HomeMy WebLinkAbout1997-07-21 City Council (19)TO:
City of Polo Alto
C ty Manager’s Report
HONORABLE CITY COUNCIL 3
FROM:CITY MANAGER DEPARTMENT: Public Works
AGENDA DATE:JULY 21, 1997 CMR:334:97
SUBJECT:APPROVAL OF AGREEMENT WITH CONSOLIDATED
ENGINEERING LABORATORIES FOR SOILS AND
MATERIAL TESTING SERVICES
REQUEST
This is a request for approval of a consultant agreement with Consolidated Engineering
Laboratories in the amount of $103,000 for special inspection, material testing and
construction inspection.
RECOMMENDATIONS.
Staff recommends that Council:
Approve and authorize the Mayor to e~ecute the attached consultant agreement
(Attachment D) for inspection and material testing for a period of one year in an
amount not to exceed $103,000, with the option for an additional year.
Authorize the City Manager or her designee to exercise, at her discretion, the option
for the second year of this agreement.
POLICY IMPLICATIONS
This report does not contain any changes to existing policy.
EXECUTIVE SUMMARY
Construction projects in the Capital Improvement Program, Public Works Department’s
operating budget and Utilities Departments operating budget require inspection and testing
of construction materials for quality assurance. The services provided by this agreement
ensure standard quality control for capital improvement projects and comply with the
provisions of the Municipal Code, City of Palo Alto’s Standard Specifications and the State
of California Uniform Building Code. Examples of projects requiring these services
include the Public Buildings and Structural Repair CIP, the Street Resurfacing CIP, Storm
Drain Rehabilitation CIP and miscellaneous trench testing for the Utilities Department.
CMR:334:97 Page 1 of 2
A complete list of projects is provided in Attachment A. The testing and ".inspection
services would be applied to various construction materials including steel, welding,
concrete, asbestos, soils and asphalt.
Staff sent a request for quotation to six consulting firms on May 20, 1997. Consolidated
Engineering Laboratories was one of six qualified firms that submitted proposals for this
services agreement (Attachment B). All proposals were reviewed in accordance with the
City’s procedures for consultant selection. The consultant proposals were evaluated on the
completeness and composition of the proposal, the consultant experience in providing
similar services, and the cost of the testing. The cost of testing was calculated by
multiplying the amount and types of tests performed last year with the cost of the tests in
the proposal¯ Consolidating Engineering Laboratories (CEL) rated the highest in all three
categories (Attachment C).
FISCAL IMPACT
Funds for these services have been appropriated in the specific capital improvement projects
and operating budget for FY 1997-98. Funding for the agreement for year two is subject
¯ to Council approval of the FY 1998-99 budget.
ENVIRONMENTAL ASSESSMENT
This agreement is not considered a project for purposes of the California Environmental
Quality Act. Therefore, no environmental assessment is required.
ATTACHMENTS
A - FY 1997/98 Capital Improvement Projects and Utility Trench Test Encumbrance
Amounts
B - List of Testing Costs
C - Consultant Selection Table
D - Consultant Agreement
PREPARED BY: Johll A. Carlson, Acting Assistant Director of Public Works
DEPARTMENT HEAD REVIEW:
¯ ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
HARRISON
Assistant City Manager
CMR:334:97 Page 2 of 2
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000 0 0 kO 0 0 0 0 0 0 0 0 0 0 0 0 LO If~ ~
oo
z
Attachment C
Soils and Materials Testing Contract, 1997
SELECTION TABLE
Consolidated
Kleinfelder
Smith-Emery
Signet
Testing Eng.
Terratech
Proposal
1
1
1
1
6
5
City Experience
1
1
5
6
1
1
Cost
1
5
2
3
4
Totals
3
7
8
10
11
12
Lower Number means best in catagory.
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
QUALITY ASSURANCE ENGINEERING, INC. DBA
CONSOLIDATED ENGINEERING LABORATORIES
FOR CONSULTING SERVICES
This Contract No.¯ is entered into ,
by and between the CITY OF PALO ALTO, a chartered city and a
municipal corporation of the State of California ("CITY"), and
QUALITY ASSURANCE ENGINEERING, INC. DBA CONSOLIDATED ENGINEERING
LABOP~ATORIES, a California corporation, located at 4464 Willow
Road, Suite C, Pleasanton, CA 94588 ("CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain professional consulting
services ("Services") and the preparation and delivery of, without
limitation, soils and materials testing services ("Deliverables")
(Services and Deliverables are, collectively, the "Project"), as
more fully described in Exhibit "A"; and
WHEREAS, CITY desires to engage CONSULTANT, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing the Services, and
CONSULTANT has offered to complete the Project on the terms and in
the manner set forth herein;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
SECTION I. TERM
I.I This Contract will commence on the date of its
execution by CITY, and will terminate on July 26, 1998, unless this
Contract is earlier terminated or extended by CITY. Upon the
receipt of CITY’s notice to proceed, CONSULTANT will commence work.
Time is of the essence of this Contract.
SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS
2.1 The scope of materials and testing Services and
Deliverables constituting the Project, as described in Exhibit "A",
will be performed, delivered or executed by CONSULTANT under the
phases of the Basic Services as described below.
2.2 CITY may order substantial changes in the scope or
character of the Basic Services, the Deliverables, or the Project,
either decreasing or increasing the amount of work required of
CONSULTANT. In the event that such changes are ordered, subject to
the approval of CITY’s City Council, as may be required, CONSULTANT
will be entitledto full compensation for all work performed prior
to CONSULTANT’s receipt of the notice of change and further will be
entitled to an extension of the time schedule. Any increase in
compensation for substantial changes will be determined in
970716 syn 0071246
1
accordance with the provisions of this Contract. CITY will not be
liable for the cost or payment of any change in work, unless the
amount of additional compensation attributable to the change in
work is agreed to, in writing, by CITY before CONSULTANT commences
the performance of any such change in work.
2.~ Where the Project entails the drafting and
submission of Deliverables, for ’example, construction plans,
drawings, and specifications, any and all errors, omissions, or
ambiguities in the Deliverables, which are discovered by CITY
before invitations to bid on a construction project (for which the
Deliverables are required) are distributed by CITY, Will be
corrected by CONSULTANT at no cost to CITY, provided CITY gives
notice to CONSULTANT.
SECTION 3. QUALIFICATIONS, STATUS, AND DUTIES OF
~ONSOLTANT
3.1 CONSULTANT represents andwarrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services and Deliverables. CONSULTANT further
represents and warrants that the project director and every
individual, including any consultant (including CONSULTANTs),
charged with the performance of the Services are duly licensed or
certified by the State of California, to the extent such licensing
or certification is required by law to perform the Services, and
that the Project will be executed by them or under their
supervision. CONSULTANT will furnish to CITY for approval, prior
to execution of this Contract, a list of all individuals and the
names of their employers or principals to be employed as
consultants.
3.2 In reliance on the representations and warranties
set forth in this Contract, CITY hires CONSULTANT to execute, and
CONSULTANT covenants and agrees that it will execute or cause to be
executed, the Project.
3.3 CONSULTANT will assign BRUCE MISHLER, Vice
President, as the .project director to have supervisory
responsibility for the performance, progress, and execution of the
Project. If circumstances or conditions subsequent to the
execution of this Contract cause the substitution of the project
director for any reason, the appointment of a substitute project
director will be subject to the prior written approval of the
project manager.
3.4 CONSULTANT represents and warrants that it will:
3.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the due and lawful prosecution of the Project;
3.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
2
970716 syn 0071246
employed under this Contract and any materials used in CONSULTANT’s
performance of the Services;
3.4.3 At all times Qbserve and comply with, and cause
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances, regulations, orders and decrees mentioned above; and
3.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to the Deliverables.
3.5 Any Deliverables given to, or prepared or assembled
by, CONSULTANT or its consultants, if any, under this Contract will
become the property of CITY and will not be made available to any
individual or organization by CONSULTANT or its consultants, if
any, without the prior written approval of the city manager.
3.6 CONSULTANT will provide CITY with one (i) copy of
any documents which are a part of the Deliverables upon their
completion and acceptance by CITY.
3.7 If CITY requests additional copies of any documents
which are a part of the Deliverables, CONSULTANT will provide such
additional copies and CITY will compensate CONSULTANT for its
duplicating costs.
3.8 CONSULTANT will be responsible for employing or
engaging all persons necessary -’to execute the Project. All
consultants of CONSULTANT will be deemed to be directly controlled
and supervised by CONSULTANT, which will be responsible for their
performance. If any empl~yee or consultant of CONSULTANT fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or consultant will be discharged immediately from further
performance under this Contract on demand of the project manager.
3.9 In the execution of the Project, CONSULTANT and its
consultants, if any, will at all times be considered independent
contractors and not agents or employees of CITY.
3.10 CONSULTANT will perform or obtain or cause to be
performed or obtained any and all of the following Additional
Services, not included under the Basic Services, if so authorized,
in writing, by CITY:
3.10.1 Providing services as an expert witness in
connection with any public hearing or meeting, arbitration
proceeding,or proceeding of a court of record;
3.10.2 Incurring travel and subsistence expenses for
CONSULTANT and its staff beyond those normally required under the
Basic Services;
3970716 6yn 0071246
3.10.3 Performing any other Additional Services that
may be agreed upon by the parties subsequent to the execution of
this Contract; and
3.10.4 Other Additional Services now or hereafter
described in Exhibit "A" to this Contract.
3.11 CONSULTANT will be responsible fox employing
all consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The appointment of consultants must
be approved, in advance, by CITY, in writing, and must. remain
acceptable to CITY during the term of this Contract.
SECTION 4. DUTIES OF CITY
4.1 CITY will furnish or cause to be furnished the
services, if any, listed in Exhibit "A" and such information
regarding its requirements applicable to the Project as may be
reasonably requested by CONSULTANT.
