HomeMy WebLinkAbout2001-06-25 City Council (9)City of Palo Alto
City Manager’s Report
TO:
FROM:
DATE:
HONORABLE CITY COUNCIL
CITY MANAGER
JUNE 25, 2001
DEPARTMENT: UTILITIES
CMR:267:01
SUBJECT:APPROVAL OF CONTRACT IN THE AMOUNT OF $181,800 WITH
DAHL, TAYLOR & ASSOCIATES, INC. FORENGINEERING,
DESIGN AND CONSTRUCTION MANAGEMENT SERVICES FOR
UNDERGROUND UTILITY DISTRICT NO. 38
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with Dahl, Taylor
& Associates, Inc. in the amount of $181,800 for engineering, design and construction
management services for Underground Utility¯ District No. 38.
-2.Authorize the City Manager or his designee to negotiate and execute one or more
change orders to the contract with Dahl, Taylor & Associates, Inc. for related,
additional but unforeseen work which may develop during. ~- ~--phase of the
project, the total value of which shall not exceed $18,000.
CMR:267:01 Page 1 of 4
DISCUSSION
Project Description
At its meeting on February 23, 1998, the Council adopted Ordinance No. 4483 creating
Underground Utility District No. 38. District No. 38 includes the area bounded by Oregon
Expressway on the north, Cowper Street on the east, Colorado Avenue on the south, and
High Street on the west. Within District No. 38, all overhead electric, street light and
telecommunication facilities, including seventy one wood poles, will be removed and
replaced with underground facilities. There are two hundred twenty nine residential electric
customers within the underground district.
The scope of work to be performedunder this contract consists of providing all engineering
design, specifications, drawings, and project management needed for the construction of this
project, including the following items:
Verify the location of all existing underground utilities within District Nol 38 and
produce a base map Showing these facilities.
3.
Using the base map, produce drawings showing the design of all underground electric,
street light and telecommunication facilities required for the project.
Prepare a list of bid items for the construction contract and assist City staff in
evaluating the construction bids.
Oversee project construction and. provide necessary project management through
project completion.
Staff is recommending the use of a contractor to perform this work in order to meet the
project schedule. At the present time, the City’s Utilities Electric Engineering Division does
not. have sufficient staff to provide the engineering required for District No. 38 while
Providing engineering support for existing capital improvement projects and new business
requests.
Selection Process
On March 13, 2001, staff sent a request for proposal (RFP) to six firms specializing in
underground distribution system design. The proposal period was forty days. Two firms
submitted proposals (Bums & McDonnell and Dahl, Taylor & Associates). Proposals ranged
CMR:267:01 Page 2 of 4
from $181,800 to $236,240. Firms not responding indicated that they did not submit a
proposal because they were too busy or did not have engineering capability to supply the
requested service~
A selection advisory committee consisting of Utility Electric Engineering Division personnel
reviewed the proposals. The committee carefully reviewed each firm’s qualifications and
submittal in response to the RFP.
Dahl, Taylor & Associates was selected because of its recent experience with similar
projects, understanding of the RFP and qualifications. The contract lati~ e,,.~ $88,200 below
the engineer’s estimate of $270,000. The change order amount of $18,000, which equals ten
percent of the total contract, is requested to cover the cost of additional but unforeseen work
required to complete the project.
Staff checked references supplied by Dahl, Taylor & Associates for previous work performed
and found no complaints.
RESOURCE IMPACT
Funds for this project, $199,800, are available in the fiscal year 2000-01 and 2001-02
Electric Capital Improvement Program budget under Underground Conversion District #38
(9804) project.
This action has minimal impact on Utilities staff, since an outside consultant will perform
the majority of the required engineering, design and pr0ject management work.
POLICY IMPLICATIONS
The award of this contract does not represent any change to existing City policies. The
recommendation is also consistent with the recently adopted Utilities Strategic
Implementation Plan Strategy No.7: Implement Programs That Improve The Quality of the
Environment.
ENVIRONMENTAL REVIEW
This project is categorically exempt from California Environmental Quality Act (CEQA).
CMR:267:01 Page 3 of 4
ATTACHMENTS
RFP Evaluation Summary
Contract
PREPARED BY:Tom Finch, Senior Power Engineer
Tomm Marshall, Manager Electric Engineering
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
r of Utilities-~
EMILY HARRISON
Assistant City Manager
CMR:267:01 Page 4 of 4
Item Evaluated
RFP Responsiveness
Overhead to
Underground Utility
Conversion proficiency
and experience
Project Understanding
Staffing Strength &
Capability as relates to
this RFP
References
Budget/Cost Magnitude.
