Loading...
HomeMy WebLinkAboutStaff Report 6885 City of Palo Alto (ID # 6885) City Council Staff Report Report Type: Consent Calendar Meeting Date: 8/22/2016 City of Palo Alto Page 1 Summary Title: Contract with Sierra Traffic for On-Call Traffic Safety Services Title: Approval of Contract C16163335 with Sierra Traffic Markings, Inc in the Amount of $850,000 to Provide On-call Traffic Safety Services, Allowing Them to Implement Minor Roadway Improvements in Response to Community Service Requests From: City Manager Lead Department: Planning and Community Environment Recommendation Staff recommends that Council authorize the City Manager or his designee to execute contract C16163335 with Sierra Traffic Markings, Inc. (Attachment A), for a period of five years in an amount not to exceed $850,000 for On-Call Traffic Safety Services and find the project exempt from the California Environmental Quality Act (CEQA) under CEQA Guidelines Section 15301 (existing facilities). Background The contract for On-Call Traffic Safety Services provides for minor roadway improvements identified in response to community service requests such as sign installations, roadway marking, curb paintings and other miscellaneous safety improvements on an as-needed basis throughout the term of the contract. Since adoption of the Palo Alto 311 service request tracking system in April 2015, the Planning and Community Environment Department has closed-out 169 transportation-related service requests. These community-submitted requests include items such as the installation of new red curb, parking signage, traffic signal timing changes, improvements to school walking and bicycling routes, new crosswalk or pedestrian crossing sign installation, installation of bicycle detection symbols at traffic signals, new conflict markings in bicycle lanes, turn-lane modifications, and traffic calming on local streets. Discussion The City released a Request for Quotes (RFQ) on May 29, 2016, for On-call Traffic Safety Services. Bids were opened on June 21, 2016 and the City received two quotes in response to City of Palo Alto Page 2 the RFQ. The quotes received were competitive and each bidder provided for costs of each task, as defined in the Scope of Work (see attached contract). Staff has reviewed all the quotes submitted and recommends that the quote submitted by Sierra Traffic Markings, Inc. be accepted, and that Sierra Traffic Markings, Inc. be declared as the lowest responsive bidder. The contract for On-Call Traffic Safety Services contractor is essential to the closure of service requests related to roadway signing and striping. The City has verified the Sierra Traffic Marking, Inc. contractor license and has checked with their listed references. The company is in good standing with the State of California. Sierra Traffic Markings, Inc. has experience working in the City of Palo Alto and is familiar with all required City Standards and Specifications, as well as the California Manual of Uniform Traffic Control Devices. Timeline Upon approval of this contract, Sierra Traffic Markings, Inc. will begin to complete work orders issued by the Planning and Community Environment Department. These work orders are issued each month in packages in order to minimize mobilization costs and maximize efficiency. Resource Impact Funding for this contract is available in the Fiscal Year 2017 Adopted Capital Improvement Program (CIP) budget for CIP Project PL-12000 (Parking & Transportation Improvements) and PL-00026 (Safe Routes to School). No additional funding is needed. Policy Implications The City’s Comprehensive Plan recommends that the City strive to accommodate all modes of travel on its street system. This contract is consistent with the following goals and policies: Goal T-4: An efficient roadway network is provided for all users, including motor vehicles, transit vehicles, bicyclists and pedestrians Goal T-6: A high level of safety for motorists, pedestrians, and bicyclists on Palo Alto streets. Environmental Review This contract and associated work qualifies for a Categorical Exemption is recommended under CEQA Guidelines section 15301 (existing facilities). No trees will be removed and all work will occur within the existing public right-of-way. The contract will result in the minor alteration of existing roadways. A Notice Of Exemption will be filed with the County following Council approval. Attachments:  Attachment A: Sierra Traffic Contract C16163335 (PDF) 1 City of Palo Alto General Services Agreement Rev. April 27, 2016 CITY OF PALO ALTO CONTRACT NO. C16163335 GENERAL SERVICES AGREEMENT THIS AGREEMENT made and entered into on the 29th day of August, 2016, by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and SIERRA TRAFFIC MARKINGS, INC., a California corporation, located at 9725 Del Road, Suite B, Roseville, California, 95747, Telephone Number: (916) 774-9080 (“CONTRACTOR”). In consideration of their mutual covenants, the parties hereto agree as follows: 1. SERVICES. CONTRACTOR shall provide or furnish the services (the “Services”) described in the Scope of Services, attached at Exhibit A. Optional On-Call Provision (This provision only applies if checked and only applies to on-call agreements.) Services will be authorized by CITY, as needed, with a Task Order assigned and approved by CITY’s Project Manager. Each Task Order shall be in substantially the same form as Exhibit A-1. Each Task Order shall designate a CITY Project Manager and shall contain a specific scope of work, a specific schedule of performance and a specific compensation amount. The total price of all Task Orders issued under this Agreement shall not exceed the amount of Compensation set forth in Section 5 of this Agreement. CONTRACTOR shall only be compensated for work performed under an authorized Task Order and CITY may elect, but is not required, to authorize work up to the maximum compensation amount set forth in Section 5. 