Loading...
HomeMy WebLinkAboutStaff Report 6989 City of Palo Alto (ID # 6989) City Council Staff Report Report Type: Consent Calendar Meeting Date: 8/22/2016 City of Palo Alto Page 1 Summary Title: Water, Gas, Wastewater, Electric, Storm Drain, and Public Works Construction Inspection Services Title: Approval and Authorization of the City Manager to Execute a Contract with Builders Protection, LLC in a Total Not-to-Exceed Amount of $4,620,000 for Three Years for Water, Gas, Wastewater, Electric, Storm Drain, and Street Resurfacing Construction Inspection Services; and Finding that the Contract’s Approval is Not a Project Requiring California Environmental Quality Act Review From: City Manager Lead Department: Utilities Recommendation Staff recommends that Council approve and authorize the City Manager or his designee to: 1. Execute the attached contract with Builders Protection Group, LLC for a period of three years in the amount of $4,200,000 for Water, Gas, Wastewater, Electric, Storm Drain and Public Works Construction Inspection Services; and 2. Negotiate and execute one or more change orders to the contract with Builders Protection Group, LLC for related, but unforeseen work, the total value of which shall not exceed $420,000 (10% of the contract amount) over the three-year term of the contract. Staff also recommends that Council find that its approval of the attached contract is not a project subject to California Environmental Quality Act Review. Background The City’s Utilities and Public Works Departments inspect the construction of their Capital Improvement Program (“CIP”) projects to ensure safety, reliability, contractor performance and compliance with contract specifications. Construction inspection of CIP projects has traditionally been performed by Utilities Operations and Public Works Engineering Services staff. Contract inspection services minimizes the risk of impacting the City's ability to deliver City of Palo Alto Page 2 excellent level of services by maintaining progress on current and planned projects. Quality assurance and quality control compliance with the construction documents, while preserving scheduling requirements, cannot be accomplished with City’s staff due to the current accelerated and increased magnitude of construction activity in the City over the past year. Increased project workload results from: the 3-year cross-bore gas pipeline and sewer inspection program; the replacement and elimination of remaining ABS gas mains and PVC gas services and gas mains; backlog of water-gas-wastewater main replacements (gas – 70,000 LF, wastewater collection – 34,000 LF, water – 20,000 LF); electric underground district rebuild; electric transmission system improvements; 4 to 12 kilovolt voltage electric conversions; and street resurfacing and storm drain projects. These projects may require up to 8 additional inspectors (5 water-gas-wastewater, 2 electric and 1 storm drain). The inspection tasks are being bundled together into one contract to ensure efficient management of qualified inspection services for all inspection phases of the various projects, as well as competitive pricing for the contract. Discussion This contract is to provide additional resources for the construction inspection of Utilities and Public Works CIPs projects throughout the City. The Utilities CIP projects typically consist of the replacement of overhead and underground electric distribution cables and equipment, and water, gas and wastewater pipeline replacement. The Public Works projects typically consist of CIP improvements to streets and storm drains. The term of the contract is three years with an option for the City Manager to terminate the contract with or without cause with 10 days written notice. Staff is also requesting contingency funds, for additional services, not to exceed 10% of the contract amount. The Request for Proposal (RFP) for these services anticipated the need for up to 8 inspectors totaling approximately 17,000 hours of work annually. City of Palo Alto Page 3 The following table is a summary of the RFP Solicitation process: Proposal Title Inspection Services Proposal Number 163687 Proposed Length of Contract 3 years Number of Proposals Mailed 42 Total days to Respond to Proposal 27 Pre-proposal Teleconference Date 4/27/16 Number of Teleconference Participants 4 RFP Submittal Deadline 5/17/16 Number of Proposals Received 4 Range of Cost of Proposals From $75.00 / hr to $137.83 / hr Number of Companies Interviewed 4 Company Selected Builders Protection Group, LLC Location (City, State) Hawthorne, CA Proposal Amount $1,400,000 / annually, Not To Exceed *Bid summary provided in Attachment B. The selection criteria for this proposal were as follows:  Quality and completeness of proposal  Quality, performance, and effectiveness of the services to be provided.  