Proposal Evaluation
Underground Utility District No. 38 : Engineering &
Construction Management Services
City RFP # 133940, Bids opened on April 10, 2001
Dahl Taylor & Associates Burns & McDonnell
Quite responsive. Project
task/subtasks shown are
detailed.
Strong. Have designed and
managed several large,
complex conversion
projects for the City of
Anaheim including
Disneyland and Harbor
Boulevard areas.
Comprehensive proposal.
Understands the
requirements and
challenges of underground
conversion projects.
Large staff with extensive
experience in underground
distribution projects.
Have completed several
large conversion projects
for City of Anaheim.
Anaheim engineering staff
is pleased with results.
Not-to=Exceed fee of
$ I81,800 including 120
hours of construction
support. Any additional
engineering work required
would be billed at a rate of
$111.02 / Hr.
Responsive and detailed.
Strong. Have designed
and managed large.
conversion projects for
Cities of Anaheim and
Jacksonville, and for Salt
River Project.
Comprehensive proposal.
Demonstrated a clear
understanding of project
requirements.
Large staff with
extensive experience
with all types of
overhead and
underground distribution
projects.
Have completed several
large conversion projects
for City of Anaheim.
Anaheim engineering
staff is pleased with
results.
Not-to-Exceed fee of
$236,240. Any additional
engineering work
required would be billed
at a rate of$112.50 / Hr.
PaRe 1 of 2
Remarks
Both firms have
extensive
experience and
capability in’
underground
distribution
design.
Dahl Taylor not-
to-exceed fee is
lower by $54,440.
Recommendation:
Initiate CMR and a City Contract with Dahl, Taylor & Assoc. for
engineering/design (includes civil, mechanical & electrical) and construction
support for $181,800.
Note:
Dahl, Taylor & Assoc. offers complete engineering & design with additional construction
field support for $181,800. Dahl, Taylor’s approach to this project will have minimum
impact to the City staff. Dahl, Taylor has a very good understanding of the challenges for
this project and their proposal is quite responsive.
Evaluated By: Tom Finch June 13, 2001
Approved By: Tomm Marshall
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
DAHL, TAYLOR & ASSOCIATES, INC.
FOR CONSULTING SERVICES FOR
CONSULTING ENGINEERING, DESIGN AND
CONSTRUCTION MANAGEMENT SERVICES FOR
UNDERGROUND UTILITY DISTRICT NO. 38
This Contract No.is entered into ,
by and between the CITY OF PALO ALTO, a chartered city and a
municipal corporation of the State of California ("CITY"), and
DAHL, TAYLOR & ASSOCIATES, INC., a California corporation, located
at 2960 Daimler Street, Santa Ana, CA 92705-5824 ("CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain professional consulting
services ("Services") and the .preparation and delivery of, without
limitation, one or more sets of documents, drawings, maps, plans,
designs, data, calculations, surveys, specifications, schedules or
other writings (~Deliverables") (Services and Deliverables are,
collectively, the ~Project"), as more fully described in Exhibit
"~’; and at the costs set forth in Exhibit "B".
WHEREAS, CITY.desires to engage CONSULTANT, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing the Services, and
CONSULTANT has offered to complete the Project on the terms and in
the manner set forth herein;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
SECTION I.TERM
I.I This Contract will commence on the date of its
execution by CITY, and will terminate upon the completion of the
Project, unless this Contract is earlier terminated by CITY. Upon
the receipt of CITY’s notice to proceed, CONSULTANT will commence
work on the initial and subsequent Project tasks in accordance.with
the time schedule set forth in Exhibit "A". Time is of the essence
of this Contract. In the event that the Project is not completed
withinthe time required through any fault of CONSULTANT, CITY’s
city manager will have the option of extending the time schedule
for any period of time. This provision will not preclude the
recovery of damages for delay causedby CONSULTANT.
//
010620 sm 0072068 1
SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS
2.1 The scope of Services and Deliverables constituting
the Project will be.performed, delivered or-executed by CONSULTANT
under the phases of the Basic Services’ and is described as
Consulting Engineering, Design and Construction Management Services
for Underground Utilities District No. 38, as more fully described
below.
