developed a bicycle and pedestrian -focused SSAR for the City of Santa Clarita. The report focused on the locations and factors involved with bicycle and pedestrian crashes in the City and included a toolbox of countermeasures specifically tailored to improving bicycle and pedestrian safety. Kimley-Horn is also developing an LRSP focused on all roadway users. This plan uses a statistical evaluation of citywide crash data to identify emphasis areas that the City can focus on safety resources to reduce traffic injuries. The plan includes a broader countermeasure toolbox of engineering, policy, program, and enforcement measures that the City can draw from. Project Team: Darryl DePencier, Project Planner; Jean Fares, Project Manager; Kyle McGowan, Analyst City of Anaheim, LRSP, Anaheim, CA The City of Anaheim received grant funding from Caltrans to conduct an LRSP to help the City identify and prioritize the most effective ways to improve traffic safety for all users, as part of a statewide goal to reduce traffic injuries and fatalities. The LRSP addresses safety through roadway improvements, measures to modify driver behavior, and improved emergency response. The LRSP has resulted in a set of data -driven recommendations, coupled with input from key stakeholders representing the four E's of safety included in the SHSP: engineering, enforcement, education, and emergency services. Kimley-Horn is developing the LRSP for the City, which includes a customized toolbox of countermeasures that address the most common local challenges that align with statewide funding priorities. Project Team: Darryl DePencier, Project Planner; Jason Melchor, Project Manager City of Eastvale, SSAR, Eastvale, CA Kimley-Horn provided engineering services to prepare an SSAR with a focus on addressing safety concerns for vehicular and pedestrian patterns associated with available collision data for the most recent three- or five-year period for which data is available. The goal was to provide the City with an overall understanding of available traffic data and safety analysis to identify areas with a high risk for collisions that will allow the City to plan for future safety improvements for the short, mid, and long-term. Project Team: Darryl DePencier, Project Manager; Jason Melchor, Project Engineer City of Perris, LRSP, Perris, CA Kimley-Horn assisted the City of Perris with their LRSP to help prioritize the most effective ways to improve traffic safety for all users, as part of a statewide goal to reduce traffic injuries and fatalities. The LRSP addressed safety through roadway improvements, measures to modify driver behavior, and improved emergency response. The LRSP resulted in a set of data -driven recommendations, coupled with input from key stakeholders representing the four E's of safety included in the SHSP; engineering, enforcement, education, and emergency services. Project Team: Darryl DePencier, Project Manager; Jason Melchor, Project Engineer; Kyle McGowan, Analyst City of Imperial, LRSP, Imperial Beach, CA Kimley-Horn provided traffic safety services to prepare an LRSP, including a citywide traffic collisions analysis identifying safety issues throughout the City's road network. The overall goal of this project was to provide the City with a detailed understanding of high -risk locations for collisions and identify engineering, education, and enforcement countermeasures that would allow the City to plan for future safety improvements for the immediate, mid -range, and long-term. This document provided guidance on selecting projects that will be well defined for future grant cycles. The project involved partnership with Crossroads and detailed crash data analysis to identify the number of collisions collision risk factors and rates, collision types and severity, crash rates, and various environmental variables. Based on the findings for Imperial Beach having more frequent vulnerable user crashes (pedestrian, bicycle, motorcycle), infrastructure and non -infrastructure countermeasure recommendations to reduce the likelihood of future crashes were identified. The project also included public outreach and involvement to get feedback from residents. Project Team: Darryl DePencier, Project Planner City of West Covina • 7RTS96003.2022 Kimley>»Horn • 5 Planning& Engineering Servicesfor theE't Preparation of LRSP City of Palm Desert, LRSP, Palm Desert, CA Kimley-Horn developed an LRSP for the City of Palm Desert that identified the trends and patterns for traffic collisions in the City and included a customized toolbox of countermeasures that address the most common local challenges that align with statewide funding priorities. Project Team: Darryl DePencier, Project Manager; Jean Fares, Principal -in -Charge; Kyle McGowan, Analyst City of Santa Cruz, LRSP, Santa Cruz, CA Kimley-Horn is developing an LRSP for the City of Santa Cruz. The plan includes an evaluation of best safety practices and common safety challenges in the City. Our efforts included a field tour with key stakeholders while applying the necessary social distancing and safety measures. We accompanied the field investigation with successful virtual stakeholder meetings to gather additional stakeholder input. We have also included a customized toolbox of countermeasures that address the most common local challenges that align with statewide funding priorities. Project Team: Darryl DePencier, Project Manager Caltrans, Strategic Highway Safety Plan (SHSP) Update and Implementation, Statewide, CA Kimley-Horn is leading California's 2020 to 2024 SHSP Update and Implementation, a multi -agency collaborative effort. The SHSP's mission is to provide a safe and sustainable transportation system for all motorized and nonmotorized users on all public roads in California. Kimley-Horn's role is to assist with SHSP development, action plans, and compliance with federal requirements. The final SHSP will provide guidance about areas of emphasis, make recommendations for improvement, and note responsible agencies and individuals for each action. Kimley-Horn will support Caltrans with overseeing implementation for the next several years. This project has required extensive coordination with a steering committee, executive committee, and several working groups. These groups meet at regular intervals, and a rigid deliverable schedule is required to get meaningful input from each of these groups. Kimley-Horn has successfully worked with Caltrans staff to keep the project on schedule and on budget, while remaining versatile enough to respond to feedback that occasionally shifts project priorities and objectives. Project Team: Mike Colety, Project Manager Caltrans, Safety Performance Management Target Setting Analysis, Statewide, CA Kimley-Horn was selected for this project to assist Caltrans in coordinating with stakeholders across the state —including state agencies, MPOs, and tribal governments —to establish annual Safety Performance Measure Targets (SPMTs). Under the FAST Act, Caltrans is required to establish annual safety targets for each of the following five performance measures:1) number of fatalities, 2) rate of fatalities, 3) number of serious injuries, 4) rate of serious injuries, and 5) number of non -motorized fatalities and non -motorized serious injuries. The project successfully set a process to assess roadway safety to assist with the planning on how to most effectively allocate safety funding. This project included stakeholder coordination and the development of a safety performance measure target dashboard developed with Tableau software. Some aspects of this dashboard are now available within the California SHSP Crash dashboard at https://shsp.dot.ca.gov/. Project Team: Darryl DePencier, Project Planner; Mike Colety, Project Manager Subconsultant Overview " E.'FOSSfGBdS Crossroads is a California -based software development company specializing in software