Proximity to Palo Alto  Project management history  Bid price  Proposer’s experience There were 4 proposals submitted. Builders Protection Group, LLC was the best-value proposer that could perform the required work and meet the licensing requirements in the RFP. Builders Protection Group, LLC also demonstrated in an interview that it has the resources to perform the work required in this contract. Staff has evaluated all proposals submitted based on the selection criteria and recommends that the proposal of $75.00/hr submitted by Builders Protection Group, LLC be accepted. Staff confirmed with the Contractor’s State License Board that the contractor has the required active licenses on file. Staff checked references supplied by the contractor for previous work performed and found all to be satisfactory. Timeline Inspection services will be required beginning in August 2016 and continuing for three years on an as-needed basis. City of Palo Alto Page 4 Resource Impact Funds for this contract will be appropriated over three fiscal years based on Council approval of the Water, Gas, Wastewater, Electric and Storm Drain Capital Budgets and subject to satisfactory performance by the contractor. Funding is available from the following Enterprise Funds: Utility Fund Cost Center and G/L Water 522 20021002 - 31650 Gas 524 20020802 - 31650 Wastewater 527 20021202 - 31650 Electric 523 20020202 - 31650 Storm Drain 528 50070201 - 31610 Funding for this contract will be used as needed and is subject to the annual appropriation of project funds. These resources are necessary to keep up with current CIP plans and funding was anticipated and allocated within various projects in the Public Works and Utilities as part of the FY 2017-2021 Adopted Capital Budget for staffing resources. Policy Implications The approval of this contract is consistent with existing City policies, including the Council- approved Utilities Strategic Plan to operate the distribution system in a cost effective manner and to invest in utility infrastructure to deliver reliable service. Environmental Review The approval of this construction inspection services contract does not meet the definition of a project under Public Resources Code Sec. 21065, so California Environmental Quality Act (“CEQA”) review is not required. According to CEQA Guidelines Sec. 15378, a project does not include organizational or administrative activities of governments that will not result in direct or indirect physical changes in the environment. Attachments:  Attachment A: Pro Services Agreement C17163687 Inspection Services 7-27-16 6053801 (PDF)  Attachment B: Bid Summary (PDF) Professional Services Rev. April 27, 2016 1 CITY OF PALO ALTO CONTRACT NO. C17163687 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND BUILDER’S PROTECTION GROUP, LLC FOR PROFESSIONAL SERVICES This Agreement is entered into on this 22nd day of August, 2016, (“Agreement”) by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and BUILDER’S PROTECTION GROUP, LLC, a limited liability company, located at 4860 W. 147th Street, Hawthorne, CA 90250, DIR number: 1000040617 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to inspect overhead and underground construction projects within the City of Palo Alto on the City’s electric distribution system, water, gas, wastewater and storm drain on various capital improvement projects (“Project”) and desires to engage a consultant to provide these on-call services in connection with the Project (“Services”). B. CONSULTANT has represented that it has the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit “A”, attached to and made a part of this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, in this Agreement, the parties agree: AGREEMENT SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described at Exhibit “A” in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. Optional On-Call Provision 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 4 of this Agreement. ATTACHMENT A Professional Services Rev. April 27, 2016 2 CONSULTANT 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 4. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through August 31, 2019 unless terminated earlier pursuant to Section 19 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit “B”, attached to and made a part of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A” (“Basic Services”), and reimbursable expenses, shall not exceed Four Million Two Hundred Thousand Dollars ($4,200,00.00). CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event Additional Services are authorized, the total compensation for Basic Services, Additional Services and reimbursable expenses shall not exceed Four Million Six Hundred Twenty Thousand Dollars ($4,620,000.00). The applicable rates and schedule of payment are set out at Exhibit “C-1”, entitled “HOURLY RATE SCHEDULE,” which is attached to and made a part of this Agreement. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit “C”. CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described at Exhibit “A”. SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT’s billing rates (set forth in Exhibit “C- 1”). If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s payment requests shall be subject to verification by CITY. CONSULTANT shall send all invoices to the City’s project manager at the address specified in Section 13 below. The City will generally process and pay invoices within thirty (30) days of receipt. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be Professional Services Rev. April 27, 2016 3 performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsultants, if permitted, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. SECTION 8. ERRORS/OMISSIONS. CONSULTANT is solely responsible for costs, including, but not limited to, increases in the cost of Services, arising from or caused by CONSULTANT’s errors and omissions, including, but not limited to, the costs of corrections such errors and omissions, any change order markup costs, or costs arising from delay caused by the errors and omissions or unreasonable delay in correcting the errors and omissions. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds ten percent (10%) of CITY’s stated construction budget, CONSULTANT shall make recommendations to CITY for aligning the PROJECT design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. SECTION 10. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of CITY. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION 12. SUBCONTRACTING. Professional Services Rev. April 27, 2016 4 CONSULTANT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. CONSULTANT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a subconsultant. CONSULTANT shall change or add subconsultants only with the prior approval of the city manager or his designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Nick Shaygan Lau as the Project Manager to have supervisory responsibility for the performance, progress, and execution of the Services to represent CONSULTANT during the day-to-day work on the Project. If circumstances cause the substitution of the project director, project coordinator, or any other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY’s project manager. CONSULTANT, at CITY’s request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. CITY’s project manager is Romel Antonio, Utilities Department, Engineering Division, 1007 Elwell Court, Palo Alto, CA 94303, Telephone: 650-566-4518. The project manager will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. CITY may designate an alternate project manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. Upon delivery, all work product, including without limitation, all writings, drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests developed under this Agreement shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights which arise from creation of the work pursuant to this Agreement shall be vested in CITY, and CONSULTANT waives and relinquishes all claims to copyright or other intellectual property rights in favor of the CITY. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 16. INDEMNITY. 16.1. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and Professional Services Rev. April 27, 2016 5 agents (each an “Indemnified Party”) from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements (“Claims”) resulting from, arising out of or in any manner related to performance or nonperformance by CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. 16.3. The acceptance of CONSULTANT’s services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, or of the provisions of any ordinance or law, will not be deemed to be a waiver of any other term, covenant, condition, provisions, ordinance or law, or of any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 18. INSURANCE. 18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best’s Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. The certificates will be subject to the approval of CITY’s Risk Manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days' prior written notice of the cancellation or modification. If the insurer cancels or modifies the insurance and provides less than thirty (30) days’ notice to CONSULTANT, CONSULTANT shall provide the Purchasing Manager written notice of the cancellation or modification within two (2) business days of the CONSULTANT’s receipt of such notice. CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Chief Professional Services Rev. April 27, 2016 6 Procurement Officer during the entire term of this Agreement. 18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT's liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1. The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 19.2. CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving thirty (30) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY. 19.3. Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 19.4. Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., 10 days after giving notice) of suspension or termination; provided, however, if this Agreement 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 acting in the reasonable exercise of his/her discretion. The following Sections will survive any expiration or termination of this Agreement: 14, 15, 16, 19.4, 20, and 25. 