HomeMy WebLinkAbout2003-08-04 City Council (21)@ City of Palo Alto
Cit k,Manager’s Re
TO: HONO~LE CITY COI.FNCIE ’~-~-~~
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:AUGUST 4, 2003 CMR:348:03
SUBJECT:APPROVAL OF CONTRACT WITH TRS CONSULTANTS IN THE
AMOUNT OF $284,500 FOR CONTRACTING OUT CONSTRUCTION
MANAGEMENT SERVICES FOR THE EMBARCADERO ROAD
BICYCLE/PEDESTRIAN BRIDGE AND PATH EXTENSION
(CAPITAL IMPROVEMENT PROGRAM PROJECT PE93101/19310)
AND HOMER AVENUE CALTRAIN UNDERCROSSING PROJECT
(CAPITAL IMPROVEMENT PROGRAM PROJECT PE01021/10121)
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute a consultant contract with TRS
Consultants (Attachment A), in the amount of $284,500 to supplement staff by
providing construction administration services for the Embarcadero Road
Bicycle/Pedestrian Bridge (Embarcadero/Bridge/Path) and Path Extension and the
Homer Avenue Caltrain Undercrossing (Homer Undercrossing) projects. Of this
amount, $84,500 will be applied to construction management for the Embarcadero
Bridge!Path and $200,000 for the Homer Undercrossing.
BACKGROUND
A construction contract to build the Embarcadero Road Bicycle/Pedestrian Bridge and Bike
Path Extension (Embarcadero Bridge/Path) was awarded to Valentine Corporation on May 5,
2003 (CMR:257:03). This project will construct a bicycle/pedestrian path along the west
side of the Caltrain tracks, from Churchill Avenue to the University Avenue Caltrain Station,
including a bicycle/pedestrian bridge over Embarcadero Road. The new path will be
separated from the train tracks by a fence that will be installed as part of the project. The
project has been a long-planned completion of a key segment of the City’s adopted bikeway
system. The path passes through property controlled by the Palo Alto Unified School District
(PAUSD), Peninsula Corridor Joint Powers Board (JPB) and the Palo Alto Medical
Foundation (PAMF).
The construction contract for the Homer Avenue Caltrain Undercrossing was presented to the
Council on July 14, 2003. The project will address the needs of pedestrians and bicyclists by
CMR:348:03 Page 1 of 4
providing direct access under the Caltrain tracks near the intersection of Alma Street and
H0mer Avenue..The undercrossing will run on a skewed alignment from the west side of
Alma Street at the intersection of Alma Street and Homer Avenue, under the existing double
track Caltrain railroad to the Urban Lane (behind Palo Alto Medical Foundation) bike path
leading to the University Avenue Caltrain Station.
The Public Works Department does not have enough staff to manage the Embarcadero
Bridge/Path project and the Homer Undercrossing, simultaneously, in addition to other
infrastructure projects. In order for all infrastructure work to continue on schedule, staff
requested and received additional State funding that will be sufficient to pay for much of the
construction management and administration needs for both projects.
DISCUSSION
Scope of Services Description
The scope of work to be performed under the contract is for construction management
services. The draft scope of services was reviewed and approved during the 2003-05 Budget
process. Please see Exhibit A of the contract for the complete scope of services. Typically
staff provides construction management services, but there are not enough staff to fully
oversee the Embarcadero and Homer projects and at the same time maintain other project
workloads.
Consultant Selection Process
Summary of Solicitation Process
Proposal Description/Number
Proposed Length 0fProject
Number of Proposals Mailed
Total Days to Respond to Proposal
Pre-proposal Meeting Date
Number of Company Attendees at Pre-
proposal Meeting
Number of Proposals Received:
Company Name
1. Advanced Engineering Design
2. Nolte & Associates
3. Dabri
4. ABA
5. Turner
6. Cg°per’Pugeda
7. TRS Consultants
Range of Proposal Amounts Submitted
Construction Management Services for the Embarcadero Bicycle
Path/Bridge and the Homer Avenue Caltrain Undercrossing
200 work days (Embarcadero) and 360 calendar days (Homer)
14
21
None
N/A
Location (City, State)
Los Altos
San Jose
Martinez
San Francisco
San Jose
San Francisco
San Ramon
$220,000 to $1,500,000
..... selected’for oral interview?
No
No
No
No
Yes
Yes
Yes
The RFP process allows the City to negotiate the price of the work upon selection of the
successful firm.
CMR:348:03 Page 2 of 4
An evaluation committee consisting of staff from the Public Works Department’s
Engineering Division, reviewed the proposals. Three firms were invited to participate in oral
interviews on June 18, 2003. The committee carefully reviewed each firm’s qualifications
and submittal in response to the criteria identified in the RFP.
