Loading...
HomeMy WebLinkAbout1997-11-10 City Council (14)3City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM: DATE: SUBJECT: CITY MANAGER NOVEMBER 10, 1997 DEPARTMENT:PUBLIC WORKS CMR:457:97 ¯ .APPROVAL OF CONSULTANT CONTRACT WITH MEYER, MOHADDES ASSOCIATES, INC. FOR CONSULTANT SERVICES FOR TRAFFIC CONTROL SAFETY DEVICES RECOMMENDATIONS Staff recommends that Council: Approve and. authorize the Mayor to execute the attached consultant contract with Meyer, Mohaddes Associates, Inc. in the amount of $42,000 for consultant services for Traffic Control Safety Devices. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the consultant contract with MeYer, Mohaddes Associates, Inc. for related, additional, but unforeseen work which may develop during the project, the total value of Which shall not exceed $4,000. POLICY IMPLICATIONS The award of this contract is consistent with the existing City policies. DISCUSSION Project Description The work to be performed under this contract includes evaluating the safety value of existing roadside barriers on Alma Street, on East and West Bayshore Roads, and on San Antonio Road; recommending the most cost-effective way to improve the roadway safety; preparing construction plans.and Specifications; preparing a construction cost estimate and construction cost schedule; providing bidding assistance; providing construction management services; and attending meetings. " ’ Selection Process Staff sent a Request for Proposals (RFP) to 21 consulting firms on September 22, 1997. Firms were given 22 days to respond to the request. Three RFPs were returned undelivered CMR:457:97 Page 1 of 2 and one fn’rn submitted a proposal. Staff Contacted the firms that did not submit proposals. Reasons cited included: fn’m was too busy to submit a proposal, firm did not have specific expertise required for the project, firm had no interest in this type of project, RFP was not received, and firm thought that selection process was based on on price rather than qualifications. The firm that submitted a proposal is well qualified to perform the work and is highly motivated to provide engineering services to the City. A selecti0nadvisory committee consisting of staff from Public Works Operations reviewed the proposal, and Meyer, Mohaddes Associates, Inc. was invited to participate in an oral interview on October 21, 1997. The committee carefully reviewed the firms’ qualifications and submittal in response to the RFP relative to the following criteria: specialized experience and qualifications of the firm and staff to be assigned to the project, demonstrated understanding and technical approach to the project, recent experience in the successful completion of similar projects, completeness and quality of the proposal, and fees relative to the services to be provided. Meyer, Mohaddes Associates, Inc. was selected because its proposal and project team presented a comprehensive and precise approach to the successful completion 0f the project. In both the written proposal and oral presentation, the Meyer, Mohaddes Associates, Inc. team-demonstrated a strong experience base and understanding of the project. Inaddition, the proposed level of effort (staffing and estimated hours) and fee schedule are reasonable for the scope of work. FISCAL IMPACT Funds for this project are included in the FY 1996-97 and 1997-98 Capital Improvement Project 19704 (Traffic ControlSafety Devices) budget. ENVIRONMENTAL ASSESSMENT This project is categorically exempt from the California Environmental Quality Act (CEQA) under Section 15301D of the CEQA guidelines and no further environmental review is necessary. ATTACHMENT Agreement PREPARED BY:~- Michael Jackson, Acting Depute Director, Operations Division DEPARTMENT. HE~kD.RE.VIEW: .~1~ ]~....~ ¯." - "GLENN S. ROBERTS- Director of Public Works CITY MANAGER APPROVAL: rslv,a,~ r~,xroxto,_,~s-~’Y~ Assistant City Manager CMR:457:97 Page 2 of 2 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND MEYER, MOHADDES ASSOCIATES, INC.- FOR CONSULTING SERVICES This Contract No.is e~tered into , by and between the CITY OF. PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and MEYER, MOHADDES ASSOCIATES, INC., a California corporation, authorized to do business in California, located at One Waters Park Drive, Suite 210, San Mateo, California 94403 ("CONSULTANT"). RECITALS.: WHEREAS, CITY desires certain professional consulting sez-vices ("Services") and the preparation and delivery of, without limitation, one or more sets of documents, drawings, maps, plans, designs, data, calculations, surveys, specifications, schedules or other writings ("Deliverables") (Services and Deliverables are, collectively, the "PrQject"), as more fully described in Exhibit "~’; - 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 upon the completion of the Project, unless this Contract is earlier terminated by CITY. Upon~ the receipt of CITY’s notice to proceed, CONSULTANT will commence work on the initial and subsequent Project tasks in accordance with the time schedule set forth in Exhibit "A". Time is of the essence of this Contract. In the event that the Project is not completed within the time required through any fault of CONSULTANT, CITY’s city manager will have the option of extending the time schedule for any period of time. This provision will not preclude the recovery of damages for delay caused by CONSULTANT. SECTION 2. SCOPE OF PROJECT;. CHANGES & CORRECTIONS 2.1 The scope of 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. 971022 !- 0071301 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 entitled to 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 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. 2.3 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. 