for traffic $4SrC divisions of police departments and traffic engineering departments. Their systems produce and track traffic citation, traffic collision, and DUI arrest documents. Crossroads is a privately held California "S" Corporation and has been specializing in the same field for more than 30 years. Their software is installed at over 350 public agency traffic engineering departments in California including Los Angeles County. Kimley-Horn has recently partnered with Crossroads on projects like development of the SSAR for Imperial County and the LRSP for the City of Yorba Linda. Crossroads' office, located in Brea, California, is centrally located to assist on this project. On this particular pursuit, Crossroads CEO, Jeff Cullen will assist with data collection using the SWITRS (Statewide Integrate Traffic Records System) database. Jeff Cullen and his seven employees can provide the project team direct access to updated collision records from CHPs central database, avoiding the need for City staff to pull data and potentially get dated information. City of West Covina • 7RTS96003.2022 Kimley>»Horn • 6 t Planning & Engineering Services for the Preparation of LRSP References We are proud of our working relationships with our clients, and much of our success over the last 54 years is directly related to our efforts to provide consistent, high -quality, and timely services. The following is a list of five references that received similar services from Kimley-Horn within the last five years. We invite you to contact our clients directly for comment on the quality of Kimley-Horn's services. City of Santa CZarita, LRSP/SSARP 1 Mark Hunter, Transportation Planning Analyst 23920 Valencia Blvd., #3oo, Santa Clarita, CA 91355 �. 661.286.4042, mhunter@santa-clarita.com City of Perris, LRSP 1 Stuart McKibbin, Contract City Engineer 24 South D Street, Suite too, Perris, CA 92570 �. 951.435.2108, stuart@trilakeconsultants.com City of Palm Desert, LRSP t Randy Bowman, Senior Project Manager 73-Sio Fred Waring Drive, Palm Desert, CA 9226o 4. 760.776.6493, bowman@cityofpalmdesert.org City of Artesia, LRSP 1 Ernesto Sanchez, City Clerk 18747 Clarkdale Avenue, Artesia, CA 90701 562.865.6262,esanchez@cityofartesia.us City of Santa Cruz, LRSP 1 Claire Gallogly, Transportation Planner 8o9 Center Street, Room 9, Santa Cruz, CA 95o6o t. 831.420.5030, cgallogly@cityofsantacruz.com I've loved working with Kimley-Horn on this project. Darryl DePencier is our project manager, and has Gdone a great job keeping the project moving on time and on budget. The rest of the team has also been great to work with. Their work is high quality, communication clear, and product is immediately usable. They went the extra mile in assisting us with two HSIP applications this cycle based on their draft report, and we would have been unable to take on the extra work of those without their help. I'd highly recommend their team. - CLAIRE GALLOGLY, CITY OF SANTA CRUZ City of West Covina • TRTS96003.2022 Kimley>»Horn • 7 Planning & Engineering Services for the Preparation of LRSP t j 14F B. PROPOSED TEAM Our project team is unsurpassed in local knowledge and relevant experience and has been structured to provide strong support to your City. Notably, our team will be managed by Darryl dePencier, AICP, GISP, RSP213, a successful Kimley-Horn project manager with over a decade of experience on traffic safety projects. Darryl and his team have a thorough knowledge of the LRSP process and extensive experience coordinating communications between stakeholder groups and City staff throughout plan development. Darryl will serve as your point of contact and will maintain a close working relationship with City staff throughout the duration of the project. He will oversee a team of well -qualified individuals as well as one subconsultant, who are experienced in safety planning and engineering. Kimley-Horn will pair our in-house, certified team with Crossroads Software, Inc. (Crossroads), a California -based software development company specializing in software for traffic divisions of police departments and traffic engineering departments. Their systems produce and track traffic citation, traffic collision, and DUI arrest documents. With over 30 years of experience, Jeff Cullen will work alongside Kimley-Horn to collect data for this project as the Crossroads team has done on many projects across California. Kimley-Horn has the required license to perform the scope of services for this project. Specific information regarding relevant individual licenses can be found in the resumes section below. These resumes also outline the education, credentials, training, and related experience of our team members. If selected, our identified team will be available throughout the duration of the project. If a member of the proposed team is unable to fulfill their responsibilities, Darryl will notify the City immediately and will work with the City to create a contingency plan. No team member will be added or removed from our team without prior concurrence with the City. The organizational chart below delineates the roles and responsibilities of our personnel on this pursuit. Organizational Chart \� /, I Project Manager / Point of Contact r, r• Mike Colety, P.E., PTOE, RSPzie Jason Melchor, P.E. Kyle McGowan, AICP Project Analyst Amanda Forsans Zander Daily Data Collection 07 Jeff Cullen (Crossroads) City of West Covina • 7RTS96003.2022 Kimley>»Horn • 8 Planning & Engineering Services for the Preparation of LR!r t 114F Resumes Darryl dePencier, AICP, GISP, RSPzB Project Manager/Point of Contact Darryl has been conducting transportation safety for more than 15 years. He has developed tools to root out the spatial relationships between crash events to determine the factors and conditions that increase the probability of vehicle crashes. His experience ranges from establishing safety policy language to network screening, crash site engineering reviews, and developing countermeasure toolboxes. Darryl also conducts statistical analyses of crash activity using methods presented in the Highway Safety Manual, the Local Roadway Safety Manual, and customized analyses for unusual locations or conditions. He has worked on studies at the statewide, regional, local, and site -specific levels that include guidance documents, LRSPs, safety thresholds and audits, and local countermeasure recommendations. ft RELEVANT EXPERIENCE City of Artesia, LRSP, Artesia, CA — Project Manager City of Santa Clarita, SSAR, Santa Clarita, CA — Project Planner City of Anaheim, LRSP, Anaheim, CA — Project Planner City of Eastvale, SSAR Eastvale, CA — Project Manager City of Perris, LRSP, Perris, CA — Project Manager City of Palm Desert, LRSP, Palm Desert, CA— Project Planner City of Imperial Beach, LRSP, Imperial Beach, CA — Project Planner Professional Credentials and Affiliations • Master of Science, Urban Spatial Analysis, University of Pennsylvania • Bachelor of Science, Geography, Carleton University, Ottawa • Certificate, Geographic Information Systems, Algonquin College, Ottawa • American Institute of Certified Planners #026552 • Geographic Information Systems Professional #59317 • Road Safety Professional 1 #273 • Road Safety Professional 2B #17 City of Goleta, Traffic Safety Study for the SSAR/LRSP, Goleta, CA— Project Planner City of Santa Cruz, LRSP, Santa Cruz, CA — Project Manager Caltrans, Strategic Highway Safety Plan (SHSP) Update and Implementation, Statewide, CA — Project Planner Caltrans, Safety Performance Measure Target Setting Analysis, Statewide, CA — Project Planner County of Ventura, LRSP, Ventura County, CA— Project Manager City of Ventura, SSAR, Ventura, CA — Project Manager City of Lancaster, SSARP, Lancaster, CA— Project Manager City of Seal Beach, LRSP, Seal Beach, CA —Project Planner City of La Quinta, SSAR, La Quinta, CA — Project Planner County of Imperial, SSAR