4.2 CITY will review and approve, as necessary, in a
timely manner the Deliverables and each phase of work performed by
CONSULTANT.- CITY’s estimated time of review and approval will be
furnished to CONSULTANT at the time of submission of each phase of
work. CONSULTANT acknowledges and understands that the
interrelated exchange of information among CITY’s various
departments makes it extremely difficult for CITY to firmly
establish the time of each review and approval task. CITY’s failure
to review and approve within the estimated time schedule will not
constitute a default under this Contract.
4.3 The city manager will represent CITY for all
purposes under this Contract. JOHN A. CARLSON is designated as the
project manager for the city manager. The project manager will
supervise the performance, progress, and execution of the Project.
4.4 If CITY observes or otherwise becomes aware of any
default in the performance of CONSULTANT, CITY will use reasonable
efforts to give written notice thereof to CONSULTANT in a timely
manner.
SECTION 5.COMPENSATION
5.1 CITY will compensate CONSULTANT for the following
soils and materials testing services and work as described in
Exhibits "A" and--"B". To the extent the fees for the specified
services are not listed in Exhibit "A", the hourly fees specified
in Exhibit "B" shall apply.
5.1.1 In consideration of the full performance of the
Basic Services, including any authorized reimbursable expenses,
CITY will pay CONSULTANT a fee not to exceed one hundred and three
thousand dollars ($103,000). The amount of compensation will be
calculated in accordance with the hourly rate schedule set forth in
Exhibit "B", on a time and materials basis, up to the maximum
4
970716 ayn 0071246
amount set forth in this Section. The fees of the consultants, who
have direct contractual relationships with CONSULTANT, will be
approved in advance, by CITY. CITY reserves the right to refuse
payment of such fees, if such prior approval is not obtained by
CONSULTANT.
5.1.2 In consideration of the full performance of
Additional Services, the amount ,of compensation set forth in
Exhibit "B" will not exceed $ -0- . The rate schedules may be
updated by CONSULTANT only once each calendar year, and the rate
schedules will not become effective for purposes of this contract,
unless and until CONSULTANT gives CITY thirty (30) days prior
written notice of the effective date of any revised rate schedule.
5.1.3 The full payment of charges for extra work or
changes, or both, in the execution of the Project will be made,
provided such request for payment is initiated by CONSULTANT and
authorized, in writing, by the project manager. Payment will be
made within thirty (30) days of submission by CONSULTANT of a
statement, in triplicate, of itemized costs covering such work or
changes, or both. Prior to commencing such extra work or changes,
or both, the parties will agree upon an estimated maximum cost for
such extra work or changes. CONSULTANT will not be paid for extra
work or changes, including, without limitation, any design work or
change order preparation, which is made necessary on account of
CONSULTANT’s errors, omissions, or oversights°
5.1.4 Direct personnel expense of employees assigned
to the execution of the Project by.CONSULTANT will include only thework of architects, engineers, designers, job captains,
draftspersons, specification writers and typists, in consultation,
research and design, work in producing drawings, specifications and
other documents pertaining to the Project, and in services rendered
during construction at the site, to the extent such services are
expressly contemplated under this Contract. Included in the cost
of direct personnel expense of these employees are salaries and
mandatory and customary benefits such as statutory employee
benefits, insurance, sick leave, holidays and vacations, pensions
and similar benefits.
5.2 The schedule of payments will be made as follows:
5.2.1 Payment of the Basic Services will be made in
monthly.progress payments in proportion to the quantum of services
performed, or in accordance with any other schedule of payment
mutually agreed~upon by the parties, as set forth in Exhibit "B",
or within thirty (30) days of submission, in triplicate, of such
requests if a schedule of payment is not specified. Final payment
will be made by CITY after CONSULTANT has submitted all
Deliverables, including, without limitation, reports which have
been approved by the project manager.
5.2.2 Payment of the Additional Services will be
made in monthly progress payments for services rendered, within
thirty (30) days of submission, in triplicate, of such requests.
5970716 syn 0071246
5.2.3 No deductions will be made from CONSULTANT’s
compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from payments to general CONSULTANTs.
SECTION 6.ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS
6.1 Records of the direct personnel expenses and
expenses incurred in connection with ~he performance of Basic
Services and Additional Services pertaining to the Project will be
prepared, maintained, and retained by CONSULTANT in accordance with’
generally accepted accounting principles and will be made available
to CITY for auditing purposes at mutually convenient times’during
the term of this Contract and for three (3) years following the
expiration or earlier termination of this Contract.
6.2 The originals of the Deliverables prepared by or
under the direction of CONSULTANT in the performance of-this
Contract will become the property of CITY irrespective of whether
the Project is completed upon CITY’s payment of the amounts
required to be paid to CONSULTANT. These originals will be
delivered to CITY without additional compensation. CITY will have
the right to utilize any final and incomplete drawings, estimates,
specifications, and any other documents prepared hereunder by
CONSULTANT, but CONSULTANT disclaims any responsibility or
liability for any alterations or modifications of such documents.
SECTION 7. INDEMNITY
7.1 CONSULTANT agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents, from any and all demands, claims, or liability ~of any
nature, including death or injury to any person, property damage or
any other loss, caused by or arising out of CONSULTANT’s, its
officers’, agents’, consultants’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONSULTANT in the
performance of or failure to perform its obligations under this
Contract.
SECTION 8.WAIVERS
8.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract or of the provisions of any ordinance or law will not be
deemed to be a waiver of any such covenant, term, condition,
provision, ordinance, or law or of any subsequent, breach or
violation of the same or of any other covenant, term, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any covenant, term, condition or provision of
this Contract or of any applicable law or ordinance.
970716 syn 0071246
8.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 9.INSURANCE
9.1 CONSULTANT, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONSULTANT and its consultants, if any, but also,
with the exception of workers’ compensation, employer’s liability
and professional liability insurance, naming CITY as an additional
insured concerning CONSULTANT’s performance under this Contract.
9.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guid~ ratings of
A:X or higher which are admitted to transact insurance business in
the State of California. Any and all consultants of CONSULTANT
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during .the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
9.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
the CITY’s city clerk thirty (30) days’ prior written notice of such
cancellation or alteration, and that the City of Palo Alto is named
as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
9.4 The procuring of such required policy or policies
of insurance will not be construed to limit CONSULTANT’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONSULTANT will be obligated for the full and total amount of any
damage, injury, or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired."
SECTION I0.WORKERS’ COMPENSATION
i0.i CONSULTANT, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
970716 syn 0071246
it will comply with such provisions, as applicable, before
commencing the performance of the Project.
SECTION II TERMINATION OR SUSPENSION OF CONTRACT
PROJECT
ii.i The city manager may suspend the execution of the
Project, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
thereof to CONSULTANT, or immediately after submission to CITY by
CONSULTANT of any completed item of Basic Services. Upon receipt
of such notice, CONSULTANT will immediately discontinue its
performance under this Contract.
11.2 CONSULTANT may terminate this Contract or suspend
its execution of the Project by giving thirty (30) days’ prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of Basic Services or the execution of the Project.
11.3 Upon such suspension or termination by CITY,
CONSULTANT will be compensated for the Basic Services and
Additional Services performed and Deliverables received and
approved prior to receipt of written notice from CITY of such
suspension or abandonment, together with authorized additional and
reimbursable expenses then due. If the Project is resumed after it
has been suspended for more ~han 180 days, any change in
CONSULTANT’s compensation will be subject to renegotiation and, if
necessary, approval of CITY’s city Council. If this Contract is
suspended or terminated on account of a default by CONSULTANT, CITY
will be obligated to compensate CONSULTANT only for that portion of
CONSULTANT’s services which are of direct and immediate benefit to
CITY, as such determination may be made by the city manager in the
reasonable exercise of her discretion.
11.4 In the event of termination of this Contract or
suspension of work on the Project by CITY where CONSULTANT is not
in default, C0NSULTANT will receive compensation as follows:
11.4.1 For approved items of services, CONSULTANT will
be compensated for each item of service fully performed in the
amounts authorized under this Contract.
11.4.2 For approved items of services on which a
notice to proceed is issued by CITY, but which are not fully
performed, CONSULTANT will be compensated for each item of service
in an amount which bears the same ratio to the total fee otherwise
payable for the performance of the service as the quantum of
service actually rendered bears to the services necessary for the
full performance of that item of service.
11.4.3 The total compensation payable under the
preceding paragraphs of this Section will not exceed the payment
970716 8yn 0071246 8
specified under Section 5 for the respective items of service to be
furnished by CONSULTANT.
11.5 Upon such suspension or termination, CONSULTANT
will deliver to the city manager immediately any and all copies of
the Deliverables, whether or not completed, prepared by CONSULTANT
or its consultants, if any, or given to CONSULTANT or its
consultants, if any, in connection with this Contract. Such
m~terials will become the property’of CITY.
11.6 The failure of CITY to agree with CONSUlTANT’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONSULTANT to fulfill its obligations under this Contract.
SECTION 12.ASSIGNMENT
12.1 This Contract is for the personal services of
CONSULTANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in ~or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of CITY will be void and, at
the option of the city manager, this Contract may be terminated.
This Contract will not be assignable by operation of law.
SECTION 13. NOTICES
13.1 All notices hereunder will be given, in writing,
and mailed, postage prepaid, by certified mail, addressed as
follows:
To CITY:Office of the City Clerk
City of Pal0 Alto
Post Office Box 10250
Palo Alto, CA 94303
To CONSULTANT: Attention of the project director
at the address.of CONSULTANT recited above
SECTION 14.CONFLI.CT OF INTEREST
14.1 In accepting this Contract, CONSULTANT covenants
that it presently has no interest, and will not acquire any
interest, direct or indirect, financial or otherwise, which would
conflict in any manner or degree with the performance of the
Services.
