Loading...
HomeMy WebLinkAbout2002-07-22 City Council (2)City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PLANNING AND COMMUNITY ENVIRONMENT DATE: SUBJECT: JULY 22, 2002 CMR:347:02 APPROVAL OF A CONTRACT WITH W. BRADLEY ELECTRIC IN THE AMOUNT OF $157,000 FOR MODIFYING THE TRAFFIC SIGNAL AT MIDDLEFIELD ROAD AND MEADOW DRIVE, AND APPROVAL OF A RESOLUTION PROHIBITING PARKING ON MEADOW DRIVE RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract (Attachment A) with W. Bradley Electric in the amount of $157,000 for modifying the traffic signal and conducting related striping, signing and roadway work at the intersection of Middle field Road and Meadow Drive. Authorize the City Traffic Engineer to negotiate and execute one or more change orders to the contract with W. Bradley Electric for related, additional but unforeseen work, which may develop during the project, the total value of which shall not exceed $15,700. Adopt the attached resolution approving new "No Parking 7 a.m. to 7 p.m." zones on the south sides of East Meadow Drive beginning at a distance of 85 feet east of Middlefield Road and 75 feet west of Middlefield and ending 140 feet east of Middlefield and 225 feet west of Middlefield (Attachment B). BACKGROUND The project is located at the intersection of Middlefield Road and Meadow Drive. The intersection is controlled with a two-phase traffic signal. In the vicinity of the project, Middlefield Road is striped with four through traffic lanes (10 feet wide except the curb side lane on the east side is 13 feet wide), one left-turn lane (10 foot wide) and a bike lane on the west side (7 foot wide). Parking on Middlefield in this area is not allowed. East of Middlefield, Meadow is striped with two 11 foot travel lanes and a 14 foot wide parking and bike lane, and parldng is not allowed any time on the south side for a distance of 85 feet from Middlefield. West of Middlefield, Meadow is striped with two CMR:347:02 Page 1 of 4 11 foot wide travel lanes, a 7 foot wide parking lane and 7 foot wid~ bike lanes on both sides of the street and parking is not allowed any time on the south side for a distance of 75 feet. No left-turn lanes exist on Meadow and there are no wheelchair ramps at the intersection. A substantial number of students use this intersection traveling to and from Jane Lathrop Stanford Middle School and Fairmeadow School. However, this intersection is not pedestrian-friendly because there are no wheelchair ramps and there are conflicts between heavy left-turning traffic and pedestrians crossing the street. Additionally, a review of traffic volumes and accidents supports the need for left-turn arrows. DISCUSSION The work to be performed under the contract consists of modifying the existing two phase fully actuated traffic signal to an eight phase signal to provide left-turn arrows in all directions (thus avoiding the traffic conflicts), constructing wheelchair ramps at all four Corners, and related striping and signing. In order to provide left-turn arrows at this intersection, it is essential to provide left turn pockets on Meadow. Therefore, Meadow will be restriped for a distance of 140 feet east of and 225 feet west of Middlefield, to include a 12 foot wide bike/parking lane on the north side, two 10 foot wide travel lanes, one 10 foot wide left-turn lane and an 8 foot bike lane on the south side. Due to the constrained width of the street, parldng will need to be prohibited in the 8 foot wide bike lane on the south side of Meadow for an additional distance of 150 feet west of and 55 feet east of Middlefield. This will result in a loss of five to six parking spaces west of and two parking spaces east of Middlefield. Approval of the attached resolution will allow parldng to be prohibited on the south side of Meadow for a total distance of 140 feet east of Middlefield and 225 feet west of Middlefield. East of Middle field, parking will continue to. be prohibited any time within the first 85 feet, but prohibited from 7 a.m. to 7 p.m. for the remaining 55 feet. Similarly, west of Middlefield parking will continue to be prohibited any time within the first 75 feet, but prohibited from 7 a.m. to 7 p.m. for the remaining 150 feet. East of Middlefield Road, this new parldng restriction will affect two residents and west of Middle field it will affect Fire Station 4 and Covenant Presbyterian Church. The affected parties were mailed a notice on February 13, 2002 about the proposed work and the parldng restrictions (Attachment D). To date, staff has not received any phone calls or letters in opposition to the proposed parldng restriction. Left-turn lanes already exist on Middlefield, but the left-turning volume on Middlefield warrants lengthening the left-turn lanes. The Palo Alto Bicycle Advisory Committee (PABAC) reviewed the project plans and recommends widening the curb side lane to 14 feet on the east side (northbound) to provide more room for bicyclists to share the northbound CMR:347:02 Page 2 of 4 curb lane with vehicular traffic. In order to accommodate a wider curb ’side lane on the east side, the bike lane on the west side will be narrowed to six feet, which is acceptable. Bid Process A notice inviting formal bids for this project was first issued on May 2, 2002 to builders’ exchanges and five electrical contractors. Two additional contractors requested and were given the bid documents. The bidding period was 27 days. At the close of the bid period no bids were