for Varied Roadways, Imperial County, CA — Project Planner County of San Joaquin, SSAR, San Joaquin County, CA — Project Planner City of West Covina • 7RTS96003.2022 Kimley>» Horn • 9 i Planning & Engineering Services for the Preparil of LRS1 all Jean Fares, P.E. Principal -in -Charge Jean has more than 30 years of professional experience in the fields of traffic and transportation engineering, including systematic safety analysis, traffic signal design, signal system design, traffic signal timing, traffic operations, signing and marking plans preparation, and traffic control plans. In addition to signal design and corridor signal operations, Jean has extensive experience with ITS technologies. Ift RELEVANT City of Santa Clarita, SSAR, Santa Clarita, CA — Project Manager City of Santa Clarita, LRSP, Santa Clarita, CA — Project Manager City of Perris, LRSP, Perris, CA — QC/QA Manager City of Palm Desert, LRSP, Palm Desert, CA — Project Manager City of Goleta, Traffic Safety Study for the SSARP/LRSP, Goleta, CA — QC/QA Manager County of Ventura, LRSP, Ventura County, CA— Principal -in -Charge City of Ventura, SSAR, Ventura, CA — Project Engineer City of Chino, On -Call Traffic Engineering Services, Chino, CA— Project Manager City of Seal Beach, LRSP, Seal Beach, CA— Principal -in -Charge Professional Credentials and Affiliations County of Imperial, SSAR for Varied Roadways, Imperial County, CA — Project Manager City of Glendale, On -Call Traffic Engineering Services, Glendale, CA — Project Manager City of Thousand Oaks, On -Call Traffic Engineering Services, Thousand Oaks, CA — Project Manager • Bachelor of Science, Architecture, California State Polytechnic University, Pomona • Professional Engineer in CA #TR2097 City of Culver City, On -Call Traffic Engineering Services, Culver City, CA — Project Manager City of Downey, On -Call Traffic Engineering Services, Downey, CA — Project Manager County of Los Angeles, On -Call Traffic Engineering Services, Los Angeles County, CA — Project Manager City of Palmdale, On -Call Signal Design Services, Palmdale, CA — Project Manager City of Agoura Hills, On -Call Traffic Engineering, Agoura Hills, CA — Project Director City of Porterville, On -Call Civil and Traffic Engineering, Porterville, CA — Project Manager County of Riverside, On -Call Traffic Engineering Services, Riverside County, CA — Project Manager County of Riverside, On -Call Traffic Engineering Services, Riverside County, CA — Project Manager City of La Quints, SSAR, La Quinta, CA — Project Manager City of Indio, LRSP, Indio, CA — Project Manager City of West Covina • 7RTS96003.2022 Kimley>»Horn to IOU Planning& Engineering Servicesfor the Preparation of LR!' '''A kJ 1i� Mike Colety, P.E., PTOE, RSP21B QC/QA Mike has over 25 years of experience with the evaluation, planning, and design of transportation facilities that address the safety and mobility of all road users. He is currently leading the Update and Implementation of the SHSPs for both California and Nevada and also has extensive experience with local and regional transportation safety planning. Mike led the Highway Safety Manual (HSM) Implementation for the Nevada Department of Transportation (NDOT), as well as assisted with the Federal Highway Administration (FHWA) Scale and Scope of HSM Guidebook and the Guide for Scalable Risk Assessment Methods for Pedestrians and Bicyclists. Mike has worked on over 10 LRSPs and has facilitated over 30 RSAs. He uses his experience and lessons learned to work with agencies to complete a data -driven analysis, select cost-effective solutions and identify funding for implementation. Ift RELEVANT » City of Santa Clarita, LRSP, Santa Clarita, CA — Principal -In -Charge » City of Eastvale, SSAR, Eastvale, CA — QC/QA Manager » City of Goleta, Traffic Safety Study for the SSARP/LRSP, Goleta, CA — Principal -in -Charge » City of Santa Cruz, LRSP, Santa Cruz, CA— QC/QA Manager Professional Credentials and Affiliations • Master of Science, Civil Engineering, California Polytechnic State University, San Luis Obispo • Bachelor of Science, Civil Engineering, California Polytechnic State University, San Luis Obispo • Professional Engineer in CA #60858 • Professional Traffic Operations Engineer #1601 • Road Safety Professional 1 #22 • Road Safety Professional 21 #7 • Road Safety Professional 2B #16 » Caltrans, California Strategic Highway Safety Plan Update and Implementation (SHSP), Statewide, CA— Project Manager » City of Simi Valley, LRSP, Simi Valley, CA— QC/QA Manager » City of Ventura, LRSP, Ventura County, CA — QC/QA Manager » City of Ventura, SSAR, Ventura, CA — Principal -in -Charge » County of Imperial, SSAR for Varied Roadways, Imperial County, CA — Principal -in -Charge » City of La Quinta, SSAR, La Quinta, CA— Principal -in -Charge » Regional Transportation Commission of Southern Nevada (RTC), Southern Nevada Transportation Safety Plan, Las Vegas, NV — Project Manager » Regional Transportation Commission of Southern Nevada (RTC), Nevada Statewide Bicycle Plan, Las Vegas, NV— Project Manager » Regional Transportation Commission of Southern Nevada (RTC), Las Vegas Boulevard Pedestrian Study, Las Vegas, NV — Project Engineer » Regional Transportation Commission of Southern Nevada (RTC), Regional Bicycle Network Gap Analysis, Las Vegas, NV — Principal -in -Charge » NDOT, Strategic Highway Safety Plan (SHSP), Statewide, NV — Project Manager » NDOT, Highway Safety Manual Implementation, Statewide, NV — Project Manager » NDOT, Road Safety Assessment Program, Statewide, NV— Project Manager City of West Covina • 7RTS96003.2022 Kimley*Horn • 11 Planning & Engineering Services for the Preparation of LR!r Jason Melchor, P.E. Project Engineer Jason is a professional engineer with more than 20 years of experience in traffic engineering and transportation planning. He has worked with clients in Orange, Los Angeles, Riverside, and San Diego Counties to complete systemic safety studies, traffic impact studies, and perform the technical analysis for a variety of safety projects, transportation planning projects, parking studies, transit analysis, site plan reviews, and circulation studies. His traffic engineering experience includes traffic signal design, signing and striping, traffic control, and signal interconnect design plans. He has acted as in-house staff for the cities of Irvine and Huntington Beach to review development studies and design plans. In this role, Jason worked directly with developers and City staff to provide comments on plan and document submittals. Jason also has experience working with a variety of traffic engineering software programs and computer design packages. RELEVANT City of Seal Beach, LRSP, Seal Beach, CA— Project Manager City of Anaheim, LRSP, Anaheim, CA — Project Manager City of Palm Desert, LRSP, Palm Desert, CA — Project Engineer City of Perris, LRSP, Perris, CA — Project Engineer City of Goleta, Traffic Safety Study for SSAR, Goleta, CA — Project Manager City of Santa Cruz, LRSP, Santa Cruz, CA — Project Engineer County of Ventura, LRSP, Ventura County, CA — Project Engineer City of La Quinta, SSAR, La Quinta, CA — Project Engineer City of Eastvale, SSAR, Eastvale, CA — Project Engineer City of Ventura, SSAR, Ventura, CA — Project Engineer City of Santa Clarita, SSAR, Santa Clarita, CA — Project Engineer County of Imperial, SSAR for Varied Roadways, Imperial County, CA — Project Engineer RCTD, Horizontal Curve Assessment, Riverside County, CA— Project Engineer City of Santa Ana, Santa Ana Boulevard and 5th Street Bikeway, Santa Ana, CA— Project Engineer City of Anaheim, Gene Autry Way Improvements, Anaheim, CA— OC/QA Reviewer Professional Credentials and Affiliations • Bachelor of Science, Civil Engineering; Specialization in Transportation, University of California, Irvine • Professional Engineer in California #C65218 • Institute of Transportation Engineers (ITE), Member • Orange