14.2 CONSULTANT further covenants that, in the
performance of this Contract, it will not employ contractors or
persons having such an interest mentioned above. CONSULTANT
certifies that no one who has or will have any financial interest
under this Contract is an officer or employee of CITY; this
970716 ayn 0071246 9
provision will be interpreted in accordance with the applicable
provisions of the Palo Alto Municipal Code and the Government Code
of the State of California.
SECTION 15. NONDISCRIMINATION
15.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment of persons under this
Contract because of the age, race, color, national origin,
ancestry, religion, disability, sexual preference or gender of such
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONSULTANT agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
15.2 CONSULTANT agrees that each contract for services
from independent providers will contain a provision substantially
as follows:
"[Name of Provider] will provide CONSULTANT with a
certificate stating that [Name of Provider] is currently
in compliance with all Federal and State of California
laws covering nondiscrimination in employment; that [Name
of Provider] will pursue an affirmative course of action
as required bythe Affirmative Action Guidelines of the
City of Palo Alto; and that [Name of Provider] will not
discriminate in the employment of any person under this
contract because of the age, race, color, national
origin, ancestry, religion, d±sability, sexual preference
or gender of such person."
15.3 If CONSULTANT is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federal law or
executive order in the performance of this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to
discrimination, as damages for breach of contract, or both. Only
a finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
15.4 If CONSULTANT is found in default of -the
nondiscrimination provisions of this Contract or the applicable
Affirmative Action Guidelines pertaining to this Contract,
CONSULTANT will be found in material breach of this Contract.
Thereupon, CITY will have the power to cancel or suspend this
Contract, in whole or in part, or to deduct from the amount payable
to CONSULTANT the sum of two hundred fifty dollars ($250) for each
calendar day during which CONSULTANT is not in compliance with this
provision as damages for breach of contract, or both.
970716 syn 0071246 10
SECTION 16,MISCELLANEOUS PROVISIONS
16.1 CONSULTANT represents and warrants that it has
knowledge of the requirements of the federal Americans with
Disabilities Act of 1990, and the Government Code and the Health
and Safety Code of the State of California, relating to access to
public buildings and accommodations for disabled persons, and
relating to facilities for disabled persons. CONSULTANT will
comply with or ensure by its advice that compliance with such
provisions will be effected pursuant to the terms of this Contract.
16.2 Upon the agreement of the parties, any controversy
or claim arising out of or relating to this Contract may be settled
by arbitration in accordance with the Rules of the American
Arbitration Association, and judgment upon the award rendered by
the Arbitrators may be entered in any court having jurisdiction
thereof.
16.3 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
16.4In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
16.5 The prevailing party in any action brought to
enforce the terms of this Contract or arising out of this Contract
may recover its reasonable costs~and attorneys’ fees expended in
connection with that action.
16.6 This document represents the entire and integrated
Contract between the parties and supersedes all prior negotiations,
representations, and contracts, either written or oral. This
document may be amended only by a written instrument, which is
signed by the parties.
16.7 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
16.8 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and consultants, as the case
may be, of the parties.
16.9 _If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments.thereto will remain in full force and effect.
16.10 All exhibits’referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
970716 syn 0071246 11
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
16.11 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
16.12 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty. (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) at any time within a fiscal
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 16.12 will take precedence in the event of
a conflict with any other covenant, term, condition, or provision
of this Contract.
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Mayor
Senior Asst. City Attorney
APPROVED:
City Manager
Director of Public Works
QUALITY ASSURANCE ENGINEERING,
INC. DBA CONSOLIDATED
ENGINEERING LABORATORIES
Acting Director of
Administrative Services
Risk Manager
Attachments:EXHIBIT "A" :
EXHIBIT "B" :
EXHIBIT "C" :
EXHIBIT "D" :
SOILS AND MATERIALS TESTING SERVICES
AND RATES
FEE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
970716 ayn 0071246 12
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
On ~t~[t~ I~ , 1997, before me, the undersigned, a
Notary Public in and f-brsaid Cohnty and State, personally appeared
~)6x5 ~ ’~ ~ h ~ ~.v"~, personally known to
me or proved to me on. the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
970716 synO071246 13
EXHIBIT "A"
PART I - CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION . REQUEST FOR QUOTATION [RFQ)
signature are followed via mail. You may fax Quotations to: PURCHASING &
CONTRACT ADMINISTRATION, at (415) 329-2468
In response to the RFQ for Soils and Materials Testing, the undersigned proposes to
provide the soils and materials testing servic, es, including Concrete Cylinder Storage,
as specified herein, to the City of Palo Alto, at prices stated in the following proposal
form:
DESCRIPTION:SOILS AND MATERIALS TESTING SERVICE
SCHEDULE A - July 1, 1997 through June 30, 1998
ITEM DESCRIPTION
SIEVE ANALYSIS; COURSE AND FINE, PER
PRICE/TEST $ 38.00~
PRICE/HR $
(CALIF TEST 202)
2 SIEVE ANALYSIS; COURSE, PER (CALIF TEST 202)
PRICE/TEST $____~5. oo
PRICE/HR $ N/’~~
3 SIEVE ANALYSIS; FINE, PER (CALIF TEST 202)
PRICE/TEST $ 3o.oo
PRICE/HR $
4 SAND EQUIVALENCE ANALYSIS, PER.(CALIF TEST 217)
PRICE/TEST $ 3o.oo
PRICE/HR $
5 MODIFIED PROCTOR TESTS PER (ASTM D1557-A)
PRICE/TEST $].25.00
PRICE/HR $
6 IN PLACE NUCLEAR DENSITY TEST PER (CALIF TEST 231)
PRICE/HR $ 39.00
7 MOISTURE DENSITY DETERMINATIONSPER (CALIF TEST 216,PART 2,5
LAYERS)
PRICE/TEST $. 7o.oo
PRICE/HR $ ~/~
City of Palo Alto - RFQ # 981 35 Page 2
PART I ° CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION -REQUEST FOR QUOTATION (RFQ)
8 HVEEM’S RESISTANCE "R" VALUES PER (ASTM D2844, CALIF TEST 301)
PRICE/TEST $130.0o
PRICE/HR
9
10
ATTERBERG LIMIT TEST PER (ASTM D423
PRICE/TEST $_3o.oo
PRICE/HR $_N/A
CONCRETE MIX DESIGN REVIEW
PRICE/TEST $ 50.00
PRICE/HR
D424)
11 CONCRETE CYLINDERCOMPRESSIONTEST OF 6"X 12"CYLINDERS PER
(ASTM-C390)
PRICE/TEST $_ 12 .00
PRICE/HR $_~/~
12 CONCRETE CYLENDERS STORAGE
PRICE/TEST $_ [2.00
PRICE/HR $, ~/&
13 REINFORCINGSTEEL TENSILE AND BEND TEST (NO. 2.
BARS)
PRICE/TEST $ 35.00
PRICE/HR $, ~/~
THROUGH NO. 8
14 REINFORCING STEEL TENSILE ANDBEND TEST (BARS SIZEDNO.10 AND
ABOVE)
PRICE/TEST $. 38;oo
PRICE/HR $_ N/A
15 STEEL FABRICATION INSPECTION AND WELD INSPECTION PER AISC AND
AWS STANDARDS
PRICE/HR $. 41.00
16 HVEEM COMPACTED DENSITY OF BITUMINOUS SAMPLE PER (CALIF TEST
308)
PRICE/TEST $ 20.o0
PRICE/HR ~ ~/~
City of Palo Alto - RFQ # 981 35 Page 3
PART I
17
18
19
2O
-CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION -REQUEST FOR QUOTATION (RFQ|
STABILITY OF COMPACTED BITUMINOUS MIXTURE PER (CALIF TEST 366)
PRICE/TEST $__25.oo
PRICE/HR $.
BITUMEN CONTENT PER (ASTM 2172 OR CALIF TEST 310)
PRICE/TEST $ 85.00
PRICE/HR $_
BITUMEN CONTENT PER (CALIF TEST 382)
PRICE/TEST $ 65.oo
PRICE/HR $ t~/,~
GRADATION OF EXTRACTED SAMPLE FROM BUTIMOUS MIXTURE PER (CALIF
TEST 202)
PRICE/TEST $ 65.oo
PRICE/HR $
DESCRIPTION: SOILS AND MATERIALS TESTING SERVICE
SCHEDULE B - July 1, 1998 through June 30, 1999
ITEM DESCRIPTION PRICE/TEST
2
SIEVE ANALYSIS; COURSE AND FINE, PER
PRICE/TEST $_ 40.00
PRICE/HR $_
(CALIF TEST 202)
SIEVE ANALYSIS; COURSE, PER (CALIF TEST 202)
PRICE/TEST $ 6.00
PRICE/HR $ ~/’~
3 SIEVE ANALYSIS; FINE, PER (CALIF TEST 202)
PRICE/TEST .$ 32.00
PRICE/HR $_ ~/~.