The selection criteria were:
¯proposal preparation
¯understanding project needs
¯staff experience
¯availability of enough qualified staff to oversee two projects simultaneously
The consultants were given a budget for each project (which was based on the funding
available in each project for construction management services) and asked to state how many
hours of inspection coverage that would be provided for that fee amount.
In order to provide consistency in construction management services and to keep consultant
fees within the project budgets, one consulting firm was selected to assist on both projects.
The two construction sites are adjacent, allowing the consultant’s staff to move between the
sites to oversee whichever project is busiest at the time. Consultant overhead costs and travel
time are also consolidated and staff needs to only train and oversee one consultant firm. TRS
Consultants was selected because its structural inspector has experience with both bridges
and tunnels, and has extensive experience with Joint Powers Board (JPB/Caltrain)
operational requirements and has worked with the Embarcadero Bridge/Path contractor in the
past. TRS also has several other qualified inspectors who can provide project oversight
during night and weekend operations. TRS will supplement staff by providing approximately
four hours per day inspection on Embarcadero Bridge/path and eight hours per day inspection
on the Homer Undercrossing. TRS will also provide weekend and overtime work as needed.
Public Outreach
To keep the community informed about the upcoming construction, staff will prepare
information flyers for both projects and distribute them to residents and merchants located
near the railroad tracks. The flyers will also be posted at the University Avenue Caltrain
Station and j obsite and provided to the Palo Alto Medical Foundation. Copies also be given
to Palo Alto High School for inclusion in its student information packages that are distributed
prior to the start of the new school year. Staff has already met with representatives from Palo
Alto High School, Palo Alto Medical Foundation and others to discuss the start of these new
projects.
RESOURCE IMPACT
Funding for the Embarcadero Bridge/Path construction management services is budgeted in
Capital Improvement Program (CIP) Project PE93010 (formerly Project #19310) budget.
Funding for the Homer Undercrossing construction management services is budgeted in CIP
Project PE01021 (formerly Project # 10121).
CMR:348:03 Page 3 of 4
POLICY IMPLICATIONS
Approval of the contract and contract amendment are consistent with existing City policies.
TIMELINE
The Embarcadero Bridge!path is expected to be completed in March 2004 and the Homer
Undercrossing in August 2004. These dates could be extended due to weather, soil
contamination, underground utility conflicts or other unforeseen conditions that might
delay construction.
ENVIRONMENTAL ASSESSMENT
Embarcadero Road Bicycle/Pedestrian Bridge and Path
The Council in its meeting of August 1, 1994 approved an environmental assessment (94-
EIA-76) for the Embarcadero Bridge!path.
Homer Avenue Caltrain Undercrossing
On April 8, 2002, the City Council adopted the Mitigated Negative Declaration for the
Homer Avenue Caltrain Undercrossing Project, fmding that there is no substantial evidence
that the project would have a significant effect on the environment. This project is subject to
the requirements of the National Environmental Policy Act (NEPA) and was approved by
Caltrans in August 2003 noting no significant impacts.
ATTACHMENTS
Attachment A: Contract
PREPARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
KAR_EN BENGARD
Senior Engineer
GLENN S. ROBERTS
Director of Public Works
Assistant City Manager
CMR:348:03 Page 4 of 4
ATTACHMENT A
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
¯ TRS CONSULTANTS, INC.
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 TRS
CONSULTANTS, INC., a California corporation, located at 5000
Executive Parkway, Suite 310, San Ramon, CA 94583 ("CONSULTANT").
RECITALS :
WHEREAS, CITY desires certain professional consulting
services (~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 De!iverab!es 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.! 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 wil! 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.! CONSULTANT shall provide the Services and
Deiiverables ("Basic Services") constituting the Project, as
described in Exhibit "A", attached and made a part of this
Agreement.
030721 sdl 0100096
2.2 CITY may order substantia! changes in the scope or
character of the Basic Services, either decreasing or increasing
the amount of work required of CONSULTANT. In the event that shch
changes are ordered, subject to the approval of CITY’s City
Counci!, 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 additiona!
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, as described in Exhibit "A", any and
all errors, omissions, or ambiguities in the De!iverables, 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, wil! be performed by CONSULTANT, as
follows: (a) at no cost to CITY insofar as those Services,
including the Basic Services or the Additiona! Services, as
described below, or both, will result in minor or nonbeneficial
changes in the construction work required of the construction
contractor; 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 contractor. The project manager in
the reasonable exercise of his or her discretion wil! determine
whether the Basic Services or the Additional Services, or both,
wil! contribute minor or substantial benefit to the construction
work.