County Traffic Engineering Council, Member City of West Covina • TRTS96003.2022 Kimley>»Horn 12 t Planning & Engineering Services for the Preparation of LR!r Kyle McGowan, AICP Project Planner Professional Credentials and Affiliations • Master of Urban Planning, University of Southern California Kyle is an analyst in the traffic engineering field. His experience providing engineering design support • Bachelor of Science, Urban includes crash and roadway analyses, document review, and data collection. Kyle has also been involved and Regional Planning, University of Arizona in the implementation of Goods Movement, Connected Vehicle, and Integrated Corridor Management • American Institute of Certified (ICM) projects in southern California, where he utilized ArcGIS and design skills to prepare reports and Planners #33483 maps of ITS infrastructure improvements. He is proficient with Synchm, Adobe Creative Suite, and SPSS Ift RELEVANT City of Santa Clarita, SSAR, Santa Clarita, CA —Analyst City of Santa Clarita, LRSP, Santa Clarita, CA —Analyst City of Eastvale, SSAR, Eastvale, CA —Analyst City of Perris, LRSP, Perris, CA — Analyst City of Palm Desert, LRSP, Palm Desert, CA —Analyst City of Goleta, Traffic Safety Study for the SSARP/LRSP, Goleta, CA — Analyst City of Chino, Engineering & Traffic Survey, Chino, CA — Project Manager City of Seal Beach, LRSP, Seal Beach, CA — Analyst County of Imperial, SSAR for Varied Roadways, Imperial County, CA — Analyst City of Indio, LRSP, Indio, CA —Analyst County of Mono, SSAR, Mono County, NV —Analyst City of Inglewood, Stadium Alternative Mitigation Measure: Intelligent Transportation Systems (ITS) Improvements, Inglewood, CA — Analyst LA Metro, Arterial ITS Inventory Tool Expansion (ITS First), Los Angeles County, CA —Analyst LA Metro, Los Angeles County Regional ITS Architecture (RITSA) Update, Los Angeles, CA —Analyst City of Santa Clarita, ITS Phase VII, Santa Clarita, CA —Analyst San Diego Association of Governments (SANDAG), San Diego and Western Riverside Counties Regional Park & Ride Strategy, San Diego/Western, Riverside, CA — Analyst City of West Covina • 7RTS96003.2022 Kimley>»Horn 13 t Planning & Engineering Services for the Preparation of LR!r Amanda Forsans Project Analyst Professional Credentials and Affiliations • Bachelor of Science, Civil Engineering, McGill University Amanda's background is in civil engineering and applied mechanics backed by successful internship experience and knowledge of engineering methods, principles, specifications, and standards. She has experience working on LRSPs in the Southern California region and is very familiar with analysis required for these projects. Ild RELEVANT EXPERIENCE City of Santa Clarita, LRSP, Santa Clarita, CA — Analyst County of Ventura, LRSP, Ventura County, CA —Analyst City of Seal Beach, LRSP, Seal Beach, CA —Analyst City of Costa Mesa, LRSP, Costa Mesa, CA —Analyst City of Indio, LRSP, Indio, CA —Analyst Zander Daily Project Analyst Zander has technical skills in mapping and spatial analysis, graphic design, travel demand modeling, and statistical analysis. He is knowledgeable in ArcGIS (ArcPro, ArcMap, ArcScene, ArcCatelog, Story Map), Adobe Creative Cloud (Photoshop, InDesign, Illustrator), SketchUp, Canva, Bentley CUBE, IBM SPSS Statistics, and Microsoft Excel. Zander has previous experience working on LRSPs and similar transportation projects. Ild RELEVANT EXPERIENCE City of Costa Mesa, Costa Mesa LRSP, Costa Mesa, CA —Analyst City of Seal Beach, Seal Beach LRSP, Seal Beach, CA —Analyst City of Roseville, Roseville LRSP, Roseville, CA —Analyst City of Tracy, Tracy LRSP, Tracy, CA —Analyst Professional Credentials and Affiliations • Master of Science, Urban and Regional Planning, Florida State University • Bachelor of Science, International Relations, Florida State University City of Santa Maria, Santa Maria LRSP, Santa Maria, CA —Analyst San Gabriel Valley Council of Governments, San Gabriel Valley Transit Feasibility Study, Los Angeles County, CA —Analyst Los Angeles County Metropolitan Transportation Authority (Metro), North Hollywood to Pasadena BRIT, Los Angeles County, CA — Analyst San Manuel Band of Mission Indians, San Manuel Reservation and Casino Permitting, San Bernardino County, CA — Analyst City of West Covina • 7RTS96003.2022 Kimley>» Horn • 14 IOU Planning& Engineering Servicesfor the Preparation of LRSP '', Jeff Cullen Professional Credentials �cmv.%roa7s SoYAro Data Collection and Affiliations • Bachelor of Science, Computer Science with Mathematics, California State With more than 30 years of experience in the fields of traffic/transportation, computer applications, and University, Fullerton software development, Jeff brings an ability to develop powerful yet practical programming/hardware solutions to each project. Some of his accomplishments in the area of computer applications for transportation engineering include: Designing, developing, and implementing software packages for traffic collision and citation reporting and analysis; traffic signal design; graphics and mapping; radar speed study analysis and summary; license plate matching; traffic signal timing and coordination; and transportation planning. Using the Microsoft Windows -based Crossroads Software Collision Database package to design and implement application database systems for more than 430 agencies throughout California, Nevada, and Washington, including the cities of Los Angeles, Ventura, Long Beach, Redmond, Fresno, Stockton, and Las Vegas; the counties of Riverside, Los Angeles, Ventura, San Diego, Santa Clara, San Bernardino, and Santa Clara; and many others. Developing a full -featured Traffic Control Device Inventory System using Microsoft Access complete with GIS mapping and work order tracking capabilities. Supplementing Jeff's vast experience in computer systems and software development is his hands-on involvement in analyzing and summarizing data (utilizing Crossroads Software systems) and preparing traffic signal, preliminary engineering, and final design plans for numerous projects utilizing various design packages. 10 RELEVANT EXPERIENCE City of Santa Clarita, LRSP, Santa Clarita, CA — Data Collection City of Santa Clarita, Citywide SSAR, Santa Clarita, CA — Data Collection City of Anaheim, LRSP, Anaheim, CA — Data Collection City of Perris, LRSP, Perris, CA — Data Collection City of Palm Desert, LRSP, Palm Desert, CA— Data Collection City of Imperial Beach, LRSP, Imperial Beach, CA — Data Collection City of Goleta, Traffic Safety Study for the SSAR/LRSP, Goleta, CA — Data Collection City of Santa Cruz, LRSP, Santa Cruz, CA— Data Collection City of Ventura, SSAR, Ventura, CA — Data Collection City of Indio, LRSP, Indio, CA — Data Collection City of La Quinta, SSAR, La Quinta, CA — Data Collection County of Imperial, SSAR for Varied Roadways, Imperial County, CA — Data Collection City of West Covina • 7RTS96003.2022 Kimley>»Horn 15 Planning & Engineering Services jo, Preparation of LRSP C. DETAILED WORK PLAN Project Understanding The City of West Covina is taking a major step towards enhanced roadway safety through the development of an LRSP. This plan will help the City identify the factors that contribute most to local traffic collisions and will better position the City for safety funding from state and federal grant programs. Kimley-Horn has extensive experience with the California HSIP including the development of the HSIP Implementation Plan at the statewide level, and recently over $30M in successful HSIP grants in Cycle 10. The goal of the LRSP is to develop countermeasures that can be systemically implemented to reduce the risk of collisions on City streets. Kimley-Horn's approach builds that toolbox using three separate processes. 