2.4 Any and all errors, omissions, or-ambiguities in the Deliverables, which are discovered by CITY after the construction contract is awarded by CITY, will be performed by CONSULTANT, as follows: (a) at no cost to CITY insofar as those Services, including the Basic Services or the Additional Services, as described below, or both, will result in minor or nonbeneficial changes in the construction work required of the construction CONSULTANT; or (b) at CITY’s cost insofar as those Services, including the Basic Services or the Additional Services, or both, will add a direct and substantial benefit to the construction work .required of the construction CONSULTANT. The project manager in the reasonable exercise of his or her discretion will determine whether.the Basic Services or the Additional Services, or both, will contribute minor or substantial benefit to the construction work. SECTION 3 QUALIFICATIONS, STATus, .... AND DUTIES OF CONSULTANT 3.1 CONSULTANT represents andwarrants that it has theexpertise 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 2 971022 la¢ 0071301 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 PAUL J. KRUPKA as the project director to have supervisory~ responsibility for the performance, progress, and execution of the Project. MATHEWS ZACHARIAH will be assigned as the project coordinator who will represent CONSULTANT during the day-to-day work on the Project. If circumstances or conditions subsequent to the execution of this Contract cause the subs£itution of the project director or project coordinator for any reason, the appointment of a substitute project director or substitute project coordinator will besubject 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 employed under this Contract and. any materials used in CONSULTANT’s performance of the Services; 3.4.3 At all times observe 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 a~d decrees mentioned above; and 3.4.4 Will report immediately to theproject 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 the specified number (as defined in Exhibit "A") of any documentswhich are a part of the Deliverables upon.their completionand acceptance by CITY. 3 971022 lac 0071301 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 employee 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 ~ecord; 3.10.2 Incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 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 "~’ to this Contract. 3.11~CONSULTANT will be responsible for 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 listed in Exhibit "~’ 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 4 971022 lac 0071301 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. ROBERT ILE isdesignated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of~the Project, and will be assisted by JOHN CUNNINGHAM, the project engineer. 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 services and work: 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 thirty-efght thousand two hundred sixty-five dollars ($38,265). 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 amount set forth in this Section. 5.1.2~ In consideration of the full performance of Additional Services, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed three thousand seven hundred thirty-five dollars ($3,735). 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-amount set forth in this section. 5.1.3 The full payment of charges for extra work or changes, or both, in the execution of the Project will be made, prov±ded 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. 971022 lac 0071301 5 5.1.4 Direct personnel expense of employees assigned to the execution of the Project by CONSULTANT will include only the work of engineers, designers, job captains, surveyors, 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. 5.1.5. 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 byCONSULTANT. 5.1.6. The rate schedules contained Sn Exhibit "B" 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. 5.2 The schedule of payments will be made as follows: 5..2.1 Payment of the Basic Services willbe 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 triplicite, 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, plans, specifications, and cost opinions which have been approved by the project manager. 5.2.2 Payment of the Additional Services will be made in monthiy progress payments for services rendered, within thirty (30) days of submission, i~ triplicate, of such requests. -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 contractors. SECTION 6.ACCOUNTING, AUDITS, OWNERSHIP 0F-RECORDS 6.1 Records of the direct personnel expenses and expenses incurred in connection with the 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. 971022 lac 0071301 6 6.2 The originals of the Deliverables prepared by or the direction of CONSULTANT in the performance of this ~ct will become the property of CITY irrespective of whether ’roject is completed upon CITY’s payment of the amounts ted to be paid to CONSULTANT. These originals will be ~red to CITY without additional compensation. CITY will have ~ght to utilize any final and incomplete drawings, estimates, [ications, and any other documents prepared hereunder by ~TANT, but .CONSULTANT disclaims any responsibility or .ity for any alterations or modifications of such documents. SECTION 7. INDEMNITY 7.1 CONSULTANT agrees to protect, indemnify, defend and harmless CITY, its Council members, officers, employees and :, from any and all demands, claims, or liability of any , including death or injury to any person, property damage or ~her loss, caused by or arising out of CONSULTANT’s, its .rs’, agents’, consultants’, or employees’ negligent acts, , or omissions, or willful misconduct, or conduct for which :able law may impose strict liability on CONSULTANT in the "mance of or failure to perform its obligations under this ct. SECTION 8.WAIVERS 8.1 The waiver by either party of any breach or ion of any covenant, term., condition or provision of this ct or of the provisions of any Ordinance or law will not be to be a waiver of any- such covenant, term, condition, ion, ordinance, or law or of any subsequent breach or ion of the sameor of any other covenant, term, condition, ion, ordinance or law. The subsequent acceptance by either 3f any fee or other money which may become due hereunder will deemed to be a waiver of any preceding breach or violation other party of any covenant, term, condition or provision of ontract Or of any applicable law or ordinance. 8.2 No payment, partial payment, acceptance, or partial ~nce by CITY will operate as a waiver on the part of CITY of its rights under this Contract. SECTION 9.INSURANCE 9.1 CONSULTANT, at its sole cost and expense, will and maintain, in full force and effect during the term of ontract, the insurance coverage described in Exhibit "C", Ig not only CONSULTANT and its .consultants, if any, but also, he exception of workers’ compensation, employer’s liability ~fessional liability insurance, naming CITY as an additiona! concerning CONSULTANT’s performance under this Contract. 