SECTION 3.
CONSULTANT
QUALIFICATIONS, STATUS, AND DUTIES OF
3.1 CONSULTANT represents and warrants that it has the
expertise and professiona! qualifications to furnish or cause to be
furnished the Services and De!iverab!es. CONSULTANT further
represents and warrants that the project director and every
individua!, including any consultant (or contractors), charged with
the performance of the Services are duly licensed or certified by
the State of California, to the extent such licensing or
030721 sdl 0100096
2
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 approva!, prior to execution of
this Contract, a !ist of al! individuals and the names of iheir
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 wil! execute or cause to be
executed, the Project.
3.3 CONSULTANT will assign MIKE CHADWICK as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Project. SYED PASHA wil! be
assigned as the project coordinator who wil! represent CONSULTANT
during the day-to-day work on the Project. If circumstances or
conditions subsequent to the execution of this Contract cause the
substitution of the project director or project coordinator for any
reason, the appointment of a substitute project director or
substitute project coordinator will be subject to the prior written
approva! of the project manager.
3.4 CONSULTANT represents and warrants that it will:
3.4.1 Procure al! 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 Federa!, State of California, and !ocal laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
emp!oyed 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 emp!oyees 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 Deliverab!es.
3.5 Any Deliverables given to, or prepared or assembled
by, CONSULTANT or _us consultants, if any, under this Contract will
become the property of CITY and wil! not be made available to any
individua! or organization by CONSULTANT or its consultants, if
any, without the prior written approval of the city manager.
030721 sd! 0100096
3
3.6 CONSULTANT will provide CITY with three (3) copies
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 De!iverab!es, CONSULTANT wil! 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. Al!
consultants of CONSULTANT will be deemed to be directly controlled
and supervised by CONSULTANT, which wil! 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
emp!oyee or consultant wil! 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, wil! at al! times be considered independent
con~_actors and not agents or emp!oyees of CITY
3.10 CONSULTANT will perform or obtain or cause to be
performed or obtained any and al! of the fol!owing 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 mee~_ng, 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;
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 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.
//
030721 sdl 0100096
4
SECTION 4. DUTIES OF CITY
4.1 CITY will furnish or cause to be furnished the
services 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 approva! 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 CI’TY’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. KAREN BENGARD is designated as the
project manager for the city manager. The project manager wil!
supervise the performance, progress, and execution of the Project,
and wil! be assisted by ELIZABETH AMES, the alternate project
manager.
4.4 if CITY observes or otherwise becomes aware of any
default in the performance of CONSULTANT, CITY wil! use reasonable
efforts to give written notice thereof to CONSULTANT in a timely
manner.
SECTION 5. COMPENSATION
5.1 CITY will compensate CONSULTANT as follows:
5.1~.I in consideration of thefull performance of the
Basic Services, including any authorized reimbursable expenses,
CITY wil! pay CONSULTANT a fee not to exceed Seventy-Six Thousand
One Dollar ($76,001.00) for the services described on Exhibit "A"
relating to the Embarcadero Bridge!Path project and a sum not to
exceed One Hundred Seventy-Nine Thousand Nine Hundred Sixteen
Dollars ($179,916.00) for the services described on Exhibit ’~A"
relating to the Homer Undercrossing project. 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. The fees of
the consultants, who have direct contractua! relationships with
CONSULTANT, wil! be approved, in advance, by CITY. CITY reserves
the right to refuse payment of such fees, if such prior approval is
not obtained by CONSULTANT.
//
030721 sdl 0100096
5.1.2 Consultant’s compensation for Additional
Services shal! not exceed Twenty Thousand Dollars ($20,000) for
additiona! services relating to the Homer Undercrossing project and
Eight Thousand Four Hundred Fifty Dollars ($8,450.00) for
additiona! services relating to the Embarcadero Bridge/Path project
unless such amounts are increased by amendment to this Agreement.
Prior to commencing any Additional Services, City through the
Project Manager and CONSULTANT will agree in writing upon an
estimated maximum cost for such Additiona! Services.
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.
Total compensation under this contract for both basic and
additional services shall not exceed Two Hundred Eighty-Four
Thousand Three Hundred Sixty-Seven Dollars ($284,367.00).
5.1.3 The rate schedule set forth in Exhibit ~B" may
be updated by CONSULTANT only once each calendar year, and the rate
schedules wil! not become effective for purposes of this Contract,
unless and unti! CONSULTANT gives CITY thirty (30) days’ prior
written notice of the effective date of any revised rate schedule;
any such increase shal! not exceed 3.7 percent per year.