1. Identify Citywide emphasis areas such as impaired driving or active transportation that represent a large proportion of traffic injuries 2. Identify site -specific case studies that are representative of other locations in the City for a more detailed audit and focused countermeasures 3. A review of citywide policies, programs, resources, and practices that may have an impact on traffic safety, and then the identification of opportunities to align with safety best practices This study is important because, in addition to the trauma of injury and loss of life, economic losses in the City of West Covina due to traffic injuries on City streets were nearly $405M from 2016 through 2020 according to SafeTREC's Traffic Injury Mapping System (TIMS) and Caltrans HSIP Cost Parameters. The Office of Traffic Safety (OTS) most recently ranked West Covina 19 of 59 peer cities in 2019 for traffic injuries after normalizing for population and vehicle miles traveled (VMT) which suggests that the City is in the highest third for traffic injuries. The OTS ranking for several categories is listed in Table 1. The City scores better in every category that OTS tracks relative to its overall injury score, suggesting that injury -producing crashes in the City are not concentrated in any of those specific categories. Speed related and impaired young drivers are the poorest performing of the ranked categories. Table 1 - Office of Traffic Safety Rankings (2019) Year 2019 TYPE OF Total Fatal and Injury County LOSANGELES COUNTY D: INJURED 467 I Group B OTS RANKING 19/59 Alcohol Involved 39 31 /59 Had Been Drinking Driver < 21 2 14/59 Had Been Drinking Driver 21 — 34 7 28/59 Motorcycles 6 55/59 Pedestrians 26 41 /59 Pedestrians < 15 3 41 /59 Pedestrians 65+ 3 44/59 Bicyclists 16 37/59 Bicyclists < 15 1 43/59 Composite TYPE OF Speed Related 185 7 27/59 OTS RANKING 60/97 Nighttime (9:00pm — 2:59am) 3 61 /97 Hit and Run 4 24/97 City of West Covina • TRTS96003.2022 Kimley>»Horn•16 Planning& Engineering Servicesfor the _ E'► , Preparation of LRSP Kimley-Horn is the lead consultant supporting Caltrans' Strategic SHSP and current HSIP Implementation Plan. The SHSP outlines statewide priorities and emphasis areas that when comparing fatalities and serious injuries over the last ten years against statewide trends for SHSP challenge areas, West Covina crashes more often involved pedestrians, intersections, and bicyclists. Fewer involved lane departures, aggressive driving, or motorcycles. Table 2 shows the statewide fatal and severe injury collisions in comparison to data from the City of West Covina, Table 2 - Fatal & Severe Injuries - Statewide vs. West Covina Challenge Areas Work Zones !236%. West Covina 10.19 , , t 40 14.9% 13.5% Aggressive Driving 115 42.9% 9.8% Intersections 84 31.3% 7.7% Impaired Driving 25.3% 75 28.0% 2.7% Aging Drivers 12.4% 40 14.9% 2.6% Young Drivers 13.1% 39 14.6% 1.5% Distracted Driving 5.0% 16 6.0% 1.0% Pedestrians 19.2% 51 19.0% -0.2% Occupant Protection 14.2% 35 13.1 % -1.2% Commercial Vehicles 6.4% 11 4.1 % -2.3% Bicyclists 8.3% 11 4.1 % -4.2% Motorcyclists 21.0% 33 12.3% -8.7% Lane Departure 43.3% 90 33.6% -9.7% Driver Licensing' 24.7% 14 8.6% -16.0% Available for Fatal Only Ongoing construction projects over the last few years related to the 1-10 expansion as well as other City roadway maintenance projects have contributed to a comparatively high number of work zone -related crashes relative to statewide averages. Aggressive and impaired driving were also factors in a higher proportion of traffic injuries than overall statewide. Kimley-Horn has analyzed the TIMS data for the City from 2016 to 2020.Our preliminary analysis explored the following collision categories: Collision Severity 6.8% of the injury collisions from 2016-2020 resulted in a fatality or severe injury. A majority of the injury collisions resulted in minor injuries only. Table 3 shows the breakdown of injury collisions by injury severity. Table 3 - Collisions by Severity Level Severity Fatal count 32 Percent 1.9% Severe Injury 81 4.9% Visible Injury 538 32.7% Complaint of Pain 997 60.5% Total 1,648 100.0% City of West Covina • 7RTS96003.2022 Kimley>»Horn • 17 Planning& Engineering Servicesfor the _ It t , Preparation of LRSP Collision Type The most common types of collisions in the City were broadsides and rear ends totaling 65.8% of crashes in the city. A full breakdown of the collision types is shown in Table 4. Table 4 — Collisions by Type Collision Type Broadside Count 701 Percent 42.54% Rear -End 384 23.30% Head -On 142 8.62% Sideswipe 130 7.89% Pedestrian 115 6.98% Hit Object 97 5.89% Unknown 60 3.64% Other 12 0.73% Overturned 7 0.42% Total 1,648 100.0% Primary Collision Factor The most common factors that led to collisions in the City were right-of-way violations, unsafe speed, and disregarding signals and signs collectively accounting for over two-thirds of all injury crashes. A full breakdown of the primary collision factors is shown in Table 5. Table 5 — Collisions by Primary Collision Factor Primary Collision Factor Automobile Right of Way count 408 Percent 24.76% Unsafe Speed 388 23.54% Traffic Signals and Signs 330 20.02% Improper Turning 180 10.92% Under the Influence 88 5.34% Pedestrian Right of Way 50 3.03% Unknown 44 2.67% Pedestrian Violation 40 2.43% Wrong Side of Road 29 1.76% Unsafe Lane Change 27 1.64% Unsafe Starting or Backing 22 1.33% Following too Closely 14 0.85% Other Hazardous Violations 10 0.61 % Other than Driver 8 0.49% Improper Passing 7 0.42% Impeding Traffic 2 0.12% Other Improper Driving 1 0.06% Total 1,648 100.0% City of West Covina • 7RTS96003.2022 Kimley>»Horn • 18 Planning& Engineering Servicesfor the _ E'► , Preparation of LRSP Collision `involved With' Nearly 75% of the injury collisions in the city were between two or more moving motor vehicles and an additional 15% were evenly split between pedestrians and fixed objects. However, there were also several crashes with fixed objects, pedestrians, and bicycles. Pedestrian crashes in particular resulted in a higher rate of more severe injuries. Table 6 shows a full breakdown of the collisions, what object they were involved with, and the distribution of their injury levels. Table 6 — Collisions by `Involved With' Other Motor Vehicle 10 34 351 822 1,217 Fixed Object 5 21 57 35 118 Pedestrian 16 13 44 45 118 Bicycle 1 3 41 32 77 Parked Motor Vehicle — 6 29 35 70 Unknown — 1 3 10 14 Non -Collision — 2 5 6 13 Other Object — 1 5 5 11 Motor Vehicle on Other Roadway — — 3 7 10 Total 32 81 538 997 1,648 w i City of West Covina • 7RTS96003.2022 Kimley>»Horn • 19 Planning& Engineering Servicesfor the _ E'► t , Preparation of LRSP Figure 1 and Table 7 show the concentration of injury crashes in West Covina and highlights the 10 most economically impactful intersections in the City. Figure 1: Injury Crashes and 10 Most Economically Impactful Intersection ow _+� I •f Table 7 - 10 Most Economically Impactful Intersections 1 Intersection Amer Road Temple Avenue Fatal — Severe 4 Visible 4 Complaint 9 I Total 17 Cost $10,057,300 2 Puente Avenue Vincent Avenue 1 1 12 18 32 $7,543,800 3 Badillo Street Lark Ellen Avenue 1 1 10 16 28 $7,097,400 4 Francisquito Avenue Sunset Avenue 1 1 4 15 21 $6,162,700 5 Badillo Street Sunset Avenue — 2 7 8 17 $6,023,300 6 West Covina Parkway Vincent Avenue — 2 4 11 17 $5,839,100 7 Valley Boulevard Nogales Street — 2 4 9 15 $5,677,300 8 Amar Road Westport Street 1 1 1 6 9 $5,007,700 9 Amar Road Nogales Street 1 1 2 4 8 $4,988,200 10 Fairgrove Avenue Azusa Avenue 2 — 3 2 7 $4,968,700 Our team uses custom GIS-based tools to evaluate the roadway system and intersections using Highway Safety Manual statistical methods. This allows for independent evaluation of intersections by control type, and roadways by function. Our team then applies additional statistics to rate each location for crash severity, crash type patterns, driver behavior factors, and roadway conditions. Our analysis procedures are outlined in the exhibit below. City of West Covina • TRTS96003.2022 Kimley>»Horn • 20 Planning& Engineering Servicesfor th • i 1 Preparation of LRSP \ ` ..........