9.2 All insurance, coverage required hereunder will be ~d through carriers with Best’s Key Ratinq Guide ratings of higher which are admitted to transact insurance business in 71301 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 b~ 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 it will comply with such provisfons, as applicable, before commencing the performance of the Project. PROJECT SECTION II -TERMINATION OR SUSPENSION. OF CONTRACT OR 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 8 971022 lac 0071301 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 CIT.Y, 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 than 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, CONSULTANT 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. II~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 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 materials 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. 971022 la¢ 0071301. 9 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 Contractmay be terminated. This Contract will not be assignable by operation of law. SECTION 13.NOTICES 13.1 All notices hereunder will begiven, in writing, and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250- Palo Alto, CA 94303 To CONSULTANT: Attention of the. project director at the address of CONSULTANT recited above SECTION i4. CONFLICT OF INTEREST 14.1 In accepting this Contraht, 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 CONSULT~_NT 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 provision will be interpreted in accordance with the applicable provisions of the PaloAlto 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" 971027. |ac 0071301. i0 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 by the 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, disability, 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 havethe 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. 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 ii971022 la¢ 0071301 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. 16.4 In 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 Californi~a 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 c&se 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 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 12 971022 la¢ 0071301 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 PAL0 ALTO City Clerk APPROVED AS TO FORM: Mayor Senior Asst. City Attorney APPROVED: Assistant City Manager Director of Public Works Taxpayer’s I.D. No. 95-430-1844 Acting Director of Administrative Services Risk Manager Attachments:EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF PROJECT & TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 971022 [at 007~301 13 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1189) STATE OF CALIFORNIA ) ) SSo COUNTY OF LOS ANGELES ) On October 27, 19571997’ before me, the undersigned, a Notary Public in and for said County and State, personally appeared Michael P. Meyer ....., personally known to me or proved to me on the basis of satisfactory evidence to be the person(~ whose-name(s) is/ar~ subscribed to the within ,instrument and acknowledged to me that he/~y executed the same in his/~r~~ authorized capacity(ies), and that by his/~r signature(~) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Comm. Signature of Notary Public 14 971022 lac 0071301 EXHIBIT A A.General Information City nf Pain Altn The Traffic Control Safety Devices Project provides for upgrades and improvements to antiquated bridge railings and guard railings on Alma Street, on East Bayshore and West Bayshore Roads, and on San Antonio Road at Highway i01, as well as at several areas throughout the City. .. This Request for Proposals is seeking the services of a qualified and experienced firm to provide the following work: evaluating the safety value of existing roadside barriers, recommending the most cost effective way to improve the roadway safety, preparing construction plans and specifications, preparing a conStruction-cost estimate and construction schedule, providing bidding assistance,-providing construction- management services, and attending meetings. B. Scope of Work in general, the Work of this project consists of the following tasks: Task 1 The Consultant shall conduct a sitevisit to thoroughly examine existing conditions at locations listed a. through d..under Task 2. Task 2.The Consultant shall evaluate the safety value Of the existing roadside barriers at the following locations: a. Alma Street, southbound, from Homer Avenue to san Antonio. Road, excluding overcrossings at Embarcadero Road and Oregon Expressway, and the undercrossing at San Antonio Road Alma Street, both sides, at overcrossings of University Avenue, Embarcadero Road, and Oregon Expressway and at the portion of ¯ the San Antonio Road overcr0ssing structure within the city limit ¯c.On San Antonio Road structure crossing Highway 101 Selected locations at West and East Bayshore Roads: i. West BayshoreRoad from 100 feet South of Oregon Expressway along 120 linear feet of existing guardrail. ii.West Bayshore Road at end of existing freeway soundwa!l 100 feet South of Amarillo Road iii.West Bayshore Road at existing guardrail at poles on East side opposite Colorado Road iv.West Bayshore Road at Matadero Creek v.West Bayshore Road at Adobe-Barron Creek vi.East Bayshore Road at Matadero Creek ~ity nf p;dn ~ltn vii. East Bayshore Road at Adobe-Barron Creek Task 3 Task 4 Task 5 Task 6 Task 7 Task 8 Task 9 The Consultant shall make recommendations for removal, upgrading, replacement, relocation, or construction of barriers based and/or railings upon the evaluation in Task 2. Recommendations shall also include cost effective alternatives while achieving a balance between the safety requirements and economic constraints. The Consultant shall, basedon the recommendations adopted by the City, prepare construction documents including drawings, technical specifications, cost es.timate, and construction schedule. The Consultant shall attend four (4) meetings: one kick-off meeting including