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. Fina! payment
will be made by CITY after CONSULTANT has submitted al!
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.
5.2.3 No deductions will b~ made from CONSULTANT’s
compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from payments to genera! contractors.
SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS
6.1 Records of the direct personnel expenses and
expenses incurred in connection with the performance of Basic
Services and Additiona! Services pertaining to the Project wil! be
030721 sdl 0100096
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 fol!owing the
expiration or earlier termination of this Contract.
6.2 The originals of the De!iverables prepared by or
under the direction of CONSULTANT in the performance of this
Contract wil! 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 wil! be
delivered to CITY without additiona! 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, emp!oyees and
agents, from any and a!l demands, claims, or liability of any
nature, including death or injury to any person, property damage or
any other !oss, caused by or arising out of CONSULTANT’s, its
officers’, agents’, consultants’ or employees’ negligent acts,
errors, or omissions, or willfu! 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 wil! 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.
8.2 No payment, partial payment, acceptance, or partial
acceptance by CITY wil! ooerate as a waiver on the part of CITY of
any of its rights under this Contract.
//
//
030721 sdl 0100096
7
SECTION 9. INSURANCE
9.1 CONSULTANT, at its sole cost and expense, will
obtain and maintain, in ful! 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, butalso,
with the exception of workers’ compensation, emp!oyer’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 Guide ratings of
A:VII 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, identica! insurance coverage, naming CITY as an
additiona! 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 wil! 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 professiona! liability
insurance. Current certificates of such insurance wil! be kept on
file at al! times during the term of this Contract with the city
clerk.
9.4 The procuring of such required policy or policies
of insurance wil! not be construed to limit CONSULTANT’s liability
hereunder nor to fulfil! the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONSULTANT will be obligated for the ful! and tota! amount of any
damage, injury, or !oss caused by or directly arising as a result
of the Services performed under this Contract, including such
damage, injury, or !oss arising after the Contract is terminated or
the term has expired.
SECTION i0. WORKERS’ COMPENSATION
!0.I CONSULTANT, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which reauire every emp!oyer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
030721 sdl 0100096
it wil! comply with such provisions, as applicable,
commencing the performance of the Project.
before
PROJECT
SECTION !!. TERMINATION OR SUSPENSION OF CONTRACT OR
II.! 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 wil! 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
Additiona! Services performed and De!iverables received and
approved prior to receipt of written notice from CITY of such
suspension or abandonment, together with authorized additiona! 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 wi~! be subject to renegotiation and, if
necessary, approval of CITY’s City Counci!. 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 wil! receive compensation as fol!ows:
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 Contracz.
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 wil! 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.
030721 sdl 0100096
9
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
wil! deliver to the city manager immediately any and al! copies of
the Deliverab!es, 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.
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 wil! not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approva! of CITY wil! 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
fol!ows:
To CITY:Office of the City Clerk
City of Pa!o 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.CONFLICT 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
030721 sdl 0100096
I0
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 emp!oy 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 wil! be interpreted in accerdance with the applicable
provisions of the Palo Alto Municipa! 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 wil! be made in the emp!oyment 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 Paio Alto Municipa! 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
Federa! and State of California laws covering
nondiscrimination in emp!oyment; and that
[Name of Provider] will not discriminate in
the emp!oyment of any person under this
contract because of the age, race, co!or,
nationa! origin, ancestry, religion,
disability, sexua! preference or gender of
such person."
15.3 If CONSULTANT is found in violation of the
nondiscrimination provisions of the State of California Fair
Emp!oyment Practices Act or similar provisions of Federa! law or
executive order in the performance of this Contract, it wil! be in
default of this Contract. Thereupon, CITY wil! 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
030721 sdl 0100096
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
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.
16.4 In the event that an action is brought, the parties
agree that tria! of such action wil! 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 ora!. 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 wil! apply to, and wil! 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 Contracr or any amendment~ thereto is
030~21 sdl 0100096
12
void or unenforceable, the unaffected provisions of this Cont}act
and any amendments thereto will remain in ful! 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 wil! 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 origina!, 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 Pa!o Alto Municipa!
Code. This Contract wil! terminate without any penalty (a) at the
end of any fisca! year in the event that funds are not appropriated
for the fol!owing fiscal year, or (b) at any time within a fisca!
year in the event that funds are only appropriated for a portion of
the fisca! year and funds for this Contract are no longer
available. This Section 16.12 wil! take precedence in the event of
a conflict with any other covenant, term, condition, or provision
of this Contract.