2. EXHIBITS. The following exhibits are attached to and made a part of this Agreement: “A” - Scope of Services “A-1” – On-Call Task Order (Optional) “B” - Schedule of Performance (Not Applicable) “C” – Schedule of Fees “D” - Insurance Requirements 3. TERM. The term of this Agreement is from September 1, 2016 to August 30, 2021 inclusive, subject to the provisions of Sections Q and V of the General Terms and Conditions. DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 2 City of Palo Alto General Services Agreement Rev. April 27, 2016 4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within the term of this Agreement in a reasonably prompt and timely manner based upon the circumstances and direction communicated to CONTRACTOR, and if applicable, in accordance with the schedule set forth in the Schedule of Performance, attached at Exhibit B. Time is of the essence in this Agreement. 5. COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees to accept as not-to-exceed compensation for the full performance of the Services and reimbursable expenses, if any: The total maximum lump sum compensation of Eight Hundred Fifty Thousand dollars ($850,000.00); CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services performed by CONTRACTOR for which payment would result in a total exceeding the maximum amount of compensation set forth above for performance of the Services shall be at no cost to CITY. 6. COMPENSATION DURING ADDITIONAL TERMS. CONTRACTOR’S compensation rates for each additional term shall be the same as the original term; 7. ININVOICING. Send all invoices to CITY, Attention: Project Manager. The Project Manager is: Shahla Yazdy, Planning & Community Services Department, Transportation Department, Telephone: (650) 617-3151. Invoices shall be submitted in arrears for Services performed. Invoices shall not be submitted more frequently than monthly. Invoices shall provide a detailed statement of Services performed during the invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices within 30 days of receipt. GENERAL TERMS AND CONDITIONS A. ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of this Agreement. This Agreement includes and is limited to the terms and conditions set forth in sections 1 through 7 above, these general terms and conditions and the attached exhibits. B. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and qualifications to complete the services described in Section 1 of this Agreement, entitled “SERVICES,” and that every individual charged with the performance of the services under this Agreement has sufficient skill and experience and is duly licensed or certified, to the extent such licensing or DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 3 City of Palo Alto General Services Agreement Rev. April 27, 2016 certification is required by law, to perform the Services. CITY expressly relies on CONTRACTOR’s representations regarding its skills, knowledge, and certifications. CONTRACTOR shall perform all work in accordance with generally accepted business practices and performance standards of the industry, including all federal, state, and local operation and safety regulations. C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all times be considered an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be responsible for employing or engaging all persons necessary to complete the work required under this Agreement. D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACTOR shall be solely responsible for directing the work of approved subcontractors and for any compensation due to subcontractors. E. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all taxes, fees, contributions or charges applicable to the conduct of CONTRACTOR’s business. F. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the Services comply with all applicable federal, state and local laws, ordinances, regulations, and orders. G. PALO ALTO MINIMUM WAGE ORDINANCE. CONTRACTOR shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as it may be amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, CONTRACTOR shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code section 4.62.030 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, CONTRACTOR shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code section 4.62.060. H. DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole expense, repair in kind, or as the City Manager or designee shall direct, any damage to public or private property that occurs in connection with CONTRACTOR’s performance of the Services. CITY may decline to approve and may withhold payment in whole or in part to such extent as may be necessary to protect CITY from loss because of defective work not remedied or other damage to the CITY occurring in connection with CONTRACTOR’s performance of the DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 4 City of Palo Alto General Services Agreement Rev. April 27, 2016 Services. CITY shall submit written documentation in support of such withholding upon CONTRACTOR’s request. When the grounds described above are removed, payment shall be made for amounts withheld because of them. I. WARRANTIES. CONTRACTOR expressly warrants that all services provided under this Agreement shall be performed in a professional and workmanlike manner in accordance with generally accepted business practices and performance standards of the industry and the requirements of this Agreement. CONTRACTOR expressly warrants that all materials, goods and equipment provided by CONTRACTOR under this Agreement shall be fit for the particular purpose intended, shall be free from defects, and shall conform to the requirements of this Agreement. CONTRACTOR agrees to promptly replace or correct any material or service not in compliance with these warranties, including incomplete, inaccurate, or defective material or service, at no further cost to CITY. The warranties set forth in this section shall be in effect for a period of one year from completion of the Services and shall survive the completion of the Services or termination of this Agreement. J. MONITORING OF SERVICES. CITY may monitor the Services performed under this Agreement to determine whether CONTRACTOR’s work is completed in a satisfactory manner and complies with the provisions of this Agreement. K. CITY’S PROPERTY. Any reports, information, data or other material (including copyright interests) developed, collected, assembled, prepared, or caused to be prepared under this Agreement will become the property of CITY without restriction or limitation upon their use and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written approval of the City Manager. L. AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term of this Agreement and for three (3) years from the date of final payment, CONTRACTOR’s records pertaining to matters covered by this Agreement. CONTRACTOR agrees to maintain accurate books and records in accordance with generally accepted accounting principles for at least three (3) following the terms of this Agreement. M. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. N. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the term of this Agreement, the insurance coverage described at Exhibit D. Insurance must be provided by companies with a Best’s Key Rating of A-:VII or higher and which are otherwise acceptable to CITY’s Risk Manager. The DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 5 City of Palo Alto General Services Agreement Rev. April 27, 2016 Risk Manager must approve deductibles and self-insured retentions. In addition, all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to form and content. CONTRACTOR shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under any general liability or automobile policy. CONTRACTOR shall obtain an endorsement stating that the insurance is primary coverage and will not be canceled or materially reduced in coverage or limits until after providing 30 days prior written notice of the cancellation or modification to the Risk Manager. CONTRACTOR shall provide certificates of such policies or other evidence of coverage satisfactory to the Risk Manager, together with the required endorsements and evidence of payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the term of this Agreement provide current certificates evidencing the required insurance coverages and endorsements to the Risk Manager. CONTRACTOR shall include all subcontractors as insured under its policies or shall obtain and provide to CITY separate certificates and endorsements for each subcontractor that meet all the requirements of this section. The procuring of such required policies of insurance shall not operate to limit CONTRACTOR’s liability or obligation to indemnify CITY under this Agreement. O. HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the provisions of section M relating to insurance, CONTRACTOR shall indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents from and against any and all demands, claims, injuries, losses, or liabilities of any nature, including death or injury to any person, property damage or any other loss and including without limitation all damages, penalties, fines and judgments, associated investigation and administrative expenses and defense costs, including, but not limited to reasonable attorney’s fees, courts costs and costs of alternative dispute resolution), arising out of, or resulting in any way from or in connection with the performance of this Agreement. CONTRACTOR’s obligations under this Section apply regardless of whether or not a liability is caused or contributed to by any negligent (passive or active) act or omission of CITY, except that CONTRACTOR shall not be obligated to indemnify for liability arising from the sole negligence or willful misconduct of CITY. The acceptance of the Services by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section survive the completion of the Services or termination of this Agreement. P. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONTRACTOR certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONTRACTOR acknowledges that it has read and understands the DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 6 City of Palo Alto General Services Agreement Rev. April 27, 2016 provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. Q. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement, 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 provisions, as applicable, before commencing and during the performance of the Services. R. TERMINATION. The City Manager may terminate this Agreement without cause by giving ten (10) days’ prior written notice thereof to CONTRACTOR. If CONTRACTOR fails to perform any of its material obligations under this Agreement, in addition to all other remedies provided by law, the City Manager may terminate this Agreement immediately upon written notice of termination. Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY shall pay CONTRACTOR for services satisfactorily performed up to the effective date of termination. If the termination if for cause, CITY may deduct from such payment the amount of actual damage, if any, sustained by CITY due to CONTRACTOR’s failure to perform its material obligations under this Agreement. Upon termination, CONTRACTOR shall immediately deliver to the City Manager any and all copies of studies, sketches, drawings, computations, and other material or products, whether or not completed, prepared by CONTRACTOR or given to CONTRACTOR, in connection with this Agreement. Such materials shall become the property of CITY. S. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and assigns to all covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written consent of CITY. No amendments, changes or variations of any kind are authorized without the written consent of CITY. T. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR 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 this Contract. CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any person having such an interest. CONTRACTOR certifies that no CITY Officer, employee, or authorized representative has any financial interest in the business of CONTRACTOR and that no person associated with CONTRACTOR has any interest, direct or indirect, which could conflict with the faithful performance of this Contract. CONTRACTOR agrees to advise CITY if any conflict arises. DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 7 City of Palo Alto General Services Agreement Rev. April 27, 2016 U. GOVERNING LAW. This contract shall be governed and interpreted by the laws of the State of California. V. ENTIRE AGREEMENT. This Agreement, including all exhibits, represents the entire agreement between the parties with respect to the services that may be the subject of this Agreement. Any variance in the exhibits does not affect the validity of the Agreement and the Agreement itself controls over any conflicting provisions in the exhibits. This Agreement supersedes all prior agreements, representations, statements, negotiations and undertakings whether oral or written. W. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. X. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONTRACTOR shall comply with CITY’s Environmentally Preferred Purchasing policies which are available at CITY’s Purchasing Division, which are incorporated by reference and may be amended from time to time. CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal requirements of CITY’s Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, CONTRACTOR shall comply with the following zero waste requirements:  All printed materials provided by CONTRACTOR to CITY generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double- sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by CITY’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post-consumer material and printed with vegetable based inks.  Goods purchased by Contractor on behalf of CITY shall be purchased in accordance with CITY’s Environmental Purchasing Policy including, but not limited to, Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Division’s office.  Reusable/returnable pallets shall be taken back by CONTRCATOR, at no DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 8 City of Palo Alto General Services Agreement Rev. April 27, 2016 additional cost to CITY, for reuse or recycling. CONTRACTOR shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. Y. AUTHORITY. The individual(s) executing this Agreement on behalf of the parties represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. Z. PREVAILING WAGESContractor is required to pay general prevailing wages as defined in Subchapter 3, Title 8 of the California Code of Regulations and Section 16000 et seq. and Section 1773.1 of the California Labor Code. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City Council has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of worker needed to execute the contract for this Project from the Director of the Department of Industrial Relations (“DIR”). Copies of these rates may be obtained at the Purchasing Division’s office of the City of Palo Alto. Contractor shall provide a copy of prevailing wage rates to any staff or subcontractor hired, and shall pay the adopted prevailing wage rates as a minimum. Contractor shall comply with the provisions of all sections, including, but not limited to, Sections 1775, 1776, 1777.5, 1782, 1810, and 1813, of the Labor Code pertaining to prevailing wages. AA. DIR REGISTRATION. In regard to any public work construction, alteration, demolition, repair or maintenance work, CITY will not accept a bid proposal from or enter into this Agreement with CONTRACTOR without proof that CONTRACTOR and its listed subcontractors are registered with the California Department of Industrial Relations (“DIR”) to perform public work, subject to limited exceptions. City requires CONTRACTOR and its listed subcontractors to comply with the requirements of SB 854. CITY provides notice to CONTRACTOR of the requirements of California Labor Code section 1771.1(a), which reads: “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.” DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 9 City of Palo Alto General Services Agreement Rev. April 27, 2016 CITY gives notice to CONTRACTOR and its listed subcontractors that CONTRCATOR is required to post all job site notices prescribed by law or regulation and CONTRACTOR is subject to SB 854-compliance monitoring and enforcement by DIR. CITY requires CONTRACTOR and its listed subcontractors to comply with the requirements of Labor Code section 1776, including: Keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by, respectively, CONTRACTOR and its listed subcontractors, in connection with the Project. The payroll records shall be verified as true and correct and shall be certified and made available for inspection at all reasonable hours at the principal office of CONTRACTOR and its listed subcontractors, respectively. At the request of CITY, acting by its project manager, CONTRACTOR and its listed subcontractors shall make the certified payroll records available for inspection or furnished upon request to the project manager within ten (10) days of receipt of CITY’s request. [For state- and federally-funded projects] CITY requests CONTRACTOR and its listed subcontractors to submit the certified payroll records to the project manager at the end of each week during the Project. If the certified payroll records are not produced to the project manager within the 10-day period, then CONTRACTOR and its listed subcontractors shall be subject to a penalty of one hundred dollars ($100.00) per calendar day, or portion thereof, for each worker, and CITY shall withhold the sum total of penalties from the progress payment(s) then due and payable to CONTRACTOR. Inform the project manager of the location of CONTRACTOR’s and its listed subcontractors’ payroll records (street address, city and county) at the commencement of the Project, and also provide notice to the project manager within five (5) business days of any change of location of those payroll records. BB. CONTRACT TERMS. All unchecked boxes do not apply to this Agreement. In the case of any conflict between the terms of this Agreement and the exhibits hereto or CONTRACTOR’s proposal (if any), the Agreement shall control. In the case of any conflict between the exhibits hereto and CONTRACTOR’s proposal, the exhibits shall control. DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 10 City of Palo Alto General Services Agreement Rev. April 27, 2016 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO APPROVED AS TO FORM: SIERRA TRAFFIC MARKINGS, INC. Officer 1 Officer 2 DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B COO Ron Johnson COO Rick Johnson 11 City of Palo Alto General Services Agreement Rev. April 27, 2016 EXHIBIT A SCOPE OF SERVICES CITY shall negotiate with the CONTRACTOR at the start of each month, the amount of work to be completed based on CITY-furnished "work order'' type improvement plans. The CONTRACTOR shall provide cost estimates on the negotiated work. The City shall review cost estimates and if approved provide written authorization to the CONTRACTOR to proceed. The CONTRACTOR shall complete the work during the issued month or time specified on the written authorization. (Task A) Standard Highway Signs- New Sign Installation onto Existing Sign Post CONTRACTOR shall install a standard highway sign(s) onto existing sign post and/or an existing Caltrans Type 15 Pole Standard. Existing City sign posts might require the addition of a riser onto existing sign post to accommodate new sign(s). Addition of a riser shall include the threading of the existing sign post, installation of a coupling bracket, and pole extension to support the new sign. The CONTRACTOR shall be responsible for providing a cost to include all labor and material, including all necessary sign bracketing and banding