4 SAND EQUIVALENCE ANALYSIS, PER (CALIF TEST 217)
PRICE/TEST $_ 32,00
PRICE/HR $
City of Palo Alto - RFQ # 98135 Page
PART I
5
CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION - REQUEST FOR QUOTATION (RFQ|
PRICE/HR $~
MODIFIED PROCTOR TESTS PER (ASTM D1 557-A)
PRICE/TEST $132.oo
PRICE/HR $. N/A
IN PLACE NUCLEAR DENSITY TEST PER (CALIF TEST 231)
PRICE/HR $ 41.0o~
7.MOISTURE DENSITYDETERMINATIONS PER(CALIF TEST 216,PART 2,5
LAYERS)
PRICE/TEST $ 75.00
PRICE/HR $
8 HVEEM’S RESISTANCE "R" VALUES PER (ASTM D2844, CALIF TEST 301)
PRICE/TEST $137.0o
PRICE/HR $ N/A
9 ATTERBERG LIMIT TEST PER (ASTM D423
PRICE/TEST $ 32.00
PRiCE/HR $ N/A
D424)
10 CONCRETE MIX DESIGN REVIEW
PRICE/TEST $ 55.oo
PRICE/HR $ N~
11 CONCRETE CYLINDER COMPRESSION TEST OF 6"X 12"CYLINDERS PER
(ASTM-C390)
PRICE/TEST $ [3.oo
PRICE/HR $ ~/&
12 CONCRETE CYLENDERS STORAGE
PRICE/TEST $ 1__~3.oo_~_____
PRICE/HR $ N/A
13 REINFORCING
BARS)
PRICE/TEST $
PRICE/HR $
STEEL TENSILE AND BEND TEST (NO. 2.
37.00
N/A
THROUGH NO. 8
14 REINFORCING STEEL TENSILE AND BEND TEST (BARS SIZED NO. 10 AND
ABOVE)
City of Palo AIto -RFQ # 98135 Page
PART I -CITY OF PALOALTO PURCHASING AND CONTRACT ADMINISTRATION-REQUEST FOR QUOTATION (RFQ|
PRICE/TEST $ 4o.oo
PRICE/HR $ N/A
15
16
STEEL FABRICATION INSPECTION AND WELD INSPECTION PER AISC AND
AWS STANDARDS
PRICE/HR $ 42.00 ’
HVEEM COMPACTED DENSITY OF BITUMINOUS SAMPLE PER (C,ALIF TEST
308)
PRICE/TEST $ 24.00
PRICE/HR $ N/A
17 STABILITY OF COMPACTED BITUMINOUS MIXTURE PER (CALIF TEST 366)
PRICE/TEST
PRICE/HR $ ~/~
18 BITUMEN CONTENT PER (ASTM 21 72 OR CALIF TEST 310)
PRICE/TEST $_89.0o
PRICE/HR $ a/A
19
2O
BITUMEN CONTENT PER (CALIF TEST 382)
PRICE/TEST $ 70.oo
PRICE/HR $ ~/~
GRADATION OF EXTRACTED SAMPLE FROM BUTIMOUS MIXTURE PER (CALIF
TEST 202)
PRICE/TEST $ 70.oo
PRICE/HR $ ~/~
TERMS OF PAYMENT SHALL BE NET 30 DAYS.
LEADTIME: Quote your standard leadtime for test completion on an after-receipt of
sample/specimen basis.
DELIVERY: All materials services are to be provided F.O.B. Palo Alto in accordance
with the terms and conditions herein.
QUANTITIES: The services specified herein are required from time to time and an
estimate of activity for future periods is not available. Activity during the past 10
months has averaged $ 1.500.00 per month. The City of Palo Alto makes~ no
guarantee as to the number of tests (or the expenditure amount) which shall be
authorized during the term of. any resultant order or contract. Test requirements may
City of Palo Alto - RFQ # 98135 Page 6
PART I -CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION -REQUEST FOR QUOTATION |RFQ)
be subject to change. All changes shall be implemented by a change order.
TERMS AND CONDITIONS:
CONDITIONS: All quotations must be submitted on the above form. The City reserves the right to
reject any or all quotations, to waive any informalities contained therein, and to select quotations on
an item by item basis. No quotation may be withdrawn for a period of 60 days. ’,
INTEREST OF SELLER: At all times Vendor shall be deemed to be an independent contractor and
Vendor is not authorized to bind the City to any contracts or obligations. By accepting a purchase
order (PO), issued from the results of this RFQ, Vendor certifies that no one who has or will have any
financial interest under this agreement, is an officer or employee of City.
GOVERNING LAW: This document and ensuing Contract and all rights and obligations hereunder shall
in all respects be governed by and construed in accordance with the laws of the state of California.
NON-DISCRIMINATION & AFFIRMATIVE ACTION: Vendor will be required to comply with all
procedures set forth in the Palo Alto Municipal Code and laws of the State of California regarding non-
discrimination and affirmative action in employment and will be subject to all penalties provided for
therein in the event of violation. The enclosed Certificate of Non-Discriminationand Affirmative Action
information forms shall be completed by vendor for product or equipment priced over $5,000 (total).
HOLD HARMLESS: Vendor agrees to indemnify, defend and hold harmless the City, its officers,
employees, and agents from any and all demands, claims or liability of any nature, caused by or arising
from the performance of ensuing Agreement. The C;ity, at its option, may require the Vendor to furnish
evidence of insurance covering the liabilities provided above, but under no circumstance is the Vendor
released of such liabilities or duty to indemnify.
INSURANCE: The Vendor shall maintain such insurance as will cover and include the entire obligation
assumed in any agreement issued as well as such insurance as will protect vendor from claims and
liability under Worker’s Compensation Acts, personal liability, property damage, and all other claims
for damages, including personal injury, and death, which may arise from operations under the issued
agreement.
STANDARD OF PERFORMANCE: The selected vendor shall be required to unconditionally warrant that
it shall use sound and professional principles and pr.actices in accordance with the highest degree of
skill and care as those observed by national firms of established good reputation as well as the current
normally accepted industry standards, in the performance of services required herein. The performance
of the vendor’s personnel shall also reflect their best professional knowledge, skill and judgement.
If any failure to meet the-foregoing warranty appears during the term of the agreement the City may
terminate the agreement and require reimbursement of all expenses necessary to replace or restore
such services.
SAFETY: Where federal, state or municipal safety regulations of standards have been established, the
Vendor certifies that all products of equipment furnished, and/or installations provided as a result of
this RFP shall comply with such requirements.
City of Palo Alto - RFQ # 98135 Page 7,
PART I -CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION -REQUEST FOR QUOTATION (RFQ)
SPECIFICATIONS: The specifications or scope of work included have been prepared to describe the
standard of quality, performance, and other characteristics needed to meet City of Palo Alto
requirements. The City will accept proposals of an "or equal" equipment, product or service when after
a review of the alternate specification i~’determined to reflect:
(a)supply, equipment, or service ~,hich is more state-of-the-art than that specified;
(b)characteristics equaling the supplies, equipment, or services specified; or,
(c)the specification issued will not meet requirements as stated.
Alternate specifications must be submitted as an additional proposal (RFQ). Alternates ~re subject to
review and acceptance by the Manager of Purchasing & Contract Administration and/or the Project
Manager. The City of Palo Alto retains the right to reject any and all proposals or quotations when it
is determined that conditions have not been met or, when it is in the best interest of the City of Palo
Alto.
EXCEPTIONS to the specifications ~r requirements issued must be itemized and justified in Writing and
included with proposals or quotations submitted.
DOCUMENTATION: Manuals, when applicable, shall be furnished bY the Vendor with the shipment or
under separate cover.
PRICES: Prices shall remain firm through out the Contract period. City shall.receive the benefit of any
additional discount or general reduction in the prices quoted herein prior to the delivery or invoicing of
any product or equipment ordered as a result of this RFQ.
TAXES: Quotations shall include all applicable federal, state and local taxes, import duties,
commissions or other charges.
INVOICING & PAYMENTS: Vendor shall submit separate invoices on each purchase order or purchase
release after each delivery. Purchase order numbers must be referenced on all packing slips and
invoices. Invoices shall be itemized and transportation charges, if any, shall be listed separately with
a copy of the freight bill attached. Payment shall not be due until the above instruments are submitted
after delivery to:
City of Palo Alto
Accounts Payable
P.O. Box 10250
Palo Alto, CA 94303
Extra Charges: No extra charges of any kind will be allowed unless specifically agreed to in writing by
City. All state and county sales and use taxes shall be stated separately on the invoices.
Prices: Vendor warrants that the prices for materials or services sold to City under this Agreement are
not less favorable than those currently extended to any other customers of the same or like articles or
services in equal or !ess quantities. In event Vendor reduces its price for such materials or services
during the term of the Agreement, Vendor agrees to reduce the prices or rates quoted herein
correspondingly.
Term of Agreement: The term of the Contract shall be for 12 months and may be extended for one
(1) 12 month period up to a maximum of 24 consecutive months, subject to:
City of Palo Alto - RFQ # 98135 Page 8
PART I - CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION - REQUEST FOR QUOTATION (RFQ)
(a)City of Palo Alto City Council’s annual approval of each current year’s budget
and appropriation of funds for this Contract;
(b)the Vendor’s compliance with the terms and conditions as established by this
document (RFQ);(c)
(c)a mutual agreement to continoe the Contract with:
11)negotiations beginning 60 days prior to each 12 month’s
anniversary date;
(2)a mutual agreement to extend the Contract completed 30 days
prior to each 12 month renewal period;
(3)satisfactory compliance and extensions by the Vendor with the
established certificates of insurance, licensing, permits, City’s
Contract or other requirements of the Terms and Conditions;
and
(4)firm pricing for subsequent 12 month term(s) as set forth in
herein below.
Pricing of Agreement
Pricing of Soils and Materials Testing shall be based on and remain firm during the following periods:
(a)
(b)
July 1, 1997 through June 30, 1998
July 1, 1998 through June 30, 1999
Notwithstanding the foregoing, this Contract may be terminated, with or without cause by the City
upon ten (10) days written notice to Vendor. Monies then owing based upon work satisfactorily
accomplished shall be paid to Vendor.
ENTIRE AGREEMENT: This document end its parts, exhibits, drawings, and other referred or related
documents represent the entire agreement between the parties with respect to the purchase of
services, materials or equipment which may be the subject of any ensuing contract or agreement. Any
conflict with these Terms & Conditions or any prior agreements, representations, statements,
negotiations and undertakings whether oral or written are superseded hereby.