//
//
//
//
//
//
//
//
//
030721 sdl 0100096
13
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:
Senior Asst. City Attorney
AP P ROVE D:
Assistant City Manager
Director of Administrative
Services
Director of
Risk Manager
Mayor
TRS CONSULTANTS, INC., a
California corporation
Name : Ranjit I. Chakravorti
Title : President
T±tle: Vice President - Public Works
Taxpayer Ident±fication No.
68-0130474
(Compliance with Corp. Code § 313 is
required if the entity on whose behalf
this contract is signed is a corporation.
in the alternative, a certified corporane
resolution attesting to the signatory
authority of the individuals signing in
t~eir respective capacities is acceptable)
Attachments :
EXHIBIT "A" :
EXHIBIT "B" :
EXHIBIT "C" :
EXHIBIT "D":
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM_
030721 sdl 0100096
14
C~TIFICA~ OF AC~~~M~2
(Civil Code § 1189)
)) ss.
)
.On ~]L~i~ ~ , 2003, before me, the undersigned, a
Notary Public inn~a for said County and State, personally appeared
, 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.
WITNESS my hand and official seal.
Public
030721 sdl 0100096
15
~A%TIFTCA~ OF AC~~~2
(Civil Code § 1189)
STATE oF
COUNTY OF
On ~’~J~ ~ , 2003, before me, the undersigned, a
Notary__,__ _ .,~,-- ~Public in aHd for said County and, State, personally appeared
~O~[,t~.~Od~/~i<" ~~ ~. di~u31~ , personally known to
ml ~r 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.
WITNESS my hand and official seal.
9tary Public
030721 sdl 0100096
16
EXHIBIT A
CONSTRUCTION MANAGEMENT SERVICES
For
EMBARCADERO BICYCLE PATH & BRIDGE (CIP 19310)
And
HOMER AVENUE CALTRAIN UNDERCROSSING (ClP 10121)
GENERAL
The Public Works Department, Engineering Division, is interested in obtaining consultant (Consultant)
services to provide on-site construction management (CM) services during construction of two projects
in downtown Palo Alto. The projects, Embarcadero Bicycle Path/Bridge and the Homer Avenue
Caltrain Undercrossing are adjacent to each other. The construction cost for the Embarcadero
Path/Bridge is approximately $1.0 million and the cost for the Homer Undercrossing is $3.4 million.
The construction contracts have been awarded and the need for construction management services is
anticipated to begin in August 2003. CM services would commence at or near the start of construction
PROJECT INFORMATION
Consultant should note that work on both of these projects is adjacent to the Caltrain tracks and is
within the Joint Powers Board (JPB) right-of-way. The JPB does not permit entry onto its property
without previous JPB safety certification. The City will arrange this certification class for the Consultant
selected to provide CM services. The Homer Avenue Caltrain Undercrossing site can be viewed from
Homer Avenue/Alma Street and from Urban Lane (i.e., behind the Palo Alto Medical Foundation which
is located on El Camino Real just south of University Avenue). The Embarcadero Bicycle Bridge and
Path general project area can be viewed from Urban Lane/PAMF where it will connect with the existing
bike path that parallels the Caltrain track. The new bridge site at Embarcadero can be seen from the
Town & Country shopping center located at Embarcadero Road/El Camino Real.
The Homer Avenue Caltrain Undercrossing and the Embarcadero Bicycle Bridge and Path are funded
separately. Payments, correspondence, etc, shall therefore be administered separately for each
project.
Embarcadero Bicycle Path and Bridge
Location & Description: The path connects to an existing bicycle path located on the west side of the
Caltrain tracks, behind the Palo Alto Medical Foundation (El Camino Real, south of University). The
path will cross Embarcadero Road by means of a new bddge and terminate approximately 1 mile later
at Churchill Avenue. The project includes constructing the asphalt concrete bike path, roadside signs,
pavement striping, irrigation systems and lighting. The bridge work to be done consists of constructing
a single span, precast, prestressed concrete box girder bridge with reinforced concrete cast-in-place
deck slab, abutments and piling, approximately 111 feet long and 11 feet wide. Project working hours
are from 8 AM Monday to 6 PM Friday. The bridge portion of this project will include weekend work,
particularly dudng the pile driving.
Design Firm:
Construction Cost:
Contractor:
Construction Start:
HMH Incorporated, Linda Grevera, (408) 487-2200.
$1.0 million
Valentine Corporation, San Rafael, 415-453-3732
June 2003
CITY OF PALO RFP 151887 PAGE t OF 4
Contract Duration: 200 working days
Homer Avenue Caltrain Uncrossing
Location & Description: This project addresses the needs of pedestrians and bicyclists by providing
direct access under the Caltrain tracks near the intersection of Alma Street and Homer Avenue.