material. (Task B) Standard Highway Signs- New Sign & New Sign Post Installation CONTRACTOR shall install a standard highway sign(s) onto CONTRACTOR furnished and installed sign post. Installation of a new sign post shall include coordination with U.S.A. underground, the use of a core drill with a 6-inch bit to cut through existing concrete, installation of a new 2-inch (I.D.) sign post, and the use of a portland cement to secure post and finishing to grade. Signs shall be installed a minimum of 7-ft from bottom of new sign to the sidewalk or existing grade. New sign post installations shall not use any pole risers to accommodate the new sign installation(s). The CONTRACTOR shall be responsible for providing a cost to include all labor and material, including all required sign bracketing material. Upon completion of the pole installation, CONTRACTOR shall remove all USA or other type markings from the roadway, curb or sidewalk. (Task C) Curb Painting CONTRACTOR shall paint existing street curb as directed by the City. The City shall mark the beginning and ending limits of paint in the field using white chalk paint. CONTRACTOR shall paint red, green, yellow, blue, or white curb paint as directed by DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 12 City of Palo Alto General Services Agreement Rev. April 27, 2016 the City. Prior to painting curb, the contractor shall remove any debris or vegetation that may conflict with the painting of the curb. Paint material used for street curbs shall be Ennis Paint Company - Standard Dry paint, or approved equal, that meets Federal specification TT-P-1952B. CONTRACTOR shall be responsible for providing a cost per linear foot (LF) of curb paint, to include all labor and material, and adequate traffic control during installation and curing. (Task D) Curb Painting Removal CONTRACTOR shall remove existing curb painting as directed by the City. The City shall mark the beginning and ending limits of the area where paint is to be removed. CONTRACTOR shall not use any unapproved chemicals or solvents; if used CONTRACTOR shall provide a reclamation system to capture spillage, preventing contaminates from flowing into the sewer or storm drain system. The City prefers a wet or dry vacuum type system. CONTRACTOR shall provide a cost per linear foot (LF) including all labor and material for curb paint removal and adequate traffic control during the removal process. (Task E) Traffic Lane Lines- Grinding Removal CONTRACTOR shall grind existing center lane lines or traffic lane lines as directed by the City. The City shall mark in the field the beginning and ending limits of grinding operations. CONTRACTOR shall take extra caution not to damage the pavement. The CONTRACTOR shall be responsible or furnishing, installing, and maintain adequate traffic control during grinding removal operations may be used for the removal of existing paint or thermoplastic material and require field collection and disposal. Other methods, such as use of an Eraser, are also acceptable. CONTRACTOR shall provide a cost per LF for providing all labor and material, and adequate traffic control during the removal process. (Task F) Roadway Stencils/Thermoplastic Pavement Markings CONTRACTOR shall install, using thermoplastic roadway material, Caltrans standard pavement arrows and legends including Type IV turn arrows, Type VI lane drop arrows, Bike Lane symbols, Bicycle Loop Detector symbols, Bike Sharrows, and Numerals. CONTRACTOR shall check with City to make sure stencils used match existing stencils used throughout the City. Prior to installation the CONTRACTOR shall clean the roadway using a mechanical blower and apply primer to the roadway to ensure proper adhesion to the pavement. The CONTRACTOR shall be responsible for providing a cost per square foot (SF) to include all labor and material, and adequate traffic control during installation. Caltrans standard plans will be used to determine actual square footages for each roadway stencil marker. DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 13 City of Palo Alto General Services Agreement Rev. April 27, 2016 (Note: Caltrans standard plans will be used to determine actual square footages for each roadway stencil marker). (Task G) 12-inch White and/or Yellow Thermoplastic Limit Line or Crosswalk Lines CONTRACTOR shall cat-track for review and approval by the City the location of 12-inch white/yellow thermoplastic limit line or crosswalk lines based off of City work-order details. Prior to installation the CONTRACTOR shall clean the roadway using a mechanical blower and apply primer to the roadway to ensure proper adhesion to the pavement. After written approval from the City on the location of cat-track markings, CONTRACTOR shall install the 12-inch white/yellow thermoplastic limit lines or crosswalk lines. CONTRACTOR shall be responsible for providing a cost per LF for all material, labor and adequate traffic control during installation. (Note: When 24-inch limit lines or crosswalk lines are requested by the City, the 12-inch limit line per linear foot cost shall be used as a base cost.) (Task H) Green Colored Bike Lane Material CONTRACTOR shall install green