2.2 CITY may order substantial changes in the scope or
character of the Basic Services, the Deliverables, or the Project,
either decreasing or increasing the amount of work required of
CONSULTANT. In the event that such changes are ordered, subject to
the approval of CITY’s City Council, as may be required, CONSULTANT
will be entitled to full compensation for all work performed prior
to CONSULTANT’s receipt of the notice of change and further will be
entitled to an extension of the time schedule. Any increase in
compensation for substantial .changes will be determined in
accordance with the provisions of this Contract. CITY Will not be
liable for the cost or payment of any change in work, unless the
amount of additional compensation attributable to the change in
work is agreed to, in writing, by CITY before CONSULTANT commences
the performance of any such change in work.
2.3 Where the Project entails the drafting and
submission of Deliverables, for example, construction plans,
drawings, and specifications, any and all errors, omissions, or
ambiguities in the Deliverables, which are discovered by CITY
before invitations to bid on a construction project (for which the
Deliverables are required) are distributed by CITY, will be
corrected by CONSULTANT at no cost to CITY, provided CITY gives
notice to CONSULTANT.
2.4 Any and all errors, omissions, or ambiguities in.the
Deliverables, which are discovered by CITY after the construction
contract is awarded by CITY, will be performed by CONSULTANT, as
follows: (a) at no cost to CITY insofar as those Services,
including the Basic Services or the Additional Services, as
described below, or both, will result in minor or nonbeneficial
changes in the construction work required of the construction
contractor; or (b) at CITY’s cost insofar as those Services,
including the Basic Services-or the Additional Services, or both,
will add a direct and substantial benefit to the construction work
required of the construction contractori The project manager in
the reasonable exercise of his or her discretion will determine
whether the Basic Services or the Additional Services, or both,
will contribute minor or substantial benefit to the construction
work.
010620 sm 0072068 2
SECTION 3. QUALIFICATIONS, STATUS, AND DUTIES OF
CONSULTANT
3.1 CONSULTANT represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services and Deliverables. CONSULTANT further
represents and warrants that the project director and every
individual, including any consultant (or contractors), charged with
the performance of the Services are duly licensed or certified-by
the State of California, to the extent .such licensing or
certification is required by law to perform the Services, and that
the Project will be executed by them or under their supervision.
CONSULTANT will furnish to CITY for approval, prior to execution of
this.Contract, a list of all individuals and the names of their
employers or principals to be employed as consultants.
3.2 In reliance on the. representations and warranties
set forth in this Contract, CITY hires CONSULTANT to execute, and
CONSULTANT covenants and agrees that it will execute or cause to be
executed, the Project.
3.3 CONSULTANT will assign Thomas L. Doyle as the
project direCtor to have supervisory responsibility for the
performance, progress, and execution of the Project. Roderick C.
Yong will be assigned as the project coordinator who will represent
CONSULTANT during the day-to-day work On the Project. If
circumstances or conditions subsequent to the execution of this
Contract cause the substitution of the project director or project
coordinator for any reason, the appointment of a substitute project
director or substitute project coordinator will be subject to the
prior written approval of the project manager.
3.4 CONSULTANT represents and warrants that it will:
3.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the due and lawful prosecution of the Project;
3.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract and any materials used ih CONSULTANT’s
performance of the Services;
3.4.3 At all times observe and comply with, and cause
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances,, regulations, orders and decrees mentioned above; and
010620 sm 0072068 3
3.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to the Deliverables.
3.5 Any Deliverables given to, or prepared or assembled
by, CONSULTANT or its consultants, if any, under this Contractwill
become the property of CITY and will not be made available to any
individual or organization by CONSULTANT or its consultants, if
any, without the prior written-approval of the city manager.
3.6 CONSULTANT will provide CITY with two (2) copies of’
any documents which are a part of the Deliverablgs upon their
completion and acceptance by CITY.
3.7 If CITY requests additional copies of any documents
which are a part of the Deliverables, CONSULTANT will provide such
additional copies and CITY will compensate CONSULTANT for its
duplicating costs.
3.8 CONSULTANT will be responsible for employing or
engaging all persons necessary to execute the Project. All
consultants of CONSULTANT will be deemed to be directly controlled
and supervised by CONSULTANT,- which will be responsible for their
performance. If any employee or consultant of CONSULTANT fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner; the
employee or consultant will be discharged immediately from further
performance under this Contract on demand of the project manager.
3.9 In the execution of the Project, CONSULTANT and its
consultants, if any, will at all times be considered independent
contractors and not agents, or employees of CITY.