Located south of the Caltrain Station and City Hall near downtown Palo Alto, the undemrossing would
allow east-west movement of pedestrians and bicyclists. The undercrossing will run on a skewed
alignment from the west side of Alma Street at the intersection of Alma Street and Homer Avenue,
under the existing double track Caltrain railroad to the Urban Lane (behind Palo Alto Medical
Foundation) bike-path leading to the Caltrain station. Work involved as part of the project shall include
excavation, tree and vegetation removal, grading, relocation of public and pdvate utilities, shodng,
removing and replacing railroad tracks, installation of retaining walls, precast prestressed decking and
abutments supported by soil-cement secant piles, new storm drain and irrigation system, construction
of the bicycle and pedestrian tunnel structure approximately 70 long and 23 feet wide, construction of
tunnel approach and access ramps/landings/steps, placement of directional signs, landscaping,
lighting, installation of crosswalk, new traffic signal improvements and bike path improvements to
create a pedestrian and bicyclist crossing. Work hours within the railroad right-of-way dudng
installation of tunnel structure will occur dudng single and double track closures from 8 AM Monday to
9 PM Friday; 9PM Monday to 4 AM Fdday and 9 PM Fdday to 4 AM Monday.
Design Firm:
Construction Cost:
Contractor:
Construction Start:
Contract Duration:
Nolte & Associates, Chds Metzger (408) 287-3400
$3.4 million
Bid Opening July 2003
August 2003
360 calendar days
SCOPE OF WORK for EMBARCADERO BICYCLE BRIDGE/PATH And HOMER CALTRAIN
UNDERCROSSING
The Consultant shall provide a licensed engineer(s) or other professional(s) with relevant construction
experience to represent the City on-site. If at any time the City is not satisfied with the performance of
the site representative, the City reserves the right to request the Consultant provide a different
individual(s).
CONSTRUCTION MANAGEMENT SERVICES
The following is a list of services that the Consultant shall provide for each project. A separate section
identifies those work items that will be performed by City staff.
¯ Document construction progress with photographs and/or videos in order to establish a
basis for progress payments, claims, etc
¯Coordinate inspections with City Utility Department and the Joint Powers Board
¯ Review and process Requests for Information, Shop Drawings and other contractor
submittals
¯Prepare Extra Work Authorizations for Project Manager consideration
¯Prepare Change Orders for Project Manager consideration
¯Track submittal status
¯Respond to questions from suppliers, subcontractors, merchants or others
¯Prepare daily inspection report and other pertinent construction documentation
¯Review and recommend progress payments.
CITY OF PALO RFP 151887 PAGE 2 OF 4
¯ Prepare and update the project schedule and advise City of schedule impacts and
deviations from project’s critical path
¯ Schedule and conduct weekly construction meeting. Take meeting minutes and provide
copies to attendees. Research and resolve issues that adse at the meetings.
¯ Under the direction of the City Project Manager, work to resolve all contract claim issues
(Stop Notices, bonding, etc).
¯ Coordinate the preparation of record drawings with the contractor and review these drawings
for as-built accuracy.
¯ Consolidate all project files and documentation.
¯ Respond to and coordinate items related to defective work-items that are included in the
project’s warranty period. This may include coordinating the services of Watry Design Group,
contractor or City maintenance staff.
¯ Consultant shall review payment invoices, material tags, etc., for accuracy and make
recommendation for payment. Payment claims shall be forwarded within (10) days of its
receipt by Consultant to the Project Manager.
¯ Meet with staff, design consultant and contractor as needed.
¯ Coordinate on-site services of persons orentities under contract with the City, including
contractor, engineers, lab services, etc.
¯ Coordinate and conduct final inspection, prepare punch list and follow-up with contractor to
ensure completion of punch-list items.
¯ Provide as-needed inspection of structural work during evening hours and on weekends.
¯ The welding inspector will inspect all welded construction elements of the project and
prepare reports as to the approval/disapproval of the welded elements.
¯ The welding inspector will oversee the correction of any deficient welding workmanship
¯ Create and maintain a Caltrans filing system for all project documents
¯ Assist the City in the review of unresolved contractor claims
¯ Prepare the final certification for the completion of the project
¯ Assist in the financial close-out and auditing for the project.
REIMBURSABLES
Consultant’s reimbursable expenses include costs for a vehicle and cell phone. The lease cost for
these items shall not exceed $15,000 and $1,000, respectively without prior written authorization from
the Project Manger. Other potential reimbursable expenses shall not exceed $500 per item without
pdor written authorization from the Project Manager. The mark-up rate for handling and processing
reimbursable items shall not exceed 10 percent of the cost of the reimbursable item.