a visit to verify current site conditions and to identify specific areas needing attention; two additional meetings during the course of the project; and a pre bid meeting. The Consultant shall reproduce and-submit drawings, technical specifications, cost estimates, construction schedule,-and bidders list to City staff for review and approval as follows: 30% completion submittal: 5 copies 70% completion submittal 5 copies 95% completion submittal:5 copies Final submittal: 12 hard copies of all submittals plus the following additional copies: .Documents: one copy in WordPerfect 6.1 on 3.5" floppy diskette SDreadsheets: one copy in Excel 5.0 or Lotus release 5 On 3.5" floppy d~skette Drawings: one copy in AutoCAD V12 on 3.5 floppy diskette o The Consultant shall prepare and conduct a presentation, complete with appropriate documents (drawings and cost estimates, etc.) to the Architectural Review Board (ARB) if necessary. The Consultant shall provide assistance to the City during the construction contractor bidding process, including preparing the bidders list, attending one pre-bid meeting, answering bidders’ questions during the bid period, and preparing addenda as necessary. The Consultant shall provide services during construction including City nf Pnln Alfr. attending 12 progress meetings at the site, answering Requests for Information and Clarification, reviewing and approving submittals of materials and products by the contractors. Traffic Control Safet~ Devices Cit~ of Pal0 Allo SCI~IEDULE We concur with the time frame specified in the RFP. Our understanding is that the City desires to complete the PS&E within a lO0-day schedule. We have available manpower and resources to perform the scope of work and to complete the project within the schedule shown on the following page. MeyerLMohaddes Associates I~_9.ne. Traffic Control Safety Devices 1.PROJECT UNDERSTANDING The goal of this project is to provide improved roadside traffic control safety devices on several streets and areas throughout the City of Pale Alto. Specifically, the project.will evaluate existing conditions and recommend improvements to antiquated bridge railings and guard railings on Alma Street, on East Bayshore and West Bayshore Roads, and on San Antonio Road at Highway 101, as well as.at several other areas within the City. Figure 1 shows the approximate work locations. Our general approach to accomplish the goal of the project is to work closely with City’ staff to systemically follow the methodology depicted below. We concur with the work elements stated in the RFP. Detailed scope of work is presented in Section 2. Evaluate Existing Roadside Barriers Develop Alternative Improvement Treatments Identify Most Cost-effective ,, Alternatlvo~ Prepare PS & E on City-sele¢tad Alternative Improvements Provide Construction _. Assistance General Approach Meyer, Mohaddes Associates, Inc. 1 I)RAVN BY, JVC I)AI[, 9/2/97 CHEC’D BY’, DATE: SCALE, ]°=co000’ Indic~±es ~pproxlm~±e work [oc~±ions TRAFFIC CONTROL SAFETY DEVICES VI.CINITY HAP City oF Palo Alto APPROVED BY: PE NO. DATE: FIGURE I Traffic Control Safety ~evices 2. SCOPE OF WORK The following scope of work is prepared based on our review of the RFP, discussions with City staff, our familiarity with the project area, our extensive site visits, and our experience on similar projects. This work scope will serve as a starting point for discussion with the City in our kick-off meeting. We are open to refining the work plan, proposed schedule, and fee estimate, if needed. During our kick-off meeting, we will refine the specifics of the scope of work and detail the schedule, Other technical as well as administrative matters will be discussed as appropriate. During this meeting, we will also plan for and schedule other project meetings (Task 5). Additionally, we will request ¯ available information, such as history of accidents at or in the vicinity of the project locations, as-built plans, the City’s GIS system, specific issues, etc. Task 1. Field Review Objective: To assess existing conditions at project locations. We will conduct a thorough site visit to provide a good knowledge of the current conditions for decisions " on subsequent task elements. Specifically, we will perform the following activities: .0 ¯ Field visit the project locations to examine the conditions of existing roadside barriers and: other safety control devices. Any deformations in existing devices caused by errant vehicles strikes will be noted. .- - --,. _.~. Identify and document specific areas needing attention. The issues regarding the age of existing devices, their effectiveness in meeting new safety requirements, and accidents which have been experienced at project locations at or in the vicinity of these loe.ations, will be. identified and-documented. MMA has direct knowledge of the City’s street ne!,ork and has performed a preliminary field investigation of the project locations along Alma Street, San Antonio Road and West and East Bayshore Roads. Several deficiencies have been identified during this preliminary site visit. A few examples are depicted on the following pages: Meyer, Mohaddes Associates, Inc. Traffic Control Safem. Devtces Short guardrail on Alma Street - Usually, sl~ort lengths of roadside barriersare-discouraged. Where needed in two or more closely spaced locations, barriers should be continuous. Non-standard guardrail on Alma Street - New guardrail may need to be designed to comply with AASHTO and Caltrans standards [see Task 2 and Task 3]. Meyer, Mohaddes Associates, Inc. Trajfic Control Safe~. D~ dces City of I~alo Alto Alma Street looking north - Structure at Universih/Avenue is -.close to travelway. West Bayshore Road - Soundwall end is close fo roadway. Meyer, Mohaddes Associates, Inc. 5 Traj~c Control Safet3., De~,~ces City of Palo Alto Bridge Barrier on San Antonio Road structure crossing Highway 101 - Looking south. Bridge Barrier on San Antonio Road structure crossing Highway 101 - Looking north ..... Meyer, Mohaddes Associates, Inc. Trajfic Control Safe~’ D~vices City of ~Io Alto Guardrail on East Bayshore Road at Matadero Creek. Guardrail on West Bayshore Road at Matadero Creek. Meyer, Mohaddes Associates, Inc. 7 Traffic Control Safe& Devtces Alma Street - Repeated roadway overlays have reduced the original curb height. Alma Street