City, of Palo Alto - RFQ # 98135 Page 9 .
CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION- REQUEST FOR QUOTATION (RFQ)
CITY OF PALO ALTO
SIGNATURE PAGE
The undersigned hereby certifies that, directly or indirectly, they or their
representatives and agents have not been c0[lusive with other parties interested in this
Prop, osal for:
SOILS AND MATERIALS TESTING SERVICE
Vendor is a: .,
x .California Corporation, or a
~Corporation organized under the laws of the State of.
with head offices located at.
and offices in California at.
(Attach addendum if necessary)
~Partnership (list names of partners; state which partner or partners are managing
partner(s), attach addendum if necessary).
~Sole Proprietorship,~Other (Attach addendum specifying details).
DATE:
June i0, 1997
Vendor NAME & ADDRESS:
Consol~dated Engineering Laboratories
4464 Willow Road, Suite C
Pleasanton, CA 94588
PHONE:
(510) 460-5100
SIGNATURE:
PRINTED NAME:
Bruce W. Mishler
TITLE: Vice President
TAXlUC.#: 94-2988193
FAX NO.:
(510) 460-5118
ACKNOWLEDGMENT OF ADDENDUM(S)
During the request for proposal process there may be changes to the documents or schedules which would
require an addendum. To assure that all proposers receive the update or change addendum, the following
acknowledgment and sign-off is required. Failure to, execute the following may be considered as an
irregularity in the proposal. Receipt of the following addendum(s) issued prior to the close of the proposal
is acknowledged, and the information contained therein has been considered in the preparation of this
quotation.
Addendum No. (Non~), (1~), (2~), (3~), (4~), (5~)
(Check appropriate space/numberl/j lab°ve) ~ ,~
DATE;~1,.1~,~
O Signature offend’dr
City of Palo Alto - RFQ # 98135 Page 10.
PART I -CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION -REQUEST FOR QUOTATION {RFQ|
CERTIFICATION OF NONDI$CRIMINATION
SOILS AND MATERIALS TESTING SERVICE
CERTIFICATION OF NONDISCRIMINATION: As suppliers of goods or services (with a total of more than
$5,000) to the City of Palo Alto, the .firm and individuals listed below certify that they do not
discriminate in employment with regards to age, ,race, color, religion, national origin, ancestry,
disability, or sexual preference; that they are in compliance with all Federal, State and local directives
and executive orders regarding nondiscrimination in employment; and that they agree to demonstrate
positively and aggressively the principle of equal opportunity in employment. ,,
The Vendor agrees specifically:
1.0 To establish or observe employment policies which affirmatively promote opportunities
for minority persons at all job levels.
2.0 To communicate this policy to all persons concerned, including all employees; outside
recruiting services, especially those serving minority communities, and to the minority
communities at large.
3.0 To take affirmative action steps to hire minority employees within the organization.
4.0 To be knowledgeable of the local, state, and federal laws and regulations concerning
affirmative action policies and provide opportunities for employees.
Firm: Consolidated Engineering Laboratories
Date June I0~ 1997
Please include any additional information available regarding equal opportunity employment programs
nbw in effect within your company.
See attached EEO / .Affirmative Action Plan
(Please attach additional pages if necessary)
END OF ~ECTION
City of Palo Alto - RFQ # 98135 Page 11
CONSOLIDATED ENGINEERING
L A B 0 R A T 0 R I E S
EXHIBIT "B"
FEE SCHEDULE
EFFECTIVE JULY t, 1997 THROUGH JUNE 30, 1999
SOILS AND MATERIALS TESTING SERVICE
CITY OF PALO ALTO - RFQ #98t35
Services will be performed on a time and materials basis at the unit rates lis~ed.
Hourly Personnel Rates
Principal
Principal Geotechnical Engineer
Senior Engineer
Staff Engineer
Inspector/Field Technician
Draftsperson
$125.00/hour
125.00/hour
lO0.O0/hour
80.O0/hour
63.00/hour
35,00/hour
Special Services Hourly Rates
Soils Inspector with Nuclear Gauge
Windsor Probe Tests (Probes Extra)
Pachometer
High-Strength Bolting
In-Place Brick Shear Tests (Masonry) o Two Man Qrew (4 hour minimum)
Pull-Out Tests (Proof Loading)
Ultrasonic Testing of Weldments
Floor Flatness Testing:
-Surveying/Inspection
-Profileograph
Above rates plus reimbursables
68.00/hour
68.00/hour
68.00/hour
68.00/hour
120.O0/hour
68.00/hour.
68.00/hour
400.O0/half day; 600.O0/day
750.O0/day
Basis of Charges
Work over 8 hours per day, or on Saturdays
Work on Sundays/Holidays
Swing or Graveyard Shift Premium
Work from 0-4 hours
Work from 4-8 hours
Show Up Time
Sample Pick Up .-
Final Affidavit (request 6 working days advance notice)
Extra Copies (over 4 per issue date) of Inspection Reports
and Final Affidavit
Project Engineering and Management
Out of Area Services (Beyond 40 mile radius)
Travel Time
Mileage
Per-diem, including lodging
Reimbursables
Time and One-half
Double Time
5.00/hour
4-hour minimum billing
8-hour minimum billing
2-hour minimum billing
45.00 minimum billing
200.00 minimum billing
15.00/each
2% of Fees
As Listed Below:
Basic Rate
$.40/mile
80.00/day
Cost + 15%
CONSOLIDATED ENGINEERING
L A B O R A T O R I E S
Fee Schedule
City of Palo Alto - RFQ #98135
Page 2 of 6
Soils and Base Materials ¯
Moisture/Density Curve
Standard Proctor ASTM D 698
Modified Proctor ASTM D 1557/AASHTO T180
California Impact, Cal 216
Sieve Analysis
Bulk Sample Gradation, ASTM C 136/Cal 202
Material Finer than #200 Sieve, ASTM C 117
Soil Mechanics
Soil Classification, ASTM D 2487
"R" Value, ASTM D 2844/Cal 301
Plasticity Index (Atterburg Limits), ASTM D 4318/Cal 204
Sand Equivalent, ASTM D 2419/Cal 217
Compression, Cement Treated Base (including preparation), Cal 312
Particle Size Analysis ASTM D 422
Hydrometer Minus #200
Sieve Analysis/Hydrometer
Specialty Geotechnical Testing
ASTM D1140
Consolidation (ASTM D2435, D4546) ~
Time-Consolidation (ASTM D2435)
Collapse/Swell (ASTM D4546)
Unconfined Compressive Strength (ASTM D2166)
Direct Shear (3 pt.)
California Bearing’Ratio, 1 pt. (ASTM D1883)
California Bearing Ratio, 3 pt. (ASTM D1883)
Water Soluble Sulfate
pH (ASTM D4972)
Lab Resistivity
Other Laboratory Testing
Miscellaneous Geotechnical Charges
Vehicle Charges
Within 40-mile radius
Truck, 2-wheel drive
Truck, 4-wheel drive
All Other Direct Project Expenses
(such as contract drilling and backhoe services, special equipment
rental, commercial travel, protective clothing, shipping)
Clerical Services
$155.00/each
165.00/each
165.00lea ch
65.00/each
33.00/each
200.00/each
180.00/each
95.00/each
70.00/each
95,00/each
105.00/each
165.00/each
28.00/each
100.00/each
45.00lea. loading
55.00/each
65.00/each
600.001each
120.00/each
330.00/each
33.00/each
22.00/each
55.00/each
Quotation on Request
No Charge
0.40/mile
0.50/mile
Cost + 15%
35.00/hour
CONSOLIDATED ENGINEERING
L A B O R A T O R I E S
Fee Schedule
City of Palo Alto - RFQ #98135
Page 3 of 6
Aggregates
Sieve Analysis
Bulk Sample Gradation (Coarse or Fine), ASTM C 136/Cal 202
Material Finer than #200 Sieve, ASTM C 117
Bulk Sample Gradation, Ca1202
Specific Gravity (Coarse), ASTM C 127/Cal 206
Specific Gravity (Fine), ASTM C 128/Cal 207
Absorption, Sand or Gravel, ASTM C 127/ASTM C 128
Organic Impurities in Concrete Sand, ASTM C 140
L.A. Rattler, ASTM C 131 or C 535/Cal 211
Sulfate Soundness (per sieve), ASTM C 88
Unit Weight of Aggregates, ASTM C 29
Hardness, ASTM D 1865
Crushed Particles, Cal 205
Cleanness Value, Cal 227
Durability:ASTM D 3744/Cal 229
Moisture Content of Aggregate ASTM C 29
Asphaltic Concrete
Hveem Compaction (including sample preparation), Cal 366, per point
Hveem Compaction (premixed sample), Cal 304, per point
Stabilometer Value, Cal 366, per point
Bitumen Content (extraction), ASTM D 2172
Bitumen Content (extraction), Cal 310
Gradation of Extracted Sample, ASTM C 136/Cal 202
Unit Weight of Compacted Asphaltic Concrete, ASTM D 2726/Cal 308
Unit Weight of Compacted Asphaltic Concrete, (Paraffin Coated) ASTM D 1188
Marshall Compaction (including sample preparation), set of 3, ASTM D 1559
Marshall Compaction (premixed sample), set of 3, ASTM D 1559