19.5. No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 20. NOTICES. All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: Office of the City Clerk City of Palo Alto Professional Services Rev. April 27, 2016 7 Post Office Box 10250 Palo Alto, CA 94303 With a copy to the Purchasing Manager To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 21. CONFLICT OF INTEREST. 21.1. In accepting this Agreement, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 21.2. CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. 21.3. If the Project Manager determines that CONSULTANT is a “Consultant” as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT 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. CONSULTANT acknowledges that it has read and understands the 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. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the CITY’s Environmentally Preferred Purchasing policies which are available at CITY’s Purchasing Department, incorporated by reference and may be amended from time to time. CONSULTANT 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, CONSULTANT shall comply with the following zero waste requirements: (a) All printed materials provided by CCONSULTANT 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 Professional Services Rev. April 27, 2016 8 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. (b) Goods purchased by CONSULTANT 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. (c) Reusable/returnable pallets shall be taken back by CONSULTANT, at no additional cost to CITY, for reuse or recycling. CONSULTANT shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. COMPLIANCE WITH PALO ALTO MINIMUM WAGE ORDINANCE. CONSULTANT 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, CONSULTANT 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, CONSULTANT shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code section 4.62.060. SECTION 25. NON-APPROPRIATION 25.1. 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 Agreement 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 Agreement. SECTION 26. PREVAILING WAGES AND DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS 26.1 CONSULTANT 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. CONSULTANT 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. CONSULTANT 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. Professional Services Rev. April 27, 2016 9 26.2 CONSULTANT shall comply with the requirements of Exhibit “E” for any contract for public works construction, alteration, demolition, repair or maintenance. SECTION 27. MISCELLANEOUS PROVISIONS. 27.1. This Agreement will be governed by the laws of the State of California. 27.2. In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California in the County of Santa Clara, State of California. 27.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys' fees expended in connection with that action. The prevailing party shall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys employed by it as well as any attorneys’ fees paid to third parties. 27.4. This document represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 27.5. The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants of the parties. 27.6. If a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 27.7. All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 27.8 In the event of a conflict between the terms of this Agreement and the exhibits hereto or CONSULTANT’s proposal (if any), the Agreement shall control. In the case of any conflict between the exhibits hereto and CONSULTANT’s proposal, the exhibits shall control. 27.9 If, pursuant to this contract with CONSULTANT, CITY shares with CONSULTANT personal information as defined in California Civil Code section 1798.81.5(d) about a California resident (“Personal Information”), CONSULTANT shall maintain reasonable and appropriate security procedures to protect that Personal Information, and shall inform City immediately upon learning that there has been a breach in the security of the system or in the security of the Personal Information. CONSULTANT shall not use Personal Information for Professional Services Rev. April 27, 2016 10 direct marketing purposes without City’s express written consent. 27.10 All unchecked boxes do not apply to this agreement. 27.11 The individuals executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. 