received. Calls to three contractors indicated that they were too busy bidding other jobs to bid on this project. Accordingly, the project was bid again on June 5, 2002 for another 27-day bid period. This time the bid packet was sent to the local builders exchanges, six contractors, ’and. was advertised in two issues of both the San Jose Mercury and San Francisco Chronicle. Thre~ additional contractors requested and were given the bid documents. As shown in the attached bid summary sheet (Attachment C), four bids were received from qualified contractors. The bids ranged from a high of $235,000 to a low bid of $157,000. The bid of $157,000 submitted by W. Bradley Electric is 16 percent above the engineer’s estimate of $135,000. Given that the project was bid twice and the bids ranged up to $235,000, staff believes the engineer’s estimate was on the conservative side, and recommends that the bid of $157,000 be accepted and W. Bradley Electric be declared the lowest responsible bidder. The change order amount of $16,000, which is approximately 10 percent of the total contract, is requestedfor related, but unforeseen work. Staff also checked with the Contractor’s State License Board and found that the contractor has an active license on file. RESOURCE IMPACT The total cost of the project, including contingencies, is $173,100. Sufficient funds for this project were included, and are currently available, in the Electric Utilityportion of the 2001- 2002 Capital Improvement Program. POLICY IMPLICATIONS This project is consistent with the Council-approved Utilities Strategic Plan to implement programs that improve the quality of the environment. ENVIRONMENTAL REVIEW Modification of traffic signals and related striping and signing is considered a minor operational improvement, and is categorically exempt under the California Environmental Quality Act. No further environmental assessment is necessary. CMR:347:02 Page 3 of 4 ATTACHMENTS A. Contract B. No Parking Resolution C. Bid Summary Sheet D. Notice to adjacent properties regarding proposed parking restrictions PREPARED BY: DEPARTMENT HEAD: A@~K AGG~_’~AL City Traffic ;LIE Director of Planning and Community Environment CITY MANAGER APPROVAL: l~viILY HARRISON Assistant City Manager CMR:347:02 Page 4 of 4 ATTACHMENT A FORMAL CONTRACT CONTRACT No. C3143173A Planning Department/Transportat on Division SECTION 5OO This Contract, number C3143173A dated is entere~l into by and between the City of Palo Alto, a chartered City and a municipal corporation of the State of California ("City"), and W. Bradley Electric Contractor. For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and Contractor ("the parties") agree: Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this Contract. General Scope of Project and Work. Contractor shall furnish labor, services, materials and equipment in connection with the Work required herein and complete the Work in accordance with the covenants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: Title of Project:Upgrade Traffic Signal at Middlefield Rd./East Meadow Dr. in Palo Alto, Invitation for Bid (IFB) Number 143173 A Bid:$157,100.00 Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the City Clerk and are hereby.incorporated by reference. For the purposes of construing, interpreting and resolving inconsistencies between and among the provisions of this Contract, these documents and the provisions thereof are set forth inthe following descending order Of precedence. This Contract. Invitation For Bid. Project Specifications. Drawings. Change Orders. Bid. Supplementary Conditions. General Conditions. Standard Drawings and Specifications (1999). Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond. Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the Standard Drawings and Specifications (1999). Any other document not expressly mentioned herein which is issued by City or entered into by the parties. Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon the receipt of written invoices and all necessary supporting documentation within the time set forth in the Contract Specifications and the Standard Drawings and Specifications (1999), or, if no time is stated, within thirty (30) Days of the date of receipt of Contractor’s invoices. Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance coverage described in the Invitation For Bid on terms and conditions and in amounts as may be required by the Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the personal property of any person performing labor or services or supplying materials or equipment under the Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting coverage required under this Contract on or before the Date of Execution. The certificates and endorsements for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Sebtion 16 of this Contract. 6.Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members, CITY OF PALO ALTO IFB NO. 143173 A PAGE 1 OF 7 FORMAL CONTRACT SECTION 500 officers, employees, agents and representatives harmless from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts or the negligent acts or omissions of Contractor, or which results from Contractor’s noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is required not to do under this Contract, or which arises from conduct for which any Law may impose strict liability on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by Contractor under this Contract at any time during the term of this Contract, or arising thereafter. To the extent Contractor will use hazardous materials in connection with the execution of its obligations under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City Council members, officers and employees from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in connection with or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract, under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. 