Marshall Flow and Stability, set of 3, ASTM D 1559
Maximum Theoretical Specific Gravity (Rice Gravity), ASTM D 2041
Swell of Bituminous Mixtures, Cal 304/305
Caltrans Complete Asphaltic Concrete Test (Hveem Compaction, Stabilometer
Value, Extraction Gradation, Unit Weight), Average of Two Briquettes
Asphaltic Cement
Penetration of Bituminous Materials at 77°F, ASTM D 5/AASHTO T49
Penetration of Bituminous Materials at 32°F to 158°F,
ASTM D 5/AASHTO T49Kinematic Viscosity of Asphalt, ASTM D 2170/AASHTO T201
Absolute Viscosity of Asphalt, ASTM D 2170/AASHTO T201
Viscosity (Asphalt Institute Method)
Rolling Thin Film Test, ASTM 2872/Cal 346/AASHTO T240
Residue by Evaporation, ASTM D 244/AASHTO T59
Extraction and Recovery, ASTM D 2172/ASTM D 1856
65.00/each
3:~.00/each
95.00/each
45.00/each
50.00/each
40.O0/each
40.O0/each
165.00/each
70.O0/each
.45.00/each
65.00/each
90.00/each
65.00/each
65.00/each
33.00/each
100.00/each
80.O0/each
33.00/each
100.00/each
110.00/each
95.00/each
28.00/each
45.00/each
210.00/each
170.00/each
50.00/each
90.O0/each
110.00/each
475.00/each
43.00/each
60.00/each
95.00/each
95.00/each
110.00/each
100.00/each
125.00/each
405.00/each
CONSOLIDATED ENGINEERING
L A B O R A T O R I E S
Fee Schedule
City of Palo Alto - RFQ #98135
Page 4 of 6
Geotextile Fabric
Tensile Strength by Grab Method
Index Puncture Resistance, ASTM D 4833
Trapezoidal Tear
Mass Per Unit Area, ASTM D 3776
Simulated Asphalt Retention, ASTM D 4830
Unit Weight Analysis, ASTM D 2329
Ply Count and Void Analysis, ASTM D 2329
Cement
Storage of Grab Sample, 60 days
Compression, 2x2 Cubes, each age, ASTM C 109
Cement Content of Hardened Concrete, ASTM C 1084
Concrete
Concrete Mix Design Review
Trial Batches, Prepared in Laboratory (excludes time for material pickup)
Shrinkage, set of 3, ASTM C157, Cal 530
Compression, 6x12 Cylinders, ASTM C 39
Compression, Core (including end preparation), ASTM C 42
Compression, 3x6 Cylinders Lightweight Insulatin~ Concrete, ASTM C 495
Molds, 6x12 Concrete, ASTM C 470
Cylinders, Stored 60 days (hold cylinders)
Splitting Tensile, 6x12 Cylinders, ASTM C 496
Unit Weight of Concrete Cylinders, ASTM C 567
Unit Weight of Lightweight Insulating Concrete, ASTM C 495
Compression Test of Lightweight Insulating Concrete, ASTM C 495
Flexural Strength of Concrete, ASTM C 78 or C 293
Shotcrete Panel, Up to 4 Cores (including compression), ASTM C 42
Chloride Ion Content, AASHTO T260
Emission of Moisture through Concrete
Cylinder Pick-Up
GFRC Panel Test
Flexural Testing, per P.C.I. Recommended Practice
Pullout Testing of Anchor~, per P.C.I. Recommended Practice
Reinforcing Steel - ASTM A 615
Tensile Strength and Bend Test
Samples, Size #3 - #10
Samples, Size #11
Samples, Size #14
Samples, Size #18 (Full Section)
$220.00/each
150.00/each
16&00/each
110.00/each
275.00/each
23o00/each
65.00/each
12.00/each
32.00/each
1,400.00/each
1 tO.00/each
285.00/each
265.00/set
20.00/each
55.00/each
25.00/each
2.00/each
20.00/each
40.00/each
22.00/each
28.00/each
33.00/each
95.00/each
220.00/each
80.00/each
55.00/each
45.00/trip
33.00/each
55.00/each
60.00/each
82.00/each
200.00/each
255.00/each
CONSOLIDATED ENGINEERING
L A B O R A T O R I E S
Fee Schedule
City of Palo Alto - RFQ #98135
Page 5 of 6
Prestressing Steel = ASTM A 416
Uncoated 7 Wire Strand, 1/4" to 1/2"
Breaking Strength Only
Yield Strength, Breaking Strength and Elongation
(Note: For Vinyl Coated Strands, add $ 25.00 per test;
for Modulus of Elasticity, add $ 25.00 per test)
Masonry
Concrete Blocks
Compression, Gross Area, ASTM C 140
Compression, Gross Area, Unusual Shape, ASTM C 140
Compression, Net Area, ASTM C 140
Absorption and Moisture, ASTM C 140
Linear Shrinkage, ASTM C 426
Bricks
Absorption, with Saturation Coefficient, ASTM C 67
Compression, ASTM C 67
Modulus of Rupture, ASTM C 67
Compression, Grout Prisms, ASTM C 39
Compression, Mortar Cylinders, ASTM C 39
Compression, Composite Prisms, ASTM E 447 ~"
Compression, Masonry Core, ASTM C 140
Shear, Masonry Core, CCR Title 24
Mortar Molds, ASTM C 470
Structural Steel (Mild Steel Not Over One Inch Thick)
Tensile Strength, ASTM A 370 (test only)
Samples, Under 1-1/2 square inch in cross section
Samples, 1-1/2 square inch and over in cross section
Bending
High Strength Bolts, Nuts and Washers, ASTM A 325, A 490 and A 449
Bolts Proof Load or Ultimate
Nuts Proof Load
Washers Proof Load
Hardness (Rockwell)
Weldment Testing (Mild Steel Not Over One inch Thick)
Transverse Tensile
Transverse Side Bend
Transverse Root and Face Bend
Macroetch
0.505" Tensile Specimen
Charpy V-Notch Specimen
$110.00/each
178.00/each
53.00/each
80.00/each
70.00/each
53.00/each
95.00/each
55.00/each
45.00/each
45.00/each
27.00/each
27.00/each
95.00/each
40.00/each
60.00/each
2.001each
65.00/each
70.00/each
45.00/each
55.00/each
33.00/each
17.00/each
17.00/each
65.00/each
45.00/each
45.00/each
45.00/each
70.00/each
On Quotation
CONSOLIDATED ENGINEERING
L A B O R A T O R I E S
Fee Schedule
City of Palo Alto - RFQ #98135
Page 6 of 6
Nondestructive Testing
Radiography
Consultation
One-Man Crew
Two-Man Crew
Film
Magnetic Particle Level III (ASNT)
Magnetic Particle Level II (ASNT)
Ultrasonic Level III (ASNT)
Ultrasonic Level II (ASNT)
Dye Penetrant Level III (ASNT)
Dye Penetrant Level II (ASNT)
Night Shift Work - One-Man Crew
Night Shift Work - Two-Man Crew
Coring Services
Coring Machine Operator
Helper (add per hour)
Diamond Drill Bit Charges, per inch to 5"
Diamond Drill Bit Charges, per inch 6" and over
Compressionof Core, ASTM C42
Roofing
Ply Count and Asphalt by Difference, ASTM D 2829
Weight Analysis, ASTM D 2829
Fireproofing
Density of Sprayed on Fireproofing, ASTM E 605/UBC 43-8
Cohesion/Adhesion, ASTM E 736
Miscellaneous Tests and Inspections
Calibration of Hydraulic Rams
Universal Testing Machine with Technician
Instron Testing Machine with Technician
Windsor Test Probes
Welder Qualifications, e~ch position
Expert Witness
Laboratory Technician
$ 65.00/hour
~5.00/hour
125.00/hour
On Quotation
80.00/hour
68.00/hour
80.00/hour
68.00/hour
80.00/hour
68.00/hour
Add $6/hour
Add $12/hour
90.00/hour
45.00/hour
5.00/inch
On Quotation
55.00/each
65.00/each
23.00/each
33.00/each
55.00/each
50.00/each
150.00/hour
125.00/hour
On Quotation
80,00/each
,200.00/day
68.00/hour
CERTIFICA. .OF
PRODUCER
Calco Ins Brokers & Agents
2000 Alameda de los Pulgas
P.O. Box M
San MateD, CA 94402-0080
415-574-0773
INSURED
Consolidated Engineering
LaborBtories
4464 Willow Rd., Ste. C
Pleasanton, CA 94588
INSURANCE 9/27/96
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIOI"
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OF
ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW
COMPANIES AFFORDING COVERAGE
COMPANY
COMPANY
B
COMPANY
, C
COMPANY
D
Col Casualty Compensation Ins
THIS IS TO CER TIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE [= OR THE POLIC Y PERIOD
INDICATED,NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTR AC T OR OTHERDOCUMENT WITHRESPEC T TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
~TOR TYPE OF INSURANCE
GENERAL LIABILITY
~OMMERCIAL GENERAL LIABILITY
CLAIMS MADE { I OCCUR
~OWNER’S & CONTRACTOR’S PROt
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON.OWNED AUTOS
GARAGE LIABILITY
ANY AUTO
EXCESS LIABILITY
~UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPI.~OYERS’ LIADILITY
THE PROPRIETOR/
~ INCLi
PARTNERS/EXECUTIVE
OFFICERS ARE:EXCLI
OTHER
POLICY NUMBER
WC1801265500
POLICY EFFECTIVE POLICY EXPIRATIO~
DATE (MMIDD/YY) DATE (MMIDDIYY)
10101196 10101197
LIMITS
GENERAL AGGREGATE
PRODUC/S.COMP/OP AGO
PERSONAL & ADV INJURY
EACH OCCURRENCE
iFIRE DAMAGE (Any one fire)
MED EXP (Any one person)
COMBINED SINGLE LIMIt
BODILY INJURY
(Per person)
BODILY INJURY
(Per accident)
PROPERTY DAMAGE
AUTO ONLY ¯ EA ACCIDEN~
OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
EACH OCCURRENCE
AGGREGATE
Xt STATUTORY LIMITS
EACH ACCIUENT
DISEASE, POLICY LIMIT
DISEASE .EACH EMPLOYEE
$
$
$
$
$
$
$
$
$
$
’10000~
100000
100000
DESCRIPTIONOFOPERATIONS~OCATIONSIVEHICLESISPECIALITEMS
All California Operations
City of Paid Alto
Public Works Engineering Div.