27.12 This Agreement may be signed in multiple counterparts, which shall, when executed by all the parties, constitute a single binding agreement 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 ____________________________ City Manager APPROVED AS TO FORM: __________________________ City Attorney or designee BUILDER’S PROTECTION GROUP, LLC By:___________________________ Name: Adam Shaw______________ Title:__Vice President____________ By:___________________________ Name:___Zahra Anderson ________ Title:_Secretary_________________ Attachments: EXHIBIT “A”: SCOPE OF SERVICES EXHIBIT “A-1” PROFESSIONAL SERVICES TASK ORDER (for on-call contracts only) EXHIBIT “B”: SCHEDULE OF PERFORMANCE EXHIBIT “C”: COMPENSATION EXHIBIT “C-1”: SCHEDULE OF RATES EXHIBIT “D”: INSURANCE REQUIREMENTS EXHIBIT “E”: DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS Professional Services Rev. April 27, 2016 11 EXHIBIT “A” SCOPE OF SERVICES Builders Protection Group, LLC shall provide professional contract electrical, water, gas, wastewater, storm drain, and general public works inspection services (e.g. trench excavation & Backfill; curb, gutter, and sidewalk; paving, etc.) to support upcoming overhead and underground construction projects within the City of Palo Alto on the City’s electric distribution system, water, gas, wastewater, and storm drain Capital Improvement Projects and improvements in the public right-of-way related to private land development. The inspection work for the Public Works Department may also include inspection of and sign-off of work associated with Street Work, Encroachment, Dewatering, Grading and Excavation Permits. In addition to the inspection of infrastructure improvements, the Builders Protection Group, LLC shall also be responsible for review of construction-related Best Management Practices; stormwater pollution prevention plans; installation of permanent stormwater treatment measures, and compliance with traffic control and logistics plans. The Builders Protection Group, LLC shall furnish personnel with a strong background and experience in electric, water, gas, wastewater, and storm drain utility construction practices and standards as well as general public works construction practices. Inspection services will be provided on an “as requested” basis. It is expected that the inspector(s) will be available on-site in Palo Alto within 48 hours of the time services are requested. It is expected that the majority of services will be required during normal working hours of 7am-4pm, however, work may be required night and/or day, on weekends, holidays and/or on a split shift basis. Work weeks may be in excess of or less than the standard 40-hour week. The total expenditure for the three-year contract is not to exceed $4,620,000 based on 5 full- time water-gas-wastewater inspectors, 2 full-time electric inspectors, 1 full-time public works inspector, and 1 part-time storm drain inspector, however, the City makes no guarantee as to the actual amount of services to be requested under any resulting inspection services contract. Contract term will be based on Utilities and Public Works departmental workloads and satisfactory Builders Protection Group, LLC performance. Construction Standards Electric: Construction inspection shall be in accordance with the City of Palo Alto Utilities (CPAU) Electric Construction Standards manual; CPAU Electric Service Requirements manual; CPAU Safety Rules manual; CPAU plans, Permits and other documents governing the construction of the project; and California Public Utilities Commission (CPUC) General Orders 95, 128 & 165, rules for construction and maintenance of overhead and underground electric supply and communication systems. Water-Gas-Wastewater: Construction Inspection shall be in accordance with the City of Palo Alto Utility Standards for Professional Services Rev. April 27, 2016 12 WGW construction. The Builders Protection Group, LLC shall have knowledge of and be familiar with the applicable rules for construction from the Department of Public Health regulations governing water main installation and Department of Transportation regulations governing gas installations. Public Works & Storm Drain: Construction inspection shall be in accordance with the City of Palo Alto Standard Drawings and Specifications as published by the Public Works Department. Labor, Materials, Vehicles & Equipment Builders Protection Group, LLC shall furnish their personnel with all materials, equipment (including all Personal Protective Equipment [PPE]), and transportation required to perform the work. The Builders Protection Group, LLC’s personnel shall have appropriate vehicles, cellular phones, computers, and miscellaneous equipment, supplies, and if needed appropriate testing subconsultants required to perform the work as assigned. The cost of materials, vehicles, equipment, supplies, meals, lodging and travel expense including incidental overhead shall be included in each of the standard hourly rate and for overtime. Base rate plus 10% premium shall be allotted when Lead Inspector role has been approved in advance by the City. The Builders Protection Group, LLC’s work shall be under the direction of, and shall be reviewed by, the City’s Project Engineer/Project Manager as specified in the contract. The Builders Protection Group, LLC shall assign specific person(s) for the duration of the Contract, unless