at Oregon Expressway Undercrossing - Rail over structure is close to the travel lane. Meyer, Mohaddes Associates, Inc. 8 Traffic Control Safety Dc¢ices City of Palo Alto Curb along Alma Street - There are several locations on Alma where short and. high curbs are installed. Curbs should not be used as a roadside safety l~arrier. They are normally used for drainage purposes, but may supplement safety devices in special locations. No curb, no roadside devices on portions of Alma Street. Evaluation should be made to examine the needs for new roadside safety devices. Meyer, Mohaddes Associates, Inc. Traffic Control Safety Devices City of Palo Alto Task 2. Evaluation of Existing Conditions Objective: To assess existing conditions at project locations. General Considerations Traffic barriers are used to minimize the severity of potential accidents involving vehicles leaving the traveled way-where the consequences of errant vehicles striking a barrier-are less than leaving the roadway. Because barriers are a source of accident potential themselves, their use should be carefully considered. The term "traffic barriers" refers to longitudinal barriers and crash cushions. Longitudinal barriers function primarily bey redirecting errant vehicles. Crash cushions function primarily by decelerating errant vehicles to a stop or by redirection. Longitudinal barriers are generally denoted as one of three types: flexible, semi-rigid, or rigid. The major differences between the types is the amount of barrier deflection that takes place when the barrier is struck. Evaluation of the roadside environment entails six options: (1) remove the obstacle or redesign so it can be safely traversed; (2) relocate the obstacle to a point where it is less likely to be struck; (3) reduce impact severity by using an appropriate breakaway device; (4) redirect a vehicle by shielding the obstacle with a longitudinal traffic barrier and/or crash cushion; (5) delineate the obstacle if the above alternatives are not necessary; and (6) no action. The objective of barriers is to enhance safety. Short lengths of roadside barriers are discouraged. Where " needed in two or more closely spaced !ocations, barriers should be continuous. Barriers should be located beyond the edge of the shoulder to insure that use of the full shoulder width is possible. The fill .~upporting the barrier must be sufficiently wide to provide lateral support. Roadside barriers should be aligned with the bridge rail and properly secured to the bridge to prevent the possibility of a vehicle striking the barrier and snagging or colliding with a bridge rail or curb. Proper treatment of the exposed end of the barrier is also important. The untreated or square approach end of a barrier presents a formidable roadside obstacle. Ends may be buried, covered with a mound of earth, flared back, or protected with a crash cushion an approved crash tested terminal. Buried barrier ends should. be designed to minimize ramping of impacting vehicles. AASHTO Roadside Design Guide and Caltrans Traffic Safety Systems provide sources for developing a set of criteria for evaluating the adequacy and/or deficiency of the existing roadside barriers on or at project locations. Having in mind the general considerations stated above, and a history of incidents/ accidents on project corridors, we will develop the criteria for the evaluation of the safety values of the existing conditions at the loca~iom listed below: 1.Alma S~reet, souflabound, from Homer Avenue to San Antonio Road, excluding overcrossings at Embarcadero Road and Oregon ExpressWay, and the undercrossing at San Antonio Road. Meyer, Mohaddes Associates, Inc. I0 Traffic Control, Safety Devices City of Palo Alto. Product: Alma Street, both sides, at overcrossings of University Avenue, Embarcadero Road, and Oregon Expressway and at the portion of the San Antonio Road_ overcrossing structure within the city limit. On San Antonio Road structure crossing Highway 101, Selected locations on West and East Bayshore Roads: ii. 111. iv. V. vi. vii. West Bayshore Road from 100 feet south of Oregon Expressway along 120 linear feet of existing guardrail. West Bayshore Road at end of existing freeway soundwall 100 feet .south of Amarillo Road. " West Bayshore Road at existing guardrail at poles on east side opposite Colorado Road. West Bayshore Road at Matadero Creek. West Bayshore Road at Adobe-Barron Creek. East Bayshore Road at Matadero Creek. East Bayshore Road at Adobe-Barron Creek. The product of this task will be summarized in a table showing various elements of each location and evaluation criteria assigned to each location. The summary table will contain, at a minimum, the following information: Loc~ition Type-of barrier Age of"t:~.rier Damage to barrier Physical characteristics Function and conformity with AASHTO, Caltrans standards Accidents during last five years Features in the vicinity of the barrier Evaluation criteria Replacement cost Upgrade cost Other Task 3. Recommendations Objective: To develop and finalize improvement elements. Utilizing the evaluation criteria identified under ec-c,-izn-,.zclcc, r,.;,ralzi,s, we will generate recommendations for improvements. Recommendations for each location .will be for removal, upgrading, replacement, relocation, or construction of barriers based and/or railings. Meyer, Mohaddes Associates, Inc, 11 Traffic Control Safety Devices City of Palo Alto A comprehensive cost-effective analysis will be performed for each location and for each alternative utilizing life-cycle and present worth approach.The objective will be to achieve a balance between safety requirements and economic constraints. A preliminary list of recommendations will be submitted to the City. This list will be refined by including the City’s comments and further revaluating the effectiveness and associated cost of each alternative. The product of this task will be used for developing fine PS&E. It will be in report format, describing the evaluation process, analysis and final implementation plan. The report will also include a proposed schedule for implementation of the recohamended improvements. Tasks 4 and 6. Construction Document Objective:To provide a complete, detailed and constructable plans, specifications and ~ngineering estimate (PS&E) document with all necessary approvals and permits. Upon approval of the improvement recommendations prepared during Task 3, the plans and specifications for various components of each improvement location will be prepared. The primary elements of- design may include: *-curb *longitudinal barriers -- .’