P.O. Box 10250
Attn: Gary Weinrich
Paid ~lto, Ca 94303
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
3 0 DAYS WRI’FrEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY,~(IND~ UPON THE COMPA~, ~TS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE uuo,o.
.
EXHIBIT
PRODUCER
Diversified Risk Ins. Brokers
1335 Stanford Avenue
Suite I00
Emeryville, CA 94608
(510) 547-3203
INSURED
Consolidated Engineering Labs
P.O. Box 9131
Pieasanton, CA 94566
DGE
DATE (M!
1010
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATEHOLDER. THIS CERTIFICATE DOESNOT AMEND, EXTEND ORALTER THE COVERAGE AFFORDEDBY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANYA Royal Insurance Company
COMPANY
B
COMPANY
C --
COMPANYD
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
! co POLICY EFFECTIVE POLICY EXPIRATIONLTRPOLICY NUMBER DATE (MM/BDIYY)DATE (MM/DD/YY). LIMITS
A PSP072439 101OLD6 10/01/97
A
A
TYPE OF INSURANCE
GENERAL LIABILITY
~~MERCIAL GENERAL LIABILITY
MADE ~_J OCCURCLAIMS
ER’S & CONTRACTOR’S PROT_
GENERAL AGGREQATE
PRODUCTS ¯ COMP/OP AGG
PERSONAL & ADV INJURY
EACH OCCURRENCE
FIRE DAMAGE (Any one rite)
MED EXP (Any one person)
s
$
$
$
s
$
2,000,000
2,000,000
1,000,000
1,000,000
3O0,000
I0,000
AU__._TOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON.OWNED AUTOS
GARAGE LIABILITY
ANY AUTO
EXCESS LIABILITY~UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKER~ COMPENSATION AND
EMPLOYEP~’ LIABILITY
THE PROPRIETOR,/~ INCLPARTNERS/EXECUTIVE
OFFICERS ARE:EXCL
OTHER
AST086756
PLA354034
10/01/96 10/01/97
ClTV OF PALO ALXD
r. o-r - 4199!
10101/96 10/01/97
COMBINED SINGLE LIMIT
BODILY INJURY(Pe~ per~n)
BODILY INJURY(Pe~ acc~lenl)
PROPERTY DAMAGE
AUTO ONLY ¯ EA ACCIDENT
OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
EACH OCCURRENCE
AGGREGATE
WG STATU- I OTH:TORY LIMITS[ER
ELEACH ACCIDENT
ELDISEASE - POLICY LIMIT
ELDISEASE. EA EMPLOYEE
,000,000
3,000,000
3~000,000
DESCRIPTION OF OPERATIONS/LOCATION,/VEHICLE,/SPECIAL ITEMS
Re: All Operations
The City of PaiD Alto, its officers, Agents and employees are named as
additional insured per CG2010 attached.
City of PaiD Alto
Public Works/Engineering Div.
Attn: Liz Ames
P.O. Box 10250
Paid Alto, CA 94303
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL B~g~eIMO~:~.~i’~ MAIL
~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
066734
THIS ENDORSEM,-HT CHANGES THE POLICY. PLEASE R~.,.~O IT CAREFULLY.
ADDITIONAL INSURED -OWNERS, LESSEES or
CONTRACTORS (Form B)
NAMED INSURED:
POLICY NUMBER:
CONSOLIDATED ENGINEERING LABS
PSP072739 EFFECTIVE DATE:
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
Name of Person or Organization:
SCHEDULE
THE CITY OF PALO ALTO,
ITS OFFICERS, AGENTS AND EMPLOYEES;
ARE NAMED AS ADDITIONAL INSURED, BUT ONLY AS TO WORK PERFORMED
UNDER CONTRACT.
t011196
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
The insurance provided by this policy is primary and non-contributory with other insurance available
to the Additional Insured.
CG20 10 11 85
PRODUCER
Diversified Risk Ins. Brokers
1335 Stanford Avenue
Suite I00
Emeryville, CA 94608
510-547-3203
INSURED
Consolidated Engineering
Laboratories
P. O. Box 9131
Pieasanton, CA 94566
DATE
08/08/9
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIOONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATEHOLDER. THIS CERTIFICATE DOESNOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDEDBY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANYA Associated International
COMPANYB : ,~ "~’ ~" "
COMPANY’C
COMPANY =JM D
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO POLICY EFFECTIVE POLICY EXPIRATION ILTRTYPE OF INSURANCE POLICY NUMBER DATE (MMJDD/YY)DATE (MM/DDIYY)LIMITS
GENERAL LIABILITY
_~owNCOMMERCIAL GENERAL LIABILITY
CLAIMS MADE L----] OCCUR
ER’S & CONTRACTOR’S PROT
AUTOMOBILE LIABILITY
ANY AUTO
I ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
GARAGE LIABILITY
ANY AUTO
EXCESS LIABILITY~UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS’ LIABILITY
THE PROPRIETOR/~ INCL
PARTNERS/EXECUTIVEi OFFICERS ARE:I I EXCL
A OTHERProfessional
Liability
AZU960007 08108/96 08/08/99
GENERAL AGGREGATE $
PRODUCTS ¯ COMPIOP AQQ
PERSONAL & ADV INJURY $
EACH OCCURRENCE $
¯ FIRE DAMAGE (Any one f~’e)$
MED EXP (Any one person)
COMBINED SINGLE LIMIT $
BODILY INJURY(P~ per~n)$
B~DILY INJURY(P~ accKlent)$
PROPERTY DAMAGE $
AUTO ONLY ¯ EA ACCIDENT
OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
EACH OCCURRENCE
AGGREGATE
j WC STATU-I OTH-TORY LIMITS ER
EL EACH ACCIDENT
EL DISEASE. POLICY LIMIT
ELDISEASE-EA EMPLOYEE $
$I,000,000 Each Claim
$2,000,01111 Aggregate
$
$
$
$
$
$
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLE,~SPECIAL ITEMS
All operations of the Named Insured including but not limited to any
referenced project. The Aggregate Limit is the total insurance available
for all claims presented under the policy.
City of Palo Alto
Public Works/Engineering Div.
P. O. Box 10250
Palo Alto, CA 94303
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ~.R3D MAIL
~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
CONSOLIDATED ENGINEERING
L A B O R A T O R I E S
EXHIBIT "D"
EQUAL EMPLOYMENT OPPORTUNITY AND
AFFIRMATIVE ACTION PROGRAM
I.Statement of Purpose From CEL
It is the continuing policy of Consolidated Engineering Laboratories to provide equal
employment opportunity to all persons regardless of race, color, religion, sex, national origin,
ancestry, marital status, sexual orientation, age or medical condition.
The Board of Directors of Consolidated Engineering Laboratories strongly reaffirms this p~licy
and once again, declares its firm commitment to support all actions necessary to make equal
employment opportunity a reality for all. The Board further declares that the mere prohibition of
discriminatory practice is not enough to achieve this objective. CEL Will continue to take
positive and innovative action to achieve all objectives and to assure that all possible barriers to
employment of any potentially discriminated against group are eliminated. We will take positive
efforts to attract and assist members of these group to qualify for employment.
It is the policy of CEL that management shall provide all employees at all levels give this
program their full support and use sound personnel practices that apply to all segments of our
community. This policy is distributed to all new employees and past employees to insure that
all employees understand the company’s commitment to affirmative action.
II.Equal Employment Opportunity Policy
The Company will not discriminate against any employee or applicant for employment because
of race, religion, color, sex or national origin, or against any subcontractor or vendor or anyone
seeking to become a subcontractor or vendor whose principals or employees are minority group
members.
III. Sexual Harassment Policy
Purpose
Consolidated Engineering Laboratories recognizes that harassment on the basis of sex is a
violation of employment discrimination law. The Company will provide to all employees a work
environment free from unlawful sexual harassment, and will not tolerate such conduct on the
part of any employee or other individual.
Definitions
Sexual harassment consists of unwelcome sexual advances, requests for sexual favors, and
other verbal or physical conduct of a sexual nature when:
CONSOLIDATED ENGINEERING
L A B O R A T O R I E S
Equal Employment Opportunity Policy and
Affirmative Action Statement
a.Submission to such conduct is made a term or condition of an individual’s employment,
Submission to or rejection of such conduct is used as the basis for employment.decisions affecting such individual, or
Such conduct has the purpose or effect of unreasonably interfering with. an individual’s
work performance or creating an intimidating, hostile or offensive work environment.
Forms of sexual harassment include the following:
a.Verbal harassment, such as derogatory comments, jokes or slurs;
Physical harassment, such as unnecessary or offensive touching, or impeding or
blocking movement; and
Visual harassment, such as derogatory or offensive posters, cards, calendars, cartoons,
graffiti, drawings or gestures.
Complaint Procedure
a. if any employee believes that comments, gestures or conduct from any co-employee,
supervisor or person doing business with or for the Company are offensive, the
employee should notify the Affirmative Action Officer.
bo The Company will promptly and thoroughlyinvestigate any complaints of sexual
harassment, and will take immediate action to resolve such complaints. No individual
will suffer any reprisals for reporting any incidents of sexual harassment or for making
any complaints.
Disciplinary Action
Any employee who is found to be responsible for sexual harassment will be subject to
appropriate discipline, up to and including termination. The severity of the disciplinary action
will be based upon the circumstances of the infraction.