otherwise approved by the City’s respective Project Engineer assigned. Back-up Builders Protection Group, LLC resources should be available in case of loss of staff, sickness, or vacations, or as required by the work. A copy of work experience and/or relevant and appropriate licensing shall be provided before work begins to the City’s Project Manager. Builders Protection Group, LLC’s personnel who do not meet all of the specified requirements, or who fail to perform their work in an acceptable manner, shall be removed from the work when determined and directed by the City’s Project Manager. General Work Description BPG’s field Inspector shall inspect new overhead and underground utility and public works construction, alterations and repairs to insure compliance with plans, specifications and codes. The Inspector’s responsibilities may include, but are not limited to the following:  Performs duties described in CPAU Inspector Checklist.  Maintains a daily log of construction project activity, tracks job status and submits progress reports as required.  Ensures that all applicable utility rules, codes and safety regulations are complied with.  Ensures all facilities are constructed in accordance with applicable plans and specifications.  Notifies contractors and the City’s project Engineer of non-compliance with the contract plans and specifications in a timely manner.  Reports and documents safety and compliance infractions and unsafe work procedures. Professional Services Rev. April 27, 2016 13  Prepares inspection documentation for development of progress payments for the project construction contractor.  Assists in preparing punch lists of uncompleted work, non-conformance reports, and deficiency notices.  Certifies as to the acceptability of each project upon its completion.  Conducts and generates agenda minutes of weekly field meetings.  Documents installed work on the as built/record drawings on a daily basis (This may include the use of GPS equipment for data acquisition).  Documents with photographs whenever possible.  Builders Protection Group, LLC shall conduct Site Safety Inspections and work with the construction contractor at the start of projects on an “as-needed” basis Qualifications The Electrical Field Inspector or Water-Gas-Wastewater Field Inspector assigned to work on CPAU’s Projects shall have a minimum of 10-15 years experience working for an Investor Owned Electric Utility and/or a Municipal Public Utility in the areas of overhead and underground construction, installation and rehabilitation of water-gas-wastewater pipelines, maintenance and inspection with a working knowledge of CPUC General Orders 95, 128, & 168. The Public Works/Storm Drain Field Inspector assigned to work on general public works and storm drain projects shall also have a minimum of 10-15 years experience working in the area of public works and underground construction. Builders Protection Group, LLC shall have the ability to make sound decisions and to communicate with others and to assimilate and understand information in a manner consistent with the essential job functions. Builders Protection Group, LLC personnel shall maintain the physical condition appropriate to the performance of the assigned duties which may include walking or standing for extended periods of time. Personnel qualifications and staffing levels for City projects shall be subject to the approval of the City’s specific Project Engineer assigned. The Project Engineer shall reserve the right to review the resume and interview any new proposed Builders Protection Group, LLC personnel for City projects. References of inspection experience shall be available for all staff, and may be requested at any time during the Contract. Documentation & Deliverables Inspection Work shall conform to the City’s Construction Standards, Project Drawings and the Inspector Checklist. Builders Protection Group, LLC’s field inspector shall maintain a daily journal/diary for each day the inspector performs work on the project. The contents of the diary shall consist of brief, accurate statements of progress and conditions encountered during the prosecution of the work. A copy of the daily diary/report shall be given daily to the City’s assigned Project Engineer and will become a part of the permanent project record. Any safety violations and inspections infractions found are to be communicated to the City and Contractor in real time as they are discovered. Professional Services Rev. April 27, 2016 14 Once a week an electronic effort summary report (web-based or in MS Word or MS Excel format) shall be sent to the Project Engineer summarizing job highlights to Builders Protection Group, LLCs work hours, the equipment inspected and any infractions found. The Builders Protection Group, LLC shall provide a user login to the City of Palo Alto for the Contractor’s information systems, BPG Central, for more detailed and real time project tracking. Professional Services Rev. April 27, 2016 15 EXHIBIT “A-1” PROFESSIONAL SERVICES TASK ORDER (SAMPLE) Consultant 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 Consultant 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. CONSULTANT 3. PERIOD OF PERFORMANCE: START: COMPLETION: 4 TOTAL TASK ORDER PRICE: $__________________ BALANCE REMAINING IN MASTER AGREEMENT $__________________________________ 5. BUDGET CODE: _______________ COST CENTER_________________ COST ELEMENT______________ WBS/CIP___ _______PHASE___ 6. CITY PROJECT MANAGER’S NAME/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 Consultant. APPROVED: APPROVED: CITY OF PALO ALTO COMPANY NAME: ______________________ BY:__________________________________ BY:____________________________________ Name ________________________________ Name __________________________________ Title_________________________________ Title___________________________________ Date _________________________________ Date ___________________________________ Professional Services Rev. April 27, 2016 16 EXHIBIT “B” SCHEDULE OF PERFORMANCE CONSULTANT shall follow the table details of the anticipated time-table for inspection services and expected call back times. In the event the City needs to contact the inspector outside of normal business hours, Jaco Lau will be available to the City. He can be contacted via cell phone at (310) 627-7223. Turnaround Schedule Type of Project Turnaround Time Call Back 24-hours Inspection Services 2 Business Days (48-hours) Emergency Inspection Services 24-hours Publication of Inspection Effort Summary Reports 5 Business Days Submittal of Inspection Reports Daily Professional Services Rev. April 27, 2016 17 EXHIBIT “C” COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement based on the hourly rate schedule attached as Exhibit C-1. The compensation to be paid to CONSULTANT under this Agreement for all services, additional services, and reimbursable expenses shall not exceed the amount(s) stated in Section 4 of this Agreement. CONSULTANT agrees to complete all Services and Additional Services, including reimbursable expenses, within this/these amount(s). Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth in this Agreement shall be at no cost to the CITY. REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse: The following table outlines the pricing for inspections related to the latest City Standardsof the specified utilities: Title Duties Hourly Rates Water-Gas-Wastewater Inspections Perform inspections and re-inspections to determine compliance with the adopted State codes, applicable laws, regulations, local ordinances, and City policies. Regular Hours: $75 Overtime: $100 Holiday: $100 Electric Inspections Perform inspections and re-inspections to determine compliance with the adopted State codes, applicable laws, regulations, local ordinances, and City policies. Regular Hours: $75 Overtime: $100 Holiday: $100 Public Works Inspections Perform inspections and re-inspections to determine compliance with the adopted State codes, applicable laws, regulations, local ordinances, and City policies. Regular Hours: $75 Overtime: $100 Holiday: $100 Storm Drain Inspections Perform inspections and re-inspections to determine compliance with the adopted State codes, applicable laws, regulations, local ordinances, and City policies. Regular Hours: $75 Overtime: $100 Holiday: $100 Professional Services Rev. April 27, 2016 18 ADDITIONAL SERVICES The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable expenses, for such services based on the rates set forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement. Professional Services Rev. April 27, 2016 19 EXHIBIT “C-1” SCHEDULE OF RATES Unexpected additional work or Emergency work (unplanned and less than 48 hour notification) to be performed are charged at the following rates Title Duties Hourly Rates Inspections Perform inspections, re-inspections, to determine compliance with the adopted State codes, applicable laws, regulations, local ordinances, and City policies. Regular Hours: $75 Overtime: $112.5 Holiday: $150 Professional Services Rev. April 27, 2016 20 Builder’s Protection Group, LLC will charge the following PLUS an additional 10% for the following additional services, as requested by the City: 2015-2016 STANDARD SCHEDULE OF FEES AND SERVICES GEOTECHNICAL ENGINEERING, SPECIAL INSPECTIONS AND CONSTRUCTION MATERIALS TESTING SERVICES PROFESSIONAL HOURLY RATES ** Prevailing Wage Senior Staff Professional $200.00 Geotechnical Engineer $175.00 Staff Professional / Resident Engineer / QA Manager $150.00 Project Engineer $135.00 Senior Project Manager $175.00 Project Manager $150.00 Expert Witness $350.00 Draftsman $95.00 Secretarial Services $65.00 ** Applies to all professional rates including but not limited to civil, geotechnical & environmental, geologists, & mechanical. SPECIAL INSPECTION PERSONNEL HOURLY RATES Non Prevailing Wage Prevailing Wage Certified ICC Special Inspector $ 90.00 $115.00 Pile Driving Inspector $ 95.00 $125.00 Soil / Asphalt Technician $ 