ADDITIONAL SERVICES
Any unforeseen additional services that may be required in the future are authorized only if approved in
advance in writing by the City. The work scope and fee for these services will be negotiated between
the City and Consultant.
SERVICES PROVIDED BY THE CITY
¯ Small amounts of copying or faxing may be done at the Public Works Department.
¯ Bulk or oversize copying such as plans and specifications will be done via an existing City contract
under a separate budget.
¯ Respond to questions from merchants or residents
¯ Unless otherwise delegated to the Consultant, the City will meet as needed with school officials,
merchants, etc, to discuss the construction schedule, traffic control plans and other issues related to
construction.
¯ Provide office space for Consultant staff
CITY OF PALO RFP 151887 PAGE 3 OF 4
¯ Provide computer, pdnter and miscellaneous offices supplies ( e.g., staplers, telephone, files)
¯ Provide three sets of plans and specifications
¯ Joint Powers Board application for certification that, after successful completion, will allow entry into
the JPB right-of-way
END
CITY OF PALO RFP 151887 PAGE 4 OF 4
Client#: 512 TRSCONSUL
ACO_PJ CERTIFICATE OF LIABILITY INSURANCE
,ROOUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
3ealey, Renton&Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATEHOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND ORP. O. Box 12675 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Oakland, CA 94604-2675
510 465-3090 INSURERS AFFORDING COVERAGE
NSURED
TRS Consultants, inc.
5000 Executive Parkway, Suite 310
San Ramon, CA 94583-4210
INSURERA: Hartford Casualty Insurance Co.
INSURER B: American Automobile Ins. Co.
=NSURERC: American Home Assurance Company
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSUF:~NCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTHE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY COhTG~ACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERT~JN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCHPOLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CL~JMS,
N~iRi POLICYEFFECTWE POLICY EXPIRATIONLTR ~TYPEOFINSURANCE i POLICY NUMBER DATE{.MMJDDPP~ DATEfMM/DDPPf~ I LIMITS
A ! GENERAL LIABILITY 578BALR1000
A ~r.C__O..M~MERC~LGEN .ER~,_L_.~LLL~ILfTY 578BALRI000
I GEN’L AGGREGATE LIM ITAPPLIES PER:
~ POLICY {’~JEcTPRO" ~ LOC
I AUTOMOBILE LIABILITYA ~57UECIG2183
ANY AUTO
L__.~ ALL OWNED AUTOS~SCHEDULED AUTOS
! ~r~ I HIRED AUTOS
~ NON-OWNED AUTOS
~ARAGE LIABILITY
~_~ ~Y AUTO
A {EXCESS L~IU’rY ISTSBALRI000[-~,A iXl OCCUR L_J CLAIMS MADE 1578BALR1000
~D EDUCTIgL~
RETENTION
B WORKERS COMPENSA=ON ~ND WZPS0907573
EMPLOYERS’ LIABILITY
06/01103
] 06/01104
06/01/02 06101103
03/30/03 103/30/04
C !OTHER Professional 6478133 06/01/02
Liability i
BESCPJPT~ON OF OPEPJ.",lOONSILOCATIONEIVEH|CLES/E;XCLUEIONS ADDED BY ENOORSEMENT/SPECLAL PROVISIONS
General Liability policy excludes claims arising out of the performance of professional
services.
06/01/03 06/01/04
06/01/02 06/01/03
07101102 { 07101103
¯ i 06/01/03
EACH OCCURRENCE
F]RE DAMAGE {Any one fire)
MED EXP (Any one person)
PERSONAL & ADV INJURY
GENERAL AGGREGATE
PRODUCTS -COMP/OP AGG
COMBINED SINGLE LJMIT(Ea accident}
BODILY INJURY(Per person)
BODILY INJURY(Per accident)
PROPERTY DAMAGE(Per accideQt)
I AUTO ONLY- EA ACCIDENT
OTHER THAN EA ACC
AUTO ONLY:AGG
,eACH OCCURR~NC~
AGGREGATE
I"
Is1~O00~O00
s300~O00
Isl0,000
sl,000,000
S2~O00:O00
I
s2~O00~O00 .
Sl,000,000 ~
S
$
I~000,000
154,000,000
X l WC STATU-OTH-TORY L MITS ~R
t E.L EACH ACCIDENT I $1,000,000
I’F-L DISEASE - EA EMPL O~Si $1,000,000
}EL DISEASE- POLICY LIMIT i $1,000,000
$3,000,000 per claim
$3,000,000 annl aggr.
CERTIFICATE HOLDER ;, ADOmONALINSURED:INSURERL.~J’TER:
TRS Consultants, Inc.