..-flexible system .:.-r._~. -semi-rigid system -rigid system median barriers structural guardrails other roadside design modifications required safety signs/striping ¯ ¯ The specifications and engineering estimates will address all requirements and standards by AASHTO and Caltrans. The PS&E development process will include preparation of construction documents at 30 %, 70 %, 95 % and Final progress states, and City review at each stage with a vigorous quality control during the PS&E development process. Design Field Survey The first Order of work with this task will be% detailed field investigation of the locations of recommended and approved improvements. This investigation will focus on: Construction methods for traffic control during construction Locations with respect to maintenance access Location of electrical Service, if needed Meyer, Mohaddes Associates, Inc. 12 Traffic Control Safety Devices City of Palo Alto Project Base Sheets We will prepare project base maps, showing utilities if impacted, at 1" =20’ scale for each location. We anticipate using the City’s GIS system to provide base plans suitable for this project. Some surveying may be needed to locate features and set control. 30%, 70%, and 95% completion PS&E We will prepare 30%, 70% and 95% plans, specifications, and estimates for review and approval. The PS&E will be prepared in conformance with the current applicable Caltrans’ Guide for Submittal Of Plans, Specifications, and Estimates; Standard Plans and Standard Specifications; and the City standards as approved during Task 3. Final Submittal The 95 %PS&E will be updated in response to the City’s comments and Submitted for a final check and approval prior to the printing of the sets for bidding. Design plans, special provisions, cost estimate, quantity calculations and construction schedule will be finalized. Design plans will be submitted in AutoCAD format. Product:We will reproduce and submit drawing, technical specification, cost estimates, construction schedule, and bidders list to City staff for review and approval as follows: 30% completion submittal: 5 copies 70% completion submittal: 5 copies 95% completion submittal: 5 copies Final submittal: 12 hard copies of all submittals plus the following on 3.5" diskette: Documents: one copy in WordPerfect 6.1 format Spreadsheets: one copy in Excel 5.0 format Drawings: one copy in AutoCAD V12 format Task 5. Meetings Objective: To coordinate the project development process. We will attend four (4) meetings: one kick-off meeting including a visit to verify current site conditions and to identify specific areas needing attention; two additional meetings during the course Of th~p~6jeet; and a pre-bid meeting. Product: Meeting notes stating discussions made, and an action item list. Meyer, Mohaddes Associates, Inc. 13 Traffic Control Safety Devtces City of Palo Alto Task 7. Presentations Objective: To present findings and design improvement alternatives. We will prepare and conduct a presentation, complete with appropriate documents (drawings and cost estimates, etc.) to the Architectural Review Board (ARB). Product: Presentation responses and input. -- Tasks 8 and 9. Construction Assistance Objective: To assist the City during bidding and construction oft.he designed improvements. We will be available during the construction contractor bidding process, including preparing the bidders list, attending a pre-bid meeting, answering bidder’s questions during the bid period, and preparing addenda as necessary. The activities associated with assisting the City during construction are expected to consist of the following items: ¯ P~oduct: Representatives from MMA will participate in 12 progress meetings at the site. -We will answer Requests for Information (RFI) and clarify the reques(ed items We will review all shop drawings, specifications and sample devices. In cases where the ~-~bmittals do not meet the specificatigns, we will w.ork with all involved parties to determine an appropriate course of action. Documentation of the above services, for the City’s project file. Meyer, Mohaddes Associates, Inc. 14 Meyer, Mohaddes Associates, Inc. ¯ EXHIBIT B STANDARD FEE SCHEDULE STAFF LEVEL Principal Associate Principal Senior Engineer/Planner Engineer/Planner Associate Engineer/Planner Assistant Engineer/Planner Technical Support/Editing Computer Aided Drafting Support Word Processor Graphics Support HOURLY RATE $1 I0- 145- $100- 125 $ 80-110 $ 65- 90 $ 60- 80 $ 50- ~0 $ 25- 50 $ 35- 6o $ 30- 45 $ 35- 60 Standard Terms and Conditions Invoices are due and payable within 30 days of date of invoice. Invoices outstanding over.:30 days will b.e assessed a 1 ¼~" percent service charge not~o-~" exceed the maximum allowable by law, for each 30 days outstanding beyo.nd the initial payment period. Project expenses will be billed at cost plus 10 percent for service and handling. -Expenses include project-related costs, such as computer charges, subcontractor services, postage/delivery service, reproduction, transportation, and subsistence. Effective through January 1, 1998. Traffic Control Safety DeviCes City of Palo Alto Level of Effort Krupka i Mogharabi 1. Site Visit 2. Evaluate Existing Conditions 3.Recommendations for Improvements 4.Plans, Specifications and Estimates (PS&E) 5. Meetings 6. Design Plans . (included in Task 4) 17.~ Presentation to ARB 18, Assisting During Bidding 9, Services During Construct!9n lO 20 lO 30 60 12 4 lO lO 36 Project Engineers .G. ;’ .~.M.. Orayson Zachariah 5 10 8 2O lO 60 20 Hagerty I0 I0 Support QC.