IV. Affirmative Actior] Responsibility
Gary Cappa, Presidentof Consolidated Engineering Laboratories is Equal Opportunity Officer
for the firm. His duties are to coordinate all company and subcontractor affirmative action
efforts, assist staff members on EEO matters, maintain liaison with the Union in order to
promote equal opportunities. He will keep records of all activities to facilitate review of
compliance by any agency so wishing to review such efforts.
CONSOLIDATED ENGINEERING
L A B O R A T O R I E S
Equal Employment Opportunity Policy and
Affirmative Action Statement
Mr. Cappa acting as the Affirmative Action Officer will insure that each general manager at each
office is aware and is enforcing all policies detailed herein. He will also coordinate with
community groups, and with the Operating Engineers Local 3 business agents to communicate
CEL’s affirmative action policies as they relate to hiring. "’
V. Dissemination of CEL’s Affirmative Action Plan
Copies of this Equal Employment Opportunity Policy and Affirmative Action Program havebeen
distributed to the Company’s supervisory personnel and will be posted in conspicuous places at
each Company office and jobsite for inspection by all Company employees and by applicants
for employment. The purpose and intent of the Policy and Program and the Company’s
commitment thereto will be discussed in meetings among the Equal Employment Opportunity
Officer and the Project Equal Employment Officers and by the latter with all Company
employees who are authorized to hire, supervise, promote and discharge employees, or to
recommend such action, or who are substantially involved in such action.
"Equal Opportunity Employer" posters in English and Spanish will be posted in conspicuous
places at the Company jobsites and that phrase will be used in all advertisements for
employment with the Company.
The Company Equal Employment Opportunity Officers will inform all subcontractors, vendors,
labor unions with which the Company has contracts and potential sources of employees, such
as schools, employment agencies, college placement officials and the like, of the Company’s
Equal Employment Policy and intention to make it effective in practice.
VI. Program Goals & Analysis
In order to identify whether protected classes are equally represented, it is necessary to
analyze the present workforce, gather statistics on available persons in the relevant labor
market, and compare these with CEL census information. The statistics derived from the
workforce utilization analysis provide a picture of where CEL or its departments employ women
and minorities at a rate lower than the Countywide labor market availability.
VVhen selection procedures, intentionally or unintentionally, have resulted in a lesser percent of
a sex, race, or ethnic group in an employment category than expected from availability data,
affirmative action steps should be taken to remedy the situation. CEL affirmative action
CONSOLIDATED ENGINEERING
L A B 0 R A T 0 R I E S
Equal Employment Opportunity Pol!cy and
Affirmative Action Statement
objectives do not require the hiring of a person who is less likely to perform well on the job, i.e.,
less qualified, under valid selection procedures. Affirmative action objectives to not require any
specific number of persons are hired because such a percentage would, in fact, be a numerical
quota. Hiring selection should occur only from among those who are qualified. There i’s a
distinction between the concept of CEL affirmative actions objectives versus the concept of a
quota. The CEL affirmative action objectives do not require CEL to hire a less qualified person
over a qualified person. However, what is required is the removal of artificial, arbitrary, and
unnecessary barriers to employment.
VII. Utilization Analysis
CEL will permanently utilize two areas to perform its utilization analysis. One is the Operating
Engineers Local 3 resource for availability of licensed and certified inspectors. As such, CEL
will continue to encourage training and education of groups who have been subjected to
discrimination in the past.
In addition, the County of Alameda Planning Department will provide information regarding the
workforce present in Alameda County as of the 1990 Census, as provided by the U.S.
Department of Commerce.
Based on the 1990 census data, the ~ civilian workforce of Alameda County includes the
following percentages of minorities*:
County of Alameda Consolidated Engineering Labs
Total Total Deficient
Workforce: 1,279,182 Workforce (Pleasanton): 95 Areas %
Cateqory Total ~Cate_~ory Total %
White:692,007 15 White:168 84.5
Black:234,863 18 Black:8 3.8
Hispanic:193,795 15 Hispanic:11 4.8
Asian:196,803 15 Asian:15 6.5
Am. Ind.:18,753 1.5 Am. Ind.:1 .4
Other:-14,901 1.2 Other:0 0
12.7
8.7
9.7
Percentage of Women:13%*
CONSOLIDATED ENGINEERING
L A B 0 R A T 0 R I E S
Equal Employment Opportunity Policy and
Affirmative Action Statement
The Board of Directors of Consolidated Engineering’ Laboratories believes in a strong Equal
Opportunity Employment program. It has been determined that Consolidated Engineering
Laboratories will make every effort, through regular contact with Operating Engineers Local 3
and various minority-oriented public agencies, to achieve our goal to meet or exceed the
minority percentages of the County by 1996.
County statistics provided by report issued through the Alameda County Planning Department
based upon information released by the Census of Population and Housing, 1990: Public Law
94-171 Data.
VIII. Recruitment & Selection Process
Advertisements for employees will be placed in English and foreign language newspapers
having large circulations within minority group districts in the recruitment area involved. Other
media, including the Human Rights Commission and the Urban League, will be used as a
means of making the Company’s employment needs known and that minority group members
will be welcome in its employment. The Company’s present employees also will be encouraged
to refer minority group applicants for employment.
The Company’s Equal Employment Officer will insure that employment, rates of pay and other
forms of compensation, working conditions, advancement, demotion, layoff and termination and
selection for training, including apprenticeship, all are provided on a non-discriminatory basis.
Any employee or applicant for employment who believes that this portion of the Program is not
being followed by any of the Company’s personnel is encouraged to contact the Company’s
Equal Employment Opportunity Officer by telephone or letter. The Company’s Equal
Employment Opportunity Officer is under continuing instruction to take prompt and effective
corrective action if any discrimination, in fact, has been practiced.
The Company will encourage and assist members of minority groups to become applicants for
apprenticeship programs in which the Company orassociation of which the Company is a
member or labor unions are involved. The Company intends to utilize the services of minority
group apprentices and journeymen-trainees to the maximum extent consistent with the nature
of the project and applicable labor agreements of the Company.
The Company will solici~ the employment of minority group subcontractors and, when Company
has the staff availableto do so and Company believes that such minority group subcontractors
are qualified or capable of becoming qualified in their particular type of work will (i) provide
assistance to such sub.contractors with respect to the procedures to be followed to obtain
qualification as contractors or subcontractors on public works projects, (ii) provide assistance to
such subcontractors in estimating and in the administration of their receipts and disbursements
and their records, and (iii) enter into abnormally small subcontracts with such subcontractors
which are within their capabilities and render financial assistance to them by means of
purchasing their materials and administering their payrolls.
CONSOLIDATED ENGINEERING
L A B O R A T O R I E S
Equal Employment Opportunity Policy and
Affirmative Action Statement
The Company will not enter into subcontracts or purchase agreements in excess of $10,000.00
unless the subcontractor or vendor agrees, as a part of its contractual obligations, to an equal
employment opportunity policy and affirmative action program acceptable to the Comp.any.
The Company’s operations are conducted under valid collective bargaining agreements with
various building trades unions and the Company must rely on referrals of employees from the
hiring halls of those unions. The Company will, however, seek the cooperation of, and work
closeiy with, these unions in an effort to increase referrals by these unions of greater numbers
of minority group employees. If any of these unions refuses to cooperate with the Company in
this regard, the Company’s President and Equal Employment Opportunity Officer will attempt to
meet with the governing officials of the union in question to effect voluntarycorrective action
and, in the absence thereof, will so inform the awarding agency.
The Company shall keep such records as are necessary to determine compliance with, and
progress under, this Policy and Program. Those records will indicate (i) the number and
category of minority group members employed in each work classification during proper periods
of contract performance, (ii) the number of minority group members who applied for
employment and who were not employed, and the reasons therefor, (iii) the progress made by
unions to increase referrals of minority group employees, (iv) the progress made by the
Company in employing minority group subcontractqrs, and (v) the general progress made by
each subcontractor regularly employed by the Company under such subcontractor’s Equal
Employment Opportunity Policy and Affirmative Action Program. All such records will be
retained for a period of three (3) years following completion of the relevant contract and shall be
available at reasonable times for inspection by authorized representatives of the awarding
agency and of appropriate governmental agencies.
IX. Program Monitoring, Evaluation and Reporting
Effective implementation of CEL’s Affirmative Action Plan requires that the Plan be continually
monitored to assure that all required actions are accomplished as stipulated.
Additionally, it is imperative that the Board of Directors be kept informed of the status of the
Plan and of problems that hinder attainment of Plan objectives, and of the actions taken or
required for their resolution.
The following are the Plan Action Steps for Program Monitoring, Evaluation, and Reporting. All
Action Steps are to be completed by the Affirmative Action Officer.
Develop and implement a company policy and procedure for the submission,
investigation and resolution of discrimination and sexual harassment complaints.
Inform the Board of Directors of the status of all sexual harassment and/or
discrimination complaints on a bimonthly basis.
CONSOLIDATED ENGINEERINGLA B O R A T O R I E S
Equal Employment Opportunity Policy and
Affirmative Action Statement
o
o
Provide the Board of Directors with bi-annuai reports of significant Affirmative Action
activities.
Provide a bi-annual report to the Board of Directors on the progress of the Plan’Action
Steps.
Compile and provide the Board of Directors with the data necessary for Plan review and
other advisory responsibilities.
As part of Board of Directors’ annual meeting action items, review and analyze the
potential adverse impact on protected group members of the in-house promotional
application process and recommend alternatives where applicable. Additional adverse
impact reports will be conducted on all promotions, terminations and resignations.
Review and analyze CEL policy and procedures for conformance with the action items
of the Board of Directors. Make appropriate recommendations to the Board of Directors
for added policy or procedure revisions, where applicable.