5000 Executive Parkway, Suite
310
San Ramon, CA 94583
ACORD 25-S (7/97)1 of 1 #M85928
CANCELLATION
SH BULB ANY OFTH E Al= OVE O ESCRIB ED POLICIES B E CAN CELLED B EFORE TH E E~:=IRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TQMAILO.0.____DAYSWRR’TEN
NOTICE TO TH E CERTIFICATE H OLD ER NAM ED TO TH E LEFT, B UT FAILURE TO D O SO S H ALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANYK]NO UPON THE INSURER,iTS AGENTS OR
REP RESENTAT~VES,
AUTHORIZED REPRESENTATIVE
JLN ® ACORD CORPORATION 1988
PART I! - INSURANCE REQUIREMENTS FORM 650
D.DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITYS PRIOR
APPROVAL):
II1.
IV.
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND BIDDER’S SUBMITTAL
OF CERTIFICATES OF INSUPIJ~CE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS SPECIFIED HEREIN.
ENDORSEMENT PROVISIONS. WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES"
A.PRIMARY COVERAGE
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS
AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY
OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES.
CROSS LIABILITY’-:
THE NAMING OF MORE THAN ONE PERSON," FIRM, OR CORPORATION AS INSURES UNDER THE POLICY
SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER,
BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL
LIABILITY OF THE COMPANY UNDER THIS POLICY.
NOTICE OF CANCELLATION
.1.IF THE POLICY IS CANCELED BEFORE ITS EXP!RATION DATE FOR ANY REASON OTHER THAN THE
NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIR ~-’FY
(30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OE
PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN
NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS:
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. SIGNATURE (S)*MUST BE SAME
SIGNATURE (S) ASAPPEAR (S) ON SECTION 300A.
Fin’n:
Signature:
Name:
Signature:
Name:
Ranjit~. Chakr~orti, PE
Rudo!~h Stokol
(Pdnt or type name)
NOTICES SHALL BE MAILED TO:
FERNANDO VELEZ
PURCHASING AND CONTRACT ADMINISTRATION
CITY OF PALO ALTO
P.O. BOX 10250
PALO ALTO, CA 94303.
CITY OF PALO ALTO RFP 151887 PAGE 2 OF 2
CERTIFICATION OF NONDISCRIMINATION SECTION 410
PROJECT:Constructi6n Management Services for the Embarcadero Bicycle Bridge/Path and the
Homer Avenue Caltrain Undercrossing; Request for Proposal (RFP) Number 151887
Certification of Nondiscrimination:
As suppliers of goods or servicesto the City of Palo Alto, the firm and individuals listed below
certify tl’fat they do not discriminate in employment with regards to age, race, color, religion, sex,
national odgin, ancestry, disability, or sexual preference; that they are in compliance with all
Federal, State, and local directives and executive orders regarding nondiscrimination in
emp.loyment
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE (S) BELOW,
Firm:
Signature:
Name:
Title:
Signature:
Name:
Title:
TRS Consultants, Inc.,
~j~ "E’_ Ah~r~vn~ti, PE ....(PRINT OR TYPE NAME)
President
Rudolph Stok~l
(PRINT OR TYP~ NAME)
Chief Financial Officer
Note:The City of Pa/o Alto, pursuant to California Corporations Code Section 313, requires two
corporate officers to execute contracts.
*The signature of First Off~cer* must be one of the following: Chairman of the
Board; President; or Vice President.
**The signature of the Second Officer** must be one of the following: Secretary;
Assistant Secretary; Chief Fi.nancial Officer; or Assistant Treasurer.
(In the alternative, a certified corporate resolution attesting to the signatory
authority of the individuals signing in their respective capacities is-acceptable)
CITY OF PALO ALTO RFP 151887 PAGE 1 OF 1
TRS CONSULTANTS, INC.
FEE SCHEDULE
EFFECTIVE MARCH 1, 2003
EXHIBIT B
Rate Schedule - City of Palo Alto
Embarcadero Pedestrian Bridge Project
CLASSIFICATION
PRINCIPAL
CONSTRUCTION MANAGER
STRUCTURAL INSPECTOR
PUBLIC WORKS INSPECTOR
WELDING INSPECTOR
TRAFFIC ENGINEER
HOURLY RATE (RANGE)
$ 110.00-$ 130.00
$98.00- $ 115.00
$92.00- $110.00
$88.00- $ 104.00
$$85.00- $95.00
$98.00 - $ 110.00
Note:
Above rates include Overhead and Profit
Initial begirming rates, within ranges, are subject to a not-to-exceed
escalation of 3.7% per year.