-. ToIal 15 30 2 20" 10 60 10 180 12 0 4 20 86 Meyer, Mohaddes Associates, Inc. Certificate of Insurance Agency Name and Address: Pro~essional Practice Insurance Brokers, Inc. 250 Newport Center Drive, Suite M-106 Newport Beach, California 92660 714.729.0777 Fax 714.729.0770 Insured’s Name and Address: MEYER MOHADDES ASSOCIATES, INC. 900 Wilshire Boulevard, Suite t200 Los Angeles, California 900~7 EXHIBIT THIS CERTIFICATE IS ISSUED AS A MAI-rER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED THE POLICIES LISTED BELOW. ¯Companies Affording Coverage Company A - American Motorist Insurance Company Company B -- Continental Casualty Company COVERAGES: THI’S IS ~I’O "CERTIFY THAT POLICIES OF INSURANCE LISTED SELOW 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 P(~LICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. CO. LTR. A A A POLICY NUMBER -TYPE OF INSURANCE GENERAL LIABIL’ITY CommL Gen. Liability [ ] Claims Made [ X ] Occurrence Independent Contractors Contractual BFPD AUTO LIABILITY Any Automobile All owned autos Scheduled autos Hired autos Non-owned autos Garage liability EXCESS LIABILITY Umbrella Form Other than Umbrella Form WORKERS’ COMPENSATION AND EMPLOYERS’ LIABILITY PROFESSIONAL 7JW235177-00 7JW235177-00 7CW235177-07 POLICY EFFEC. DATE 03/t7197 03117197 09101197 POLICY EXPIR. DATE 03117198 03117198 09101/98 LIMITS General Aggregate $2,000,000 Products-Com/Ops Agg.$2,000,000 Personal &Adv. Injury $1,000,000 Each Occurrence $1,000,000 Fire Damage (any one fire)$ 100,000 Other $ Combined Single Limit Bodily Injury (per person)$ Bodily Injury (per accident)$ Property Damage $ Each Occurrence Aggregate ,, Statutory Limits: Each Accident Disease-Policy Limit Disease-Each Employee B - AEN113844112 03/17197 .....03117198 EACH CLAIM $1,000,000 $ $ $1,000,000 $1,000,000 $1,000,000 $1,000,000 LIABILITY AND AGG ,REGATE $1,000,000 Description of Operations/Locations/Vehicles/Restrictions/Special Items: All operations of the Named Insured including Project: Traffic Conrol Devices ADDITIONAL INSURED / PRIMARY ENDORSEMENT A’f-FACHED - GENERAL LIABILITY ONLY Certificate Holder: CITY OF PALO ALTO PURCHASING & CONTRACT ADMIN 250 HAMILTON AVE PALOALTO CA 94301 THE AGGREGATE LIMIT IS THE "I’OTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY FOR ALL OPERATIONS OF THE INSURED. CANCELLATION: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MA, L 3B DAYS’ WR,TI"EN NO’I’ICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.EXCEPT ,F CANCELLED FORNON PAYMENT OF P REMIU~,,~ NOTIC.~"~IVE N. Authorized Representa-~t~e.’~’~, D..a~e/: (~9’~97 . Diana Cornwell ~!’J~~ ARCHITECTS AND EN~iNEERS PROGRAM ENDORSEMENT THIS .ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: ÷1. The following provision is added to paragraph C, WHO IS AN INSURED, in the Liability Coverage Form: The person(s) or organization(s) here named, required by a written contract to be named as an insured (called "additional insured") is an insured, but, only with respect to liability arising _out of your premises or "you~ work" for the "additional insured". ¯ THE CITY OF PALO ALTO, its officers, employees and agents 2. W~th respect to the insurance afforded these "additional insureds", the following additional provisions apply: Ao The limits of insurance provided on behalf of the "additional insured" are not greater than those required by such contract. In no event shall the limits of insurance in this Coverage Form be increased by such contract. .Primary CoverageW~th respect to claims arising out of the operations of the N~med Insured, insurance as afforded bythis policy is primary and is not additional to or contributing with any other insurance carried by or for the benefit If the Additional Insureds. Cross Liability Clause-The naming of more tha.n one person, firm or corporation as Insure~ds under this policy shall not, for that reason alone, extinguishany rights of the Insured against another, but his endorsement, and the naming of multiple Insureds, shall~not increase the total liability of the Company under this policy. Do Notice of Cancellation 1. If we. cancel this policy for any reason other than non-payment of premium, we will mail written notice at least 30 days before the effective date of cancellation to the Additional Insured on filewith the Company. 2.If we cancel this policy for non-payment of premium, we will mail written notice at least 10 days.before the effective date of cancellation to the Additional Insureds on file with the Company. Nothing herein contained shall vary, alter or extend any provision or condition of t~e Policy other than as above stated. NAMEDINSURED:MEYERMOHADDES & ASSOCIATES POLICY NO:7JW235177-00 This Endorsement becomes effective: 10-28-97 AMERICAN MOTORIST INSURANCE COMPANY A u t h ~’~i z e’~gn~ut"e:DIANA CORNWELL ISSUED: 10129197 BP 86 04 (ED,’10 90)Printed In U.S.A. EXHIBIT D AFFIRMATIVE ACTION GUIDELINES SECTION 00820 COMPLIANCE REPORT Non-Discriminatlon Provisions of Palo Alto Contracts IMPORTANT This report must be completed by prime contractor and each subcontractor. ¯ Complete.all items unless otherwise instructed. Use extra sheets if necessary. SUBMIT ORIGINAL OF THIS REPORT DIRECTLY TO: ¯Traffic _Con~ro,l Safety Project Devices Fro3ect Name of Firm Meye.r, Mohaddes Associates Manager of Purchasing Civic Center 250 Hamilton Avenue Palo Alto, CA 94301 Telephone . . (65n) Name of person preparing form, person to contact. Michael’ p. Meyer Ext.# Circle One: Prime Contractor Subcontractor PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820..4 AFFIRMATIVE ACTION GUIDELINES SECTION 00820 Part I Complete the Following: Description: 1. Full name "and address of firm or other reporting unit covered by this report. 2. Name and address of principal official or manager. 3. Name and address of principal office., of company. 4. Name and address of parent company if affiliated corporation. 5. Name and address of prime contractor (complete only if this is a subcontractor’s report. 