3.10 CONSULTANT will perform or obtain or cause to be
performed or obtained any and all of the following Additional
Services, not included under the Basic Services, if so authorized,
in writing, by CITY:
3.10.1 Providing services as an expert witness in
connection with any public hearing or meeting, arbitration
proceeding,or proceeding of a court of record;
3.10.2 Incurring travel and subsistence expenses for
CONSULTANT and its staff beyond those normally required under the
Basic Services;
O10620 sm 0072068 4
3.10.3 Performing any other Additional Services that
may be agreed upon by the parties subsequent to the execution of
this Contract; and
3.10.4 Other Additional Services now or hereafter
described in Exhibit "A" to this Contract.
3.11 CONSULTANT will be responsible for employing
all consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The appointment of consultants~must
be approved, in advance, by CITY, in writing, ,~and must remain
acceptable to CITY during the term of this Contract.
SECTION 4. DUTIES OF CITY
4.1 CITY will furnish or cause to be furnished the
services listed in Exhibit "A" and such information regarding its
requirements applicable to the Project. as may be reasonably
requestedby CONSULTANT.
4.2 CITY will review and approve, as necessary, in a
timely manner the Deliverables and each phase of work performed by
CONSULTANT. CITY’s estimated time of review and approval will be
furnished to CONSULTANT at the time of submission of each phase of
work. CONSULTANT acknowledges and understands that the
interrelated exchange of information among CITY’s various
departments makes it extremely difficult for CITY~ to firmly
establish the time of each review and approval task. CITY’s
failure to review and approve within the estimated time schedule
will not constitute a default under this Contract.
4.3 The city manager will represent CITY for all
purposes under this Contract. Tom Finch, Senior Power Engineer is
designated as the project manager for the city manager. The
project manager will supervise the performance, progress, and
execution of the Project.
4.4 If CITY obser.ves or otherwise, becomes aware of any
default in the performance of CONSULTANT, CITY will use reasonable
efforts to give written notice thereof to CONSULTANT in a timely
manner.
SECTION 5. COMPENSATION
5.1 CITY will compensate CONSULTANT for the following
services and work:
5.1.1 In consideration of the full performance of the
Basic Services,including any authorized reimbursable expenses,
O10620 sm 0072068 5
CITY will pay CONSULTANT a fee not to exceed One’Hundred Eighty One
Thousand and Eight Hundred Dollars ($181,800.00). The amount of
compensation will be calculated in accordance with the hourly rate
schedule set forth in Exhibit "B", on a time and materials basis,
up to the maximum amount set forth in this Section. The fees of
the consultants, who have direct contractual relationships with
CONSULTANT, will be approved, in advance, by CITY. CITY reserves
the ~ight to refuse payment of such fees, if such prior approval is
not obtained by CONSULTANT.
5.1.2 The full payment of charges for extra work or
changes, or both, in the execution of the Project will be made,
provided such ~equest for payment is initiated by CONSULTANT and
authorized, in writing, by the project manager. Payment will be
made within thirty (30) days of submission by CONSULTANT of a
statement, in triplicate, of itemized costs covering such work or
changes, or both. Prior to commencing such extra work or changes,
or both, the parties will agree upon an estimated maximum cost for
such extra work or changes. CONSULTANT will not be paid for extra
work or changes, including, without limitation, any design work or
change order preparation, which is made necessary on account of
CONSULTANT’s errors, omissions, or oversights.
5.1.3 Direct personnel expense of employees assigned
to the execution of the Project by CONSULTANT will include only the
work of architects, engineers, designers, job captains, surveyors,
draftspersons, specification writers and typists, in consultation,
research and design, work in producing drawings, specifications and
other documents pertaining to the Project, and in services rendered
during construction at the site, to the extent such services are
expressly contemplated under thisContract. Included in the cost
of direct personnel expense of these employees are salaries and
mandatory and customary benefits such as statutory employee
benefits, insurance, sick leave, holidays and vacations, pensions
and similar benefits.
5.2 The schedule of payments will be made as follows:
5.2.1 Payment of the Basic Services will be made in
monthly progress payments in proportion to the quantum of services
performed, or.in accordance with any other schedule of payment
mutually agreed upon by the parties, as setforth in Exhibit "B",
or within thirty (30) days of submission, in triplicate, of such
requests if a schedule of payment is not specified. Final payment
will be made by CITY after CONSULTANT has submitted a.ll
Deliverables, including, Without limitation, reports which have
been approved by the project manager.