90.00 $115.00 Laboratory Technician $ 90.00 $115.00 AWS/CWI Welding Inspector $ 95.00 $120.00 Supervisory Technician $ 135.00 $135.00 Certified ICC / DSA / OSHPD Building Inspector $ 125.00 $125.00 Senior Specialty Technician (FF, Coring, X-Ray, etc.) $ 125.00 $165.00 Non-Destructive Testing, Level III $ 115.00 $125.00 Senior Construction Inspector $ 115.00 $125.00 FIELD TESTING EQUIPMENT HOURLY RATES Prevailing Wage Anchor Pull Testing $ 20.00 Torque Wrench $ 20.00 Skidmore Wilhelm H. S. Bolt Calibrator $ 30.00 Paint Coating Gauge / Moisture Meter $ 20.00 Floor Flatness Equipment $ 40.00 UT / MT / PT Testing Equipment $ 15.00 Radiographic Equipment (Cesium 192) $ 65.00 Ground Penetrating Radar $ 65.00 Nuclear Gauge or Sand Cone Equipment $ 20.00 Pachometer $ 20.00 Smart Tables / Laptop Computers $ 5.00 Coring Equipment (Core drill, generator, etc.) $ 55.00 Concrete Test Equipment, Air Meter, Unit Weight , Slump Kit, Platform Scale $ 15.00 Schmidt Hammer $ 20.00 Concrete Vapor Transmission Test Kits (Each) $ 80.00 BASIS OF CHARGES (CONTINUED) Notes 1. Outside Equipment & Services Cost plus 20% 2. Mileage 0.75/mile 3. Per Diem $125/Day, or cost plus 20% whichever is greater 4. Technical Services (Portal to Portal) Show-up/Cancellation: 2-hour minimum Shop/Field Services: 4-hour increment Work + 8 hours: 2-hour increment Office Staff: 1-hour increment 5.Premium Time Over 8-hrs on Weekday and First 8-hrs on Saturday: 1.5 x Rate Over 12-hrs on Weekday and Over 8-hrs on Saturday: 2.0 x Rate Professional Services Rev. April 27, 2016 21 Professional Services Rev. April 27, 2016 22 Professional Services Rev. April 27, 2016 23 Professional Services Rev. April 27, 2016 24 Professional Services Rev. April 27, 2016 25 Professional Services Rev. April 27, 2016 26 Professional Services Rev. April 27, 2016 27 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 YES 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 (30) 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. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS” 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 Professional Services Rev. April 27, 2016 28 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 CONSULTANT 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 CONSULTANT SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE EMAILED TO: InsuranceCerts@CityofPaloAlto.org PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303 Professional Services Rev. April 27, 2016 29 EXHIBIT “E” DIR REGISTRATION FOR PUBLIC WORKS CONTRACTS This Exhibit shall apply only to a contract for public works construction, alteration, demolition, repair or maintenance work, CITY will not accept a bid proposal from or enter into this Agreement with CONSULTANT without proof that CONSULTANT and its listed subcontractors are registered with the California Department of Industrial Relations (“DIR”) to perform public work, subject to limited exceptions. City requires CONSULTANT and its listed subcontractors to comply with the requirements of SB 854. CITY provides notice to CONSULTANT 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.” CITY gives notice to CONSULTANT and its listed subcontractors that CONSULTANT is required to post all job site notices prescribed by law or regulation and CONSULTANT is subject to SB 854-compliance monitoring and enforcement by DIR. CITY requires CONSULTANT 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, CONSULTANT 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 CONSULTANT and its listed subcontractors, respectively. At the request of CITY, acting by its project manager, CONSULTANT 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. CITY requests CONSULTANT 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, Professional Services Rev. April 27, 2016 30 then CONSULTANT and its listed subcontractors shall be subject to a penalty of one hundred dollars ($100.00) per calendar day, or portion thereof, for each worker, and CITY shall withhold the sum total of penalties from the progress payment(s) then due and payable to CONSULTANT. Inform the project manager of the location of CONSULTANT’s and its listed subcontractors’ payroll records (street address, city and county) at the commencement of the Project, and also provide notice to the project manager within five (5) business days of any change of location of those payroll records. ATTACHMENT B: BID LIST SUMMARY Type Apex BPG, LLP Canus 4LEAF WGW Regular 87.00$ 75.00$ 137.83$ 137.00$ OT 130.50$ 100.00$ 163.34$ 205.50$ Holiday 174.00$ 100.00$ 163.34$ 274.00$ Elecric Regular 100.00$ 75.00$ 137.83$ 137.00$ OT 150.00$ 100.00$ 163.34$ 205.50$ Holiday 200.00$ 100.00$ 163.34$ 274.00$ Public Works Regular 87.00$ 75.00$ 137.83$ 137.00$ OT 130.50$ 100.00$ 163.34$ 205.50$ Holiday 174.00$ 100.00$ 163.34$ 274.00$ PW - Storm Regular 87.00$ 75.00$ 137.83$ 137.00$ OT 130.50$ 100.00$ 163.34$ 205.50$ Holiday 174.00$ 100.00$ 163.34$ 274.00$ Total 1,624.50$ 1,100.00$ 1,858.04$ 2,466.00$ Cost = 10%6.77 10 5.92 4.46 Points