6. Signature and title of authorized representative. Type or Write i.n Here: Meyer, Mo~a~es Assocza~es One Waters Park Drive, Suite San Mateo, CA 94403 - 210 Paul Krupka . Same as above Meyer, Mohaddes Associates 900 Wilshire Blvd.,#1200 LA,CA 90017 N/A N/A TITLE: Principal DATE: October 28, 1997 Part It---Policy Information Attach a statement of your company’s policy on equal employment opportunity to all persons without regard to race, creed, ~olor, national orlgin,~ or ancestry, "and describe what steps have been taken to put this policy into effect. Part Ill--circlethe Proper Answer. Have you informed company officials and representatives regarding the non- discrimination provisions of City of Palo Alto Contracts? Have ¥o’u-examined your company’s practices regarding assignments, layoffs or transfers of your employees from one job to another for evidence of a practice or employment pattern that might appear to be discriminatory and based upon sex, race, color, ancestry, religion, national origin or disability? Are they non-discriminatory? PURCHASINGADMINISTRATION: Affirmative Action SECTION 00820-5 AFFIRMATIVE ACTION GUIDELINES SECTION 00820 Do you have educational or training programs sponsored, or financed for the benefit of employees or prospecti~ve employees. a ......How many people participate in these programs? b..How many are minorities? Does your employment advertising state you are an equal opportunity employer? Are any apprentices obtained from sources outside the employer’s work force? If yes, have you circulated information about apprenticeship openings or opportunities to the following. ~No No No No State Employment Offices Newspapers or other media High Schools, including those in minorit~ group areas. Local trade or vocational schools, including those with minority group students. Agencies or orgar~izations specializing in minority employment. Federal or State apprenticeship ,representatives. Who? Others [,~eal C.o] l ~_o~ and Universities If you are a prime contractor, have all subcontractors covered by these compliance inspection reports been instructed as to their contractual obligations relating to non-discrimination provisions of City of Palo Alto Contracts? Explain No subcontractors for this project Have all recruitment sources been advised that all qualified app’licants will receive consideration for employment without regard to sex, race, color, ancestry, religion, national origin, or disability? Identify (names and addresses) the employment agencies, personnel recruitment organizations, newspaper advertising or other non-union sources from which the company Pecruits its personnel. ,,,~TE,J0urnal,,,,Wash!n~ton, DC Western ITE, Boulder, CO Part IV--Union/Crafts Information 1. Ye~"~ Have you a collective bargaining agreement with a labor union or other PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-6 AFFIRMATIVE ACTION GUIDELINES SECTION 00820 organization? If yes, specify the Union(s) or organization(s) 2. Yes No Have you advised the labor union and/or worker organization of the company’s responsibility under the non-discrimination provisions of City contracts. N/A Approximately what percentage of your employees covered by union agreements are referred by or hired through the unions? - Explain proced~Jre for hiring balance. 4. Yes No 5. Yes No 6. Yes No Does the c0mpaqy’s collective bargaining agreement or other contract or undei’standing with a labor union (or unions) or other worker’s organization include a provision for non-discrimination in employment? N/A Is there any labor union or worker’s organization policy’which prevents you frown fulfillingyour obligations under the non-discrimination provisions of City contracts? If so,specify. N/A Specify the _trade(s) or craft(s) invol’ved in this contract. N/A o Use this space for comment on any answers you have supplied. Note: In compliance with the.Americans with Disabilities Act (A.DA) of 1990, this document may be provided in other accessibleformats. For information, contact: Fred Herman, ADA Director, City of Palo Alto (415) 329-2550 (voice) or (415) 328-1199 (TDD). PURCHASING ADMINISTRATION: Affirmative Action SECTION 008:~0-7 SECTION 00820AFFIRMATIVE ACTION DATE:OCtober 28, 1997 RACIAL MAKEUP OF REPORTING UNIT Name of Firm Meyer,,,Mohaddes A, ssociates Submitted by Michael Project Name Contract #, _~_~:tl, _n==;,ic=_o ,,,,]Project (Indicate only for monthly report, No. 3) Three types of breakdown are required. This form is used forall three. (Check--v’) ~[ -1-Permanent makeup Of company. I"1 -2-Estimated makeup for this project. [] -3-Monthly report for, 19__. Submit once per month for duration of project. 1 = Permanent.2 = Estimate for project.-3 = Monthly only. Be sure to include aJl employees in first column, not just minorities. Nos. 1-and 2 below are .,, requir.ed to be filled in and submitted with Compliance Report. Category = Management Professionals Clerical-Office Field Superv]=or 1 2 2 2 23 5 5 1 3 1 2 3 5 1 2 3 t I0 2 3 1 2 3 1- 2 -3 1 1 1 1 Skilled, List: Unskilled - List: Total of. Above:30 8 7 2 1 i0 3 2 2. The data below should also be included in the categories above. This is for On Job Training=, a.White Collar b.Production This report must be completed by contractor end each subcontractor. The term "Spanish Surnamed" include= all per=ons of l~,~laxJcan, Puerto Rican, Cuban, Latin American or Sper~sh origin. Report only employees enrolled.in formal on-the-job training programs. END OF SECTION PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-~ Meyer, Mohaddes Associates, Inc. MEYER, MOHADDES ASSOCIATES AFFIRMATIVE ACTION EQUAL EMPLOYMENT OPPORTUNITY PROGRAM POLICY: Summary~ It is the policy of Meyer, Mohaddes Associates to provide equal opportunity .to all persons without regard to age, race, color, religion, sex, sexual Orientation, national origin, mental or physical handicap, marital status, or AIDS or any AIDS-related condition. The firm will continue to assure that applicants are recruited and hired, and that employees are treated during their employment without regard to their age, race, religion, sex~- color, sexual orientation,~ national origin, mental or physical handicap, marital status, or AIDS or AIDS-related condition. Equal opportunity and equal consideration will be afforded to all applicants and employees in personnel actions which include recruiting and hiring, selection for training, promotion, fixing rates of pay or other compensation, transfer and layoff or termination. It is the firm’s intention in the implementation of this policy to assure employment opportunities for members of minority’groups and t.o provide a framework for minority group recruiting, hiring and upgrading at all job levels. complete copy of the AA/EEO Program is available upon request. Meyer, Mohaddes Associates, Inc. MINORITY UTILIZATION WORK FORCE PROFILE Caucasian Black Hispanic Asian Native American M Executives/Managers 2~ (Licensed Engineer.s) Licensed Professional 7 Engineers/Surveyors/ Architects Other Technical/ 2 Professional Office/Clerical Total 11 Percent of Total 39 Total California Workforce F M F M F M F M F M F 1 I 5" 4 4 2 1 1 I 3 2 2 1 5 tLicensed Engineers 11 7 7 4 18 14 21 7 8 6 1 4 18 10 64 36 2/97