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