material bike lanes, using either Ennis Flint MMA (Cycle Grip) and/or Ennis Flint green preformed thermoplastic material. CONTRACTOR may also propose other materials for City review and approval. CONTRACTOR shall apply both materials as per manufacturers recommended direction for quality placement. CONTRACTOR shall be responsible for providing a cost per SF for all required material and labor and adequate traffic control during installation. (Task I) Traffic Control CONTRACTOR shall provide a cost per hour to include for 1 to 2 men, all flagging and all required signs/ set up requirements as per the Caltrans MUTCD traffic control set up. ADDITIONAL SERVICES The need for additional types of General Street services may be required during the term of this contract including the installation of traffic centerlines and lane lines in paint or thermoplastic, or procurement of standard highway signs for installation by the CONTRACTOR. Provide labor rates for striping and painting, etc CITY APPROVED HARDWARE Provided in Attachment A is a list of Sign Bracketing Hardware as well as all other types of hardware used by the City of Palo Alto. The CONTRACTOR shall be required to use the same sign bracketing, Hardware material and stencils/ DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 14 City of Palo Alto General Services Agreement Rev. April 27, 2016 pavement markings, as specified in Attachment A on projects to ensure compatibility with existing field hardware. All pipe installed in concrete islands to have the Snap-n-Safe breakaway device. "No Parking" signs shall be placed by CONTRACTOR 72 hours prior to job, as required. "No Parking" signs will be provided by City of Palo Alto. DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 15 City of Palo Alto General Services Agreement Rev. April 27, 2016 ATTACHMENT A Typical Sign Hardware used by the City of Palo Alto Typical Standard bolts for sign installations – 5/16” –Hawkins # M2G-BHX Typical Theft-proof bolts for sign installations – 5/16” – Hawkins # M2G - BTP Typical 2” U-Clamp with side brackets to mount signs perpendicular to 2”sign pole for double-sided signs – Hawkins # M2G-C2WB1 Typical 2” Clamp to mount signs flush on 2” sign pole for single-sided signs – Hawkins # M2G-C2B Typical Type K marker and base (often used on islands) – # OM2-1H for the 3-lite reflector Typical Side Mount Bracket used with banding to mount sign perpendicular to pole for double-sided signs. Hawkins # M2G-1-SWS Typical Flared Leg Bracket used with banding to mount sign flush with pole for single- sided signs. Hawkins # M2G-UBF Typical Threaded 2” L-Bracket for mounting double sided signs on top of a threaded 2” sign pipe. Hawkins # M2G-2LBT Typical Straight Leg Bracket used with banding to mount sign flush to pole for single- sided signs. Hawkins # M2G-UB Typical Non-threaded 2” L-Bracket for mounting double sided signs on top of a threaded 2”sign pipe. Hawkins # M2G-2LBT Typical Bracket used to mount street name signs off of a light standard or traffic signal pole. Banding must be used to attach bracket to source. Hawkins # V14(HD)SL-105 Typical 2” Pipe Cap to mount street name sign on top of 2”sign pipe – Hawkins # V14(HD)SL Typical 2” Cross-Bracket for mounting street name signs perpendicular to each other. Hawkins # V14(HD)SL105 Typical 2” ID Galvanized Schedule 40 sign pipe used for mounting signs DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 16 City of Palo Alto General Services Agreement Rev. April 27, 2016 Typical 2” Pipe Coupling for joining two pieces of 2” Schedule 40 pipe Typical 201 Stainless Steel Banding Buckle – Band-It brand # UB256 Typical 201 Stainless Steel Banding – Hawkins # M2G-345 (UG) Breakaway Coupler for mounting sign pipe in medians, traffic circles and other locations where there may be frequent repairs. – Designovations Snapnsafe Breakaway Coupler #S238R8 DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 17 City of Palo Alto General Services Agreement Rev. April 27, 2016 EXHIBIT “A-1” GENERAL SERVICES TASK ORDER Contractor hereby agrees to perform the work detailed below in accordance with all the terms and conditions of the Agreement referenced in Item 1A below. All exhibits referenced in Item 8 are incorporated into the Agreement by this reference. The Contractor shall furnish the necessary facilities, professional, technical and supporting personnel required by this Task Order as described below. CONTRACT NO. ISSUE DATE Purchase Requisition No. 1A. MASTER AGREEMENT NUMBER 1B. TASK ORDER NO. 2. CONTRACTOR 3. PERIOD OF PERFORMANCE: START: COMPLETION: 4 TOTAL TASK ORDER PRICE: $__________________ BALANCEREMAINING IN MASTER AGREEMENT $__________________________________ 5. BUDGET CODE: _______________ COST CENTER_________________ COST ELEMENT______________ WBS/CIP___PHASE___ 6. CITYPROJECTMANAGER’SNAME/DEPARTMENT_____________________________________ 7. DESCRIPTION OF SCOPE OF SERVICES MUST INCLUDE:  WORK TO BE PERFORMED  SCHEDULE OF WORK  BASIS FOR PAYMENT & FEE SCHEDULE  DELIVERABLES  REIMBURSABLES (with “not to exceed” cost) 8. ATTACHMENTS: A: Scope of Services B: __________________________________ --------------------------------------------------------------------------------------------------------------------------------- I hereby authorize the performance of I hereby acknowledge receipt and acceptance the work described above in this Task Order. of this Task Order and warrant that I have authority to sign on behalf of Contractor. APPROVED: APPROVED: CITY OF PALO ALTO COMPANY NAME: ______________________ BY:__________________________________ BY:____________________________________ Name ________________________________ Name __________________________________ Title_________________________________ Title___________________________________ Date _________________________________ Date ___________________________________ DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 18 City of Palo Alto General Services Agreement Rev. April 27, 2016 EXHIBIT B SCHEDULE OF PERFORMANCE (On Call Services Not Applicable) DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 19 City of Palo Alto General Services Agreement Rev. April 27, 2016 EXHIBIT C SCHEDULE OF FEES CITY shall pay CONTRACTOR according to the following rate schedule. The maximum amount of compensation to be paid to CONTRACTOR, including both payment for services and reimbursable expenses, shall not exceed the amounts set forth in Sections 5 and 6 of the Agreement. Any services provided or hours worked for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to CITY. Task A: Standard Highway Signs- New Sign Installation onto Existing Sign Post Lump sum cost that includes all labor and materials costs for the installation of one 24”x30” standard highway sign onto an existing sign post. $125 each Task B: Standard Highway Signs- New Sign & New Sign Post Installation Lump sum cost that includes all labor and materials costs for the installation of one new standard 2-inch (I.D.) galvanized sign post and one 24”x30” standard highway sign. $250 each Task C: Curb Painting Lump sum cost that includes all labor and materials, per linear foot, for the installation of street curb paint. $2.00/ LF Task D: Curb Painting Removal Lump sum cost that includes all labor and materials, per linear foot, for the removal of street curb paint. $10.00/LF Task E: Traffic Lane Lines- Grinding Removal Lump sum cost that includes all labor and materials, per linear foot, for the removal of traffic lane lines. 2.00/LF Task F: Roadway Stencils/Thermoplastic Pavement Markings Lump sum cost that includes all labor and material, per square foot, for the installation of roadway stencils. (Note: Caltrans standard plans will be used to determine actual square footages for each roadway stencil marker $5.00/SF DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 20 City of Palo Alto General Services Agreement Rev. April 27, 2016 Task G: 12-inch White and/or Yellow Thermoplastic Limit Line or Crosswalk Lines Lump sum cost that includes all labor and material, per-linear ft cost for the installation of 12-inch white thermoplastic limit lines or crosswalk lines. (Note: When 24-inch limit lines or crosswalk lines are requested by the City, the 12-inch limit line per linear foot cost shall be used as a base cost.) $3.00/SF Task H: Green Colored Bike Lane Material 1. Lump sum cost that includes all labor and material, per-square ft cost for the installation of Ennis Flint MMA (Cycle Grip) Green Bike lane material. $8.00/SF 2. Lump sum cost that includes all labor and material, per square ft cost for the installation of Ennis Flint Green Preformed Thermoplastic Bike lane material. $9.00/SF Task I: Traffic Control A cost per hour for traffic control services to include for 1 to 2 men, all flagging and all required signs/ set up requirements as per the Caltrans MUTCD traffic control set up. $180.00/hr DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 21 City of Palo Alto General Services Agreement Rev. April 27, 2016 EXHIBIT D INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRED TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS EACH OCCURRENCE AGGREGATE YES YES WORKER’S COMPENSATION EMPLOYER’S LIABILITY STATUTORY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED BODILY INJURY - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 NO PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE AT THE FOLLOWING URL: https://www.planetbids.com/portal/portal.cfm?CompanyID=25569. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS” DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B 22 City of Palo Alto General Services Agreement Rev. April 27, 2016 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 INSUREDS. B. CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS 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. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE CONTRACTOR SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON- PAYMENT OF PREMIUM, THE CONTRACTOR SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. Vendors are required to file their evidence of insurance and any other related notices with the City of Palo Alto at the following URL: https://www.planetbids.com/portal/portal.cfm?CompanyID=25569 OR http://www.cityofpaloalto.org/gov/depts/asd/planet_bids_how_to.asp DocuSign Envelope ID: B1307AAA-0738-46F8-9C61-4B92AFB3AA4B