� Kimley-Horn works closely with Crossroads allowing us to seamlessly input their data outputs of the most recent available crash data. Our custom in-house software can process the Crossroads crash records to provide a ranked order of intersections and roadway segments by crash activity consistent with the Local Roadway Safety Manual, provide a statistical evaluation of crash rates for each location relative to citywide norms, and highlight locations with unusually high crash severities or crash patterns that can help diagnose safety challenges. Kimley-Horn's approach to LRSP development centers on the creation of a countermeasure toolbox that includes items that address both infrastructure and driver behavior. A combination of crash history, roadway characteristics, and stakeholder feedback is used to determine which countermeasures that will be most likely to have the most safety benefit relative to cost for the City. The toolbox is then used to produce three products as part of the LRSP. 1. City-wide Systemic Infrastructure Projects: Serious injury crashes in West Covina are more likely to involve aggressive driving than in other parts of California. The LRSP would likely include a number of low-cost systemic countermeasures such as signal coordination, narrower travel lanes, and speed feedback signs. 2. Local Infrastructure Projects: for example, the intersection of Amer Road and Temple Avenue has had the most -costly injury count between 2016 and 2020 according to the TIMS dataset with 17 injury crashes over a five-year period, four of which were severe. Two pedestrians were injured, but three of the four severe injury crashes were broadsides related to the permissive north -south left -turn. The LRSP would likely consider the conversion of the signal to protected only left -turns, leading pedestrian intervals, and retroreflective back plating to improve signal head visibility. 3. Non -Infrastructure Projects: Serious injury and fatal crashes in West Covina are more commonly associated with impaired driving. The LRSP could explore opportunities to get additional OTS or other state grants for enforcement campaigns and educational initiatives. The team might also evaluate lighting and other roadway features that can reduce the harm associated with impaired driving. The following scope of services outlines how Kimley-Horn will build off of the City's current plans to provide a well-rounded framework for an ongoing safety improvement program. The LRSP will be structured to make the City more competitive for grant funding, better able to identify and prioritize safety needs, and encourage safer driving practices for its residents. WORK PLAN Task 1- Project Management & Meetings Task i.i — Kick-off Meeting and Project Administration Kimley-Horn will prepare an agenda and conduct a project kick-off meeting to review and refine the project methodology and schedule and to establish a Project Development Team (PDT with key City staff, which we will maintain close and consistent communication through regular PDT status meetings to discuss plan development and project progress. Meetings are anticipated to be held virtually given current conditions. Kimley-Horn will assist the City in providing administrative support to make sure the project is in compliance with the Local Assistance Procedure Manual guidelines. Kimley-Horn has established internal quality control processes that include multiple levels of review before deliverables are submitted to a client, including a designated quality control officer that is not part of the core project team to provide objective feedback from the perspective of someone external to the project. Kimley-Horn recommends in -person meetings, if conditions allow, at the following project milestones: 1. Project Kick -Off 2. Selection of High -Collision Sites for Project Development 3. Field Review Debrief 4. Project Recommendations Additionally, Kimley-Horn will hold a short bi-weekly project progress meeting with the City project manager to discuss the current status of the project and to make decisions about project direction as alternative courses emerge. During our kick-off meeting, we will identify safety partners/stakeholders who should be included in future project communications. We value representation from the local community, businesses, non-profit organizations, local transportation providers, City's Public Works department, West Covina Police Department, West Covina Fire Department, West Covina Unified School District, and health and safety agencies when creating a well-rounded safety plan. City of West Covina • 7RTS96003.2022 KimlepoHorn • 21 Planning& Engineering Servicesfor the _ E'► , Preparation of LRSP Task i.z — Identify Stakeholders Kimley-Horn will work with the City to identify stakeholders that will be engaged throughout the LRSP process. Key stakeholders will include those identified during the kick-off meeting in Task 1. Task 1.3 — Identify Project Goals and Objectives We will work with City staff to establish goals and objectives after completing the comprehensive data analysis with a focus on improving traffic and pedestrian safety. We will establish the emphasis areas. The team will identify safety challenges specific to the City of West Covina that are elevating the risk of traffic injuries. The goals and objectives will be structured to meet the needs of the LRSP Program, provide optimal support of statewide funding priorities, and incorporate Priority Safety Strategies, Infrastructure Safety Projects, and Behavioral Safety Strategies and feedback from stakeholders and City staff. Each goal will be associated with a set of objectives that will help determine the prioritization of plan recommendations. Task 1.4 — Stakeholder Meetings Kimley-Horn will work with the City to reach out to safety partners/stakeholders from the contact list developed. Up to three Stakeholder meetings will be hosted, either virtually or in -person (as COVID restrictions allow), to allow for two-way communication and feedback on the materials communicated. The meeting will provide an overview of the LRSP process, identify/establish safety goals, objectives, strategies, and emphasis areas, inform those present on the results found during the crash analysis, and outline the draft countermeasures and potential solutions. Stakeholders will be utilized for their local insight on the area, any challenges or opportunities they may know of, and their knowledge of "near -miss crashes." Any potential additions or changes to the recommended countermeasures, based on the feedback received during this meeting, will be discussed with the City. The group will prioritize plans for implementation and be able to review and comment on the draft and final LRSP before recommending approval of the document to be adopted by the City Council. N Project Kick-off Meeting y Project Update Meeting Agenda & Notes • Monthly Progress Reports • Stakeholder Identification List y Draft Project Goals and Objectives N Stakeholder Meetings Task 2. Review of Existing Planning Documents Task z.1— Literature Review We will conduct a literature review of existing plans published by the City, including the General Plan. Documents produced by San Gabriel Valley Council of Governments, SCAG, and Caltrans will also be reviewed to identify projects, policies, and programs that are in place or recommended that might be of value to this analysis. Our team is already familiar with Caltrans procedures and guidance on the development of SSARs and LRSPs and will provide a summary as part of this task. Task z.z — Best Practices Analysis Kimley-Horn will work with City staff to identify programs and policies within the City that are most supportive of safety, which ones could be updated to better align with current best practices, and