9601-6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. 6901-6992k, as amended); the Toxic Substances Control Act (15 U.S.C. 2601-2692, as amended); the Carpenter- Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, 25300-25395, as amended); the Hazardous Waste Control Law (Health & Safety Code, 25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, 25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, 25280-25299.7, as amended); or under any other local, state or federal law, statute or ordinance, or at common law. Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the property of Contractor which may occur in, on, or about the Project site at any time and in any manner, excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of City or any of its Council members, officers, employees, agents or representatives. Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by City.of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other provision, nor shall any custom or practice which may arise between the parties in the administration of any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract. 10. 11. No Exoneration By Inspection: The City has the right, but not the duty, to inspect Contractor’s Work. The right of inspection is solely for the benefit of City. Contractor has the obligation to complete the Work in a satisfactory manner in compliance with Contract requirements. Thepresence of a City inspector does not shift that obligation to the City or relieve Contractor from its obligations to complete the Work in a satisfactory manner in compliance with the Contract requirements. Compliance with Laws. Contractor shall comply with all Laws now in force or Which may hereafter be in force pertaining to the Project and Work and this Contract, with the requirement of any bond or fire underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any Law of any public agency or official as well as with any provision of all recorded documents affecting the Project site, insofar as any are required by reason of th~ use or occupancy of the Project site, and with all Laws pertaining to nondiscrimination in employment and hazardous materials. Bonds. Asa condition precedent to City’s obligation to pay compensation to Contractor, and on or before the Date of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the Invitation For Bid. CITY OF PALO ALTO IFB NO. 143173 A PAGE 2 OF 7 FORMAL CONTRACT SECTION 500 12 Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants: Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; Any materials and equipment which shall be used during the course and scope of the Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required; Any labor and services rendered andmaterials and equipment used or employed during the course and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder; Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City. Any information submitted by Contractor.prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City; Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the terms and conditions of Contractor’s Bid, except as may be permitted by the nvitation For Bid; Contractor has the power and authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the power and authority conferred upon the person or persons authorized to bind Contractor; ho Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project Manager or any other person who has directly contributed to City’s decision to award the contract to Contractor; There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor’s ability to perform under the Contract; Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions, certifications, andother written information as may be requested of Contractor by City. from time to time during the term of this Contract; Contractor and any person performing labor and services under this Project are duly licensed by the State of California as required by California Business & Professions Code Section 7028, as amended; and Contractor has fully examined and inspected the Project site and has full knowledge of the physical conditions of the Project site. 13.Assi.qnment. This Contract and the performance required hereunder is personal to Contractor, and it shall not be assigned by Contractor. Any attempted assignment shall be null and void. 14.Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract Time or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim to City. 15.Audits by City. During the term of this Contract and for a period of not less than three (3) years after the CITY OF PALO ALTO IFB NO: 143173 A PAGE 3 OF 7 FORMAL CONTRACT SECTION 500 expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related and Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours, during the regular business hours of City. 16.Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents, designations, notices, offers, requests and statements given by either party to the other shall be in writing and shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission, if sent to the telephone FAX number set forth below during regular business hours of the receiving party and followed within two (2) Days by delivery of a hard copy Of the material sent by facsimile transmission, in accordance with (1), (2) or (3) above. Personal service shall include, Without limitation, service by delivery and service by facsimile transmission. To City:City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 Copy to:City of Palo Alto 250 Hamilton Avenue Palo Alto, CA 94301 Attn: Ashok Aggarwal, Project Manager To .Contractor:W. Bradley Electric 90 Hill Road Novato, CA 94945 17. Attn: Jim Bradley Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article Ill, Section 12 of the Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may accrue only after such expenditures have been approved in advance in writing in accordance with applicable Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 16 shall control in the event of a conflict with any other provision of this Contract. 18.Miscellaneous. Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor. bo Consent. Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in writing and shall be executed by a person having the express authority to grant such approval or consent. Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with the Laws of the State of California. Definitions. The definitions and terms set forth in Section 1 of the Standard D~awings and Specifications (1992) of this Contract are incorporated herein by reference. Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to perform its obligations under this Contract which directly results from an Act of God or an act of a superior governmental authority. CITY OF PALO ALTO IFB NO. 143173 A PAGE 4 OF 7 FORMAL CONTRACT SECTION 50O Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the construction or interpretation of any part of this Contract. Incorporation of Documents. All documents constituting the Contract documents described in Section 3 hereof and all documents which may, from time to time, be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part of this Contract. Integration, This Contract and any amendments hereto between the parties constitute the entire agreement between the parties concerning the Project and Work, and there are no other prior oral or written agreements between the parties that are not incorporated in this Contract. Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless such modification is agreed to in writing and signed by the parties. Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or other stipulation in the Contract shall define or otherwise control, establish, or limit the performance required or permitted or to be required of or permitted by either party. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions. Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or other writing, which authorizes any director, officer or other employee or partner to act for or in behalf of Contractor or which authorizes Contractor to enter into this Contract. Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect. no Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to any rights and benefits acq;orded or accruing to the City Council members, officers or employees of City, and Contractor expressly waives any and all claims to such rights and benefits. Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to and bind, the successors and assigns of the parties. Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the calculation of time hereunder, the time in which an act is to be performed shall be computed by excluding the first Day and including the last. If the time in which an act is to be performed falls on a Saturday, Sunday,or any Day observed as a legal holiday by City, the time for performance shall be extended to the following Business Day. Alternative Dispute Resolution. The parties shall endeavor to resolve any disputes or claims arising out of or relating to this Contract by mediation, which, unless the parties agree otherwise, shall be conducted under the auspices of the Judicial Arbitration and Mediation Service (JAMS), San Jose, California. The intent of the parties is that the mediation shall proceed in advance of litigation; however, if any party should commence litigation before the conclusion of mediation, such litigation, including discovery, shall be stayed pending completion of mediation, and by executing this Contract the parties stipulate to mediation in accordance with Santa Clara County Superior Court Local Rule 1.15 or Rule 2-3(b) of the ADR Local Rules of the U.S. District Court for the Northern District of California, as such rules may be amended from time to time. The parties shall share the cost of the mediation, including the mediator’s fee, equally. Any written agreement reached in mediation shall be enforceable pursuant to California Code of Civil Procedure § 664.6, as amended. Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose, California. In the event that litigation is commenced by any party hereunder, the parties agree that such action shall be vested exclusively in the state courts of California in the County of Santa CITY OF PALO ALTO IFB NO. 143173 A PAGE 5 OF 7 FORMAL CONTRACT SECTION 500 Clara or in the United States District Court for the Northern District of California. Recovery of Costs. Each Party shall bear its own costs, including attorney’s fees, through the completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure § 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable costs, including attorney’s fees, incurred subse.quent to conclusion of the mediation. Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase agreements which it enters into in connection with this Contract, and to require its subcontractors to include those provisions in any sub-contracts or major material purchase agreements, such that any mediation or litigation of any claim or dispute asserted by a subcontractor or major material supplier will be consolidated with any related claim or dispute between the Contractor and the City. Should the Contractor fail to do so, such that the City is required to defend an action brought by a subcontractor or material supplier inconsistent with the Alternative Dispute and Venue provisions of this Contract, Contractor shall indemnify City for City’s costs of defense, including reasonable attorney’s fees. IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of Palo Alto, County of Santa Clara, State of California on the date first stated above. ATTEST: City Clerk APPROVED AS TO FORM: CITY OF PALO ALTO By:. Mayor Senior Assistant City Attorney APPROVED:CONTRACTOR: Assistant City Manager Director of Utilities Director of Administrative Services Contract Manager (Insurance Review) By: Name Title: By: Name: Title (Compliance with California Corporations Code 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable.) CITY OF PALO ALTO IFB NO. 143173 A PAGE 6 OF 7 FORMAL CONTRACT CERTIFICATE OF ACKNOWLEDGMENT (Civil Code 1189) SECTION 500 STATE OF COUNTY OF On , before me, a notary public in and for said County, personally appeared , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature (Seal) CITY OF PALO ALTO IFB NO. 143173 A PAGE 7 OF 7 ATTACHMENT B RESOLUTION NO. RESOLUTION OF THE COUNCIL OF THE CITY OF PALO ALTO APPROVING AND ADOPTING NO PARKING ZONES FROM 7:00 A.M TO 7:00 P.M. ON EAST MEADOW DRIVE WHEREAS, a substantial number of students use intersection of Middlefield Road and East Meadow Drive; and the WHEREAS, conflicts occur between the left-turning trafficand the students using the intersection; and WHEREAS, left-turn lanes and left- turn green arrows are required to enhance pedestrian safety at the intersection; and WHEREAS, there is a need to establish zones where parking will be prohibited 7:00 a.m. to 7:00 p.m. on East Meadow Drive to accommodate left-turn lanes; and WHEREAS, Pal’o Alto Municipal Code section 10.44.010 enables the City Council to establish by resolution such parking restrictions and prohibitions as may be necessary. NOW, THEREFORE, the Council of the City of Palo Alto does RESOLVE as follows: SECTION i. The Council hereby establishes "No Parking 7:00 A.M. ~.to 7:00 P.M." zones on the south sides of East Meadow Drive beginning at a distance of 85 feet east of Middlefield Road and 75 feet west of Middlefeld Road and ending at 140 feet east of Middlefield Road and 225 feet west of Middlefield Road, as indicated in Exhibit A, attached hereto ~and incorporated by reference. // // // // // 020715 syn 0091117 1 SECTION 2. The Council finds that this project is categorically exempt from the California Environmental Quality Act. under Class 1 minor alterations to existing public facilities)and’ no further environmental assessment is necessary. INTRODUCED AND PASSED: AYES: NOES: ABSENT: ABSTENTIONS: ATTEST: City Clerk APPROVED AS TO FORM: Mayor APPROVED: Senior Asst. City Attorney City Manager Chief Transportation official Director of Planning’and Community Environment 020715 syn 0091117 2 EXHIBIT A o .0 oo oo ooo o ooo ooo ooo ooo o ooo o ooo~ ooo o ooo ooo February 13, 2002 City of Palo Alto Department of Planning and Community Environment ATTACHMENT D MIDDLEFIELD ROAD/EAST MEADOW DRIVE IMPROVEMENTS - ON-STREET PARKING REMOVAL INTERSECTION Transportation Division Dear Property Owner/Resident: .The City of Palo Alto Transportation Division is in the process of planning safety improvements to the intersection of Middlefield Road/East Meadow Drive. These improvements are needed to help facilitate traffic flow so that protected left-turns can be made, and students can cross the street without conflicting traffic movements. The improvements include the addition of left-turn pockets for eastbound and westbound East Meadow Drive, left-turn green arrows for left-turning traffic, wheelchair ramps at all four comers and associated roadway striping, signing and traffic signal changes. Because of constraints created by the existing geometric configuration of the intersection, some on-street parking will need to be removed in order to rfiake room for the new left- turn lanes. Specifically, parking will need to be prohibited along the south side of East Meadow Drive, within 225 feet of the intersection west of Middle field and within 140 feet of the intersection east of Middlefield. This will result in the loss of approximately six parking spaces along the south side of East Meadow west of Middlefield, and the loss. of one to two spaces on the south side of East Meadow east of Middlefield. We anticipate that the intersection improvements will be made in the summer of 2002. If you have any questions or concerns about this matter, feel free to call me at (650) 329- 2425. Sincerely, DAVID STILLMAN, P.E. Transportation Engineer 250HamiltonAvenue RO. Box 10250 PaloAlto, CA94303 650.329.2520 650.617.3108 fax