where there are opportunities for new initiatives that would likely support safer roads and better driving behaviors. Kimley-Horn staff will collect the needed information by providing the City with a list of questions in advance and will conduct an interview with City staff to finalize the responses. y Question List of Current Practices for City y Draft Literature Review Matrix N Technical Memorandum 41: Existing Plans and Programs City of West Covina • 7RTS96003.2022 Kimley>»Horn • 22 Planning & Engineering Services for the Preparation of LRSP 114F Task 3. Data Collection & Analysis Task 3.1 — Data Analysis Kimley-Horn will perform a comprehensive data analysis review. Our approach to safety analysis includes statistical network screening using Highway Safety Manual Methods. These methods are selected to identify locations with higher than expected collision activity that can be reviewed to identify roadway and intersection characteristics associated with higher risk. These methods also review a variety of collision characteristics to identify locations where specific types of collisions are over -represented. This helps to diagnose safety factors that are leading to elevated numbers of collisions. The first screening step is to develop critical crash rates for segments and intersections in the City. Average crash rates are developed for intersections based on control type, and roadway segments based on functional classification. A statistical threshold is then established based on daily traffic volumes for each segment and intersection. The difference between the actual crash rate and the critical crash rate for each location can then be used to estimate the relative risk faced by users of the given intersection or segment. This method builds on the High Collision or High Injury Networks that essentially mirror High Traffic networks to provide deeper insight into potential low-cost safety measures. Roadways and intersections with lower classifications will also be identified, allowing the LRSP to broach risk factors associated with those roadways. The second screening step focuses on crash type over -representation. City-wide data is used to determine the typical collision type mix for each of the functional classifications and intersection control types. Then the mixture is reviewed for each segment and intersection to highlight those with high concentrations of a specific collision factor. Factors analyzed would include: » Fatal Collisions » Fatal + Serious Injury Collisions » Broadside Collisions » Rear -End Collisions » Sideswipe Collisions » Head -On Collisions » Single Vehicle Collisions (run off road, fixed object parked vehicle, other) » Bicycle Collisions » Pedestrian Collisions » Wet/Slippery Road Collisions » Nighttime Collisions » Collisions Involving Alcohol/Drugs » Collisions Involving Driver Inattention » Collisions Involving Speeding/Aggressive Driving The resulting list would include both the number of collisions for each factor and the probability that any excess is not random. Kimley-Horn will provide an inventory of sites including all roadway segments and intersections with three or more collisions (needed for statistical evaluation) ranked by the overall number of collisions per Local Roadway Safety Manual Guidance. Kimley-Horn will then recommend up to 10 locations for further evaluation and potential project development based on the amount of collision activity, collision severity, unusual collision patterns, and site variability to maximize the potential number of systemic factors, and mitigations identified. We will identify potential conflicts between vehicles, pedestrians, and bicycles. Task 3.2 Roadway Characteristics Inventory Kimley-Horn will obtain available data on roadway functional classification, intersection control, schools, parks, transit stops, and other roadway characteristics that impact safety. Available traffic volume data will also be collected from the City. Task 3.3 — Field Tour At up to 10 identified high collision locations (key corridors and intersections) identified in Task 2, field assessments with City staff will be conducted to collect additional information to better match roadway characteristics with collision activity, allowing the team to diagnose issues and develop systemic recommendations. Deficiencies per the Highway Design Manual and other regulatory and guidance documents will be identified at these locations. • Technical Memorandum #2: City-wide Safety Background and Trends • List of Intersection and Segments with Statistically Analyzable Collision Activity • Citywide Safety Trends and Recommended Focus Areas • Crash Diagrams for High Crash Locations • List of Potential Local Countermeasures City of West Covina • TRTS96003.2022 Kimley*Horn • 23 Planning & Engineering Services for the Preparation of LRSP Task 4. Countermeasure Development Task 4.2 — Develop Priority Criteria and Priority Areas Kimley-Horn will work with the City and stakeholders to develop priority criteria and identify priority areas that will be used to develop the countermeasures in Task 4.2. These countermeasures will address these priority areas and will align with state and federal countermeasures that have been identified to assist in reducing fatal and injury collisions. Task 4.2 — Identify Countermeasures The identification of the potential projects will be developed by examining the crash data and determining the appropriate countermeasures improvements to roadway segments. The team will prepare a toolbox of systemic safety mitigations that can be applied citywide, or on key parts of the network. Countermeasures will include a mixture of infrastructural improvements, educational initiatives, law enforcement strategies, emergency response, policy updates, coordination activities, and other items that will contribute to the overall tapestry of roadway safety in the City. We will identify safety measures that are appropriate, cost-efficient, and proven effective countermeasures by the US Department of Transportation and the FHWA. The toolbox will be developed in three steps: 1. The site visit locations will be used as case studies. Solutions that emerge from those will be associated with the conditions they are addressing and added to the toolbox. 2. The team will identify up to three safety emphasis areas for the City based on collision trends and patterns that can be looked at holistically to identify broader strategies that can be employed to address them. 3. The best practices review will be used to identify actions the City can take to improve the safety environment. An implementation plan will be developed for inclusion in the LSRP report that will help the City prioritize improvements and identify potential funding sources while remaining responsive to funding opportunities for HSIP and related grants, including evolving needs as plan implementation progresses. Task 4.3 — Develop Priority Projects Kimley-Horn will provide recommendations for operational safety improvements and develop project sheets for up to five high crash locations to improve roadway, traffic, and pedestrian safety. The sheets will profile the existing safety performance of the location, will include an aerial photo and map, and will outline potential countermeasures that had been identified through the safety analysis and workshop tasks and been approved by the City. Each countermeasure will also have a reported benefit/cost. These sheets will provide the City with a scalable overview of the most cost-effective safety options at each location based on the level of resources available, allowing for phased implementation of multiple countermeasures, or to go straight to implementation of the most cost-effective solutions. Projects will be reviewed and recommended for available grants. • List of Priority Criteria and Priority Areas • Safety Countermeasure Toolbox • Up to Ten (10) Project Sheets Including List of Potential Projects • Cost estimates, mapping, and cost/benefit ratio of proposed safety improvements • Technical Memorandum 43: Implementation Plan Task 5. Implementation Program Projects will be analyzed on their potential to reduce crash activity. Projects with the greatest and most cost-efficient crash reduction potential will be prioritized. Short-term, medium -term, and longer -term projects will be identified based on their cost and likelihood of reducing crashes. The Kimley-Horn team will work with the City to develop an action plan, and provide guidance for securing funding to address recommendations and achieve the goals and objectives identified for the LRSP. This plan will also include a program for updates to the LRSP and an analysis procedure that City staff can use to update the network screening results to determine the effectiveness of countermeasures that have been implemented and to establish new priorities as existing ones are addressed and as roadway conditions and driver expectations change. City of West Covina • TRTS96003.2022 Kimley>»Horn • 24 Planning& Engineering Servicesfor theE't Preparation of LRSP The implementation plan will include the development of two HSIP applications for Cycle 11 using the information and priorities developed for this LRSP. * 3 Project Packages for Grant Applications * Technical Memorandum 43: Implementation Plan * Two Cycle 11 HSIP Applications Task 6. LSRP Development Task 6.1— Draft LRSP Kimley-Horn will prepare a Draft LRSP to document the findings of the previous tasks. The draft report will be submitted to the City for review and comment, and we will assist in circulating the Draft LRSP to identified stakeholders for review. Kimley-Horn will collect a consolidated set of comments from City staff and stakeholders to refine the report into a final document. Task 6.2 — Final LRSP Kimley-horn will respond to all comments and incorporate feedback received on the Draft LRSP into the Final LRSP. This document will guide the City's effort to improve transportation safety and reduce the number of incidents and the severity of those incidents on our transportation systems. The LRSP will be a living document and analysis methods will be clearly outlined to facilitate future updates as the City completes projects, gets new collision data, as needs and priorities change, and seeks funding in future cycles after this report has reached its lifespan of up to five years per LRSP guidelines. Kimley-Horn, along with City staff, will take the lead on plan adoption and present the Final LRSP to City Council. • Caltrans Draft LRSP • Draft LRSP • Final LRSP k-16A F City of West Covina • 7RTS96003.2022 Kimley>»Horn • 25 I ® 1111 11 111�111 11 11 1 111 11 III III 11 ■ ® III 1■ III III I I ® III 11 111 111 1 1 ® �111 11 111 111 11 11 ® 1111 11 111 111 11 11 ® 1111 11 111 111 1■ 1 ® 1111 11 III III � I 11111 1■ III ■F I 11 1 1111 11 111 ■1 1= I 1 1111 11 111 ■1 11 I 'III 1 1■ III a 1 1 11 ® 11 1■ III 11 � 11 ® 11 III 1'1 � 11 ,111 ® 1111 11 111 1 1 11 11 i 11 1■ ® 11 1 11 111 11 1111 1■ 11 � 11 1■ 11 ® 1■ I III 1■ 11 J F 1 I■1 1 H 11 III 1■ ■ 1�1 1 1111 11 111 11 11 ��1 SI 1 11 1 111 11 11 �I ® 111 11 11 1■ 11 _ c v E a E �1111�111 III F I®I F 11� ®® six EXHIBIT C FEE SCHEDULE Gl a V M N In •i .i O �p t0 O O �p of N O M M Ill N �O NI P n 0 0� W N r O N IO 00 I� ei N Ot Ot W ci Ot n N Ip N tp 1� Ip IG t0 O O ryj 00 N V N O n tD N V N I� n n M t0 1� W O Ill N pI M M O O M q 0 T O t Ol n CI M V .-I ei V e4 Vt Ifl V 00 M N r O II1 �y m N V O N C, N �y 4l1 M M ei V O'J W N -1 tO ryj 1p 1l1 O H N 0 CO N� ry o0 0 0 t0 l0 O N O N t0 N O b M O N W a 0 = w N N O ry 0 N N N W N N O N tp t0 ID 0 0 tp N O 0) Vf U y� C N M N m N .O � m N M � N V O OO ti V 00 N N 00 N 00 00 00 ? N � O Oa0 � N rydj e4 e~i e0i N Q n` N '6 O N L 16� Nv,N, �o O oo eomri w T O y N Y o = N N O C y� Iv �Y a O V1 N N N O N N V ei ti m O LL C U e-I M d 4n t/T d a• a`� N ap O 0 N N O 00 IO N V N V N 00 � N V O a N W V 00 W 6 m t�D Obi eN-i eNi N N N Y Y YI OC •• F N F K K 7 N H Q Z ], pCp _ J � J w O m F O r Q U O N = O i0 W E ' c 6 Z c E a N � .o LL E� m o c c2 m d" w O• d1 m 1O v n ca L Ij E a c T N « c 3 c w v W a is m `o_ E `o_ v - u v w V n O n E O H ¢ H n G w o n O O LL O. Y Iif w J m G O K iT C1 p p J O LL 2 m m O rI N m V w rl N w rl N M ti N m N w rl N M ri rI .i .y R ry ry A m m m g O V V {p A W N tO Kimleyl>Horn Rate Schedule Effective July 1, 2021 to June 30, 2022 Classification Analyst Professional Sr. Professional I Sr. Professional II Project Manager Principal -in -Charge QC/QA Sr. Project Support Project Support *Rates will be escalated yearly on July I sc Billing Rate per Hour* $132.38 $180.39 $215.21 $260.64 $198.81 $327.52 $311.05 $168.17 $125.93 Other Direct Costs: Outside Printing/Reproduction, Delivery Services/USPS, Misc. Field Equipment/Supplies, and Travel Expenses will be billed at actual cost. Mileage will be billed at the Federal Rate. ATTACHMENT NO.2 RESOLUTION NO.2022-023 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF WEST COVINA, CALIFORNIA, ADOPTING A BUDGET AMENDMENT FOR THE FISCAL YEAR COMMENCING JULY 1, 2021 AND ENDING JUNE 30, 2022 (LOCAL ROAD SAFETY PLAN GRANT) WHEREAS, the City Manager, on or about May 18, 2021, submitted to the City Council a proposed budget for the appropriation and expenditure of funds for the City for West Covina for Fiscal Year 2021-22; and WHEREAS, following duly given notice and prior to budget adoption, the City Council held public meetings, considered and evaluated all comments, and on June 15, 2021 adopted a budget for the fiscal year commencing July 1, 2021 and ending June 30, 2022; and WHEREAS, amendments must periodically be made to the budget to conform to changed circumstances following adoption of the budget. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF WEST COVINA, CALIFORNIA DOES HEREBY RESOLVE AS FOLLOWS: SECTION 1. The City Council hereby approves Budget Amendment No. 035, attached hereto as Exhibit A, for Fiscal Year 2021-22, relating to the Local Road Safety Plan Grant. SECTION 2. The City Clerk shall certify to the adoption of this resolution and shall enter the same in the book of original resolutions and it shall become effective immediately. APPROVED AND ADOPTED this 5th day of April, 2022. APPROVED AS TO FORM Thomas P. Duarte City Attorney Dario Castellanos Mayor ATTEST Lisa Sherrick Assistant City Clerk I, LISA SBERRICK, Assistant City Clerk of the City of West Covina, California, do hereby certify that the foregoing Resolution No. 2022-023 was duly adopted by the City Council of the City of West Covina, California, at a regular meeting thereof held on the 5th day of April, 2022, by the following vote of the City Council: AYES: NOES: ABSENT: ABSTAIN: Lisa Sherrick Assistant City Clerk EXHIBIT A BUDGET AMENDMENT EXHIBIT A CITY OF WEST COVINA BUDGET AMENDMENT Date: 03/15/2022 Requested by: Okan Demirci Dept/Div: Engineering EXPENDITURES BA # 035 Posted By: Date Posted: Fiscal Year: 2021-2022 Amount: 93,334.00 Description: Local Road Safety Plan (LRSP) Grant Account Number Dept/Account Description Current Budget Proposed Amendment Amended Budget 232.80.7005.7200 Non -Federal Grants - 22025.232.7200 Local Road Safety Plan LRSP 84 000.00 84 000.00 224.80.7005.7200 224 Measure R - Streets - 22025.224.7200 Local Road Safety Plan LRSP 9,334.00 9,334.00 - 93,334.00 93 334.00 REVENUES Account Number Account Description Current Budget Proposed Amendment Amended Budget 232.80.4521 State Grant 22025.232.201 Local Road Safety Plan LRSP 84,000.00 84,000.00 - 84,000.00 84,000.00 REASON/JUSTIFICATION (Please be specific) Local Road Safety Plan (LRSP) Grant APPROVALS City Council Approval Date (if required, attach minutes): ❑ Approval Not Required Dept Head Approval: Date: Finance Director: Date: Funds Available? ❑ Yes ❑No City Manager: Date: ;if over $100,000) ❑ Approved ❑ Denied