010620 sm 0072068 6
5.2.2 Payment of the Additional Services will be made
in monthly progress payments for services rendered, within thirty
(30) days of submission, in triplicate, of such requests.
5.2.3 No deductions will be made from CONSULTANT’s
compensation on accountof penalties, liquidated damages, or other
sums withheld by CITY from payments to general contractors.
SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS-
6.1 Records of the direct personnel expenses and
expenses incurred in connection with the performance of Basic
Services and Additional Services pertaining to the Project will be
prepared, maintained, and retained by CONSULTANT in accordance with
generally accepted accounting principles and will be made available
to CITY for auditing purposes at mutually convenient times during
the term of this Contract and for three (3) years following the
expiration or earlier termination of this Contract.
6.2 The originals Of the Deliverables prepared by or
under the direction of CONSULTANT in the performance of this
Contract will become the property of CITY irrespective of whether
the Project is completed upon CITY’s payment of the amounts
required to be paid to CONSULTANT. These originals will be
delivered to CITY without additional compensation. .CITY will have
the right to utilize any final and incomplete drawings, estimates,
specifications, and any other documents prepared hereunder by
CONSULTANT, but CONSULTANT disclaims any responsibility or
liability for any alterations or modifications of such documents.
SECTION 7. INDEMNITY
7.1 CONSULTANT agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents, from any and all demands, claims, or liability of any
nature, including death or injury to any person, property damage or
any other loss, caused by or arising out of CONSULTANT’s, its
officers’, agents’, consultants’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONSULTANT in the
performance of or failure to perform its obligations under this
Contract.
SECTION 8. WAIVERS
8.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract or of the provisions of any ordinance or law will not be
deemed to be a waiver of any such covenant, term, condition,
010620 sm 0072068 7
provision, ordinance, or law or of any subsequent breach or
violation of.the same or of any other covenant, term, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any covenant, term, condition or provision of
this Contract or of any applicable law or ordinance.
8.2 No payment, partial payment, acceptance, .or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 9.INSURANCE
9.1 CONSULTANT,- at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONSULTANT and its consultants, if any, but also,
with the exception of workers’ compensation, employer’s liability
and professional liability insurance, naming CITY as an additional
insured concerning CONSULTANT’s performance under this Contract.
9.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:VII or higher which are admitted to transact insurance business
in the State of California. Any and all consultants of CONSULTANT
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this.
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
9.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates 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 altered by the insurer except after filing with
the CITY’s city clerk thirty (30) days prior written notice of such
cancellation or alteration, and that the City of Palo Alto is named
as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
9.4 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
Contract. Notwithstanding the policy or policies of insurance,
010620 sm 0072068 8
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 Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION i0. WORKERS’ COMPENSATION
i0.I CONSULTANT, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as applicable, before
commencing the performance of the Project.
PROJECT
SECTION Ii.TERMINATION OR SUSPENSION OF CONTRACT OR
II.I The city manager may suspend the execution ofthe
Project, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days prior written notice
thereof to CONSULTANT, or immediately after submission to CITY by
CONSULTANT of any completed item of Basic Services. Upon receipt
of such notice, CONSULTANT will immediately discontinue its
performance under this Contract.
11.2 CONSULTANT may terminate this Contract or suspend
its execution of the Project by giving thirty (30) days prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of Basic Services or the execution of the Project..
11.3 Upon such suspension or termination by CITY,
CONSULTANT will be compensated for the Basic Services and
Additional Services performed and Deliverables received and
approved prior to receipt of written notice from CITY of such
suspension or abandonment, together with aut.horized additional and
reimbursable expenses then due. If the Project"i~" resumed after it
has been suspended for more than 180 days, any change in
CONSULTANT’s compensation will be subject to renegotiation and, if
necessary, approval of CITY’s City Council. If this Contract is
suspended or terminated on account of a default by CONSULTANT, CITY
will be obligated to compensate CONSULTANT only for that portion of
CONSULTANT’s services which are of direct and immediate benefit to
CITY, as such determination may be made by the city manager in the
reasonable exercise of her discretion.
O10620 sm 0072068 9
ii.4 In the event of termination of this Contract or
suspension of work on. the Project by CITY where CONSULTANT is not
in ~default, CONSULTANT will receive compensation as follows:
11.4.1 For approved items of services, CONSULTANT will
be compensated for each item of service fully performed in the
amounts authorized under this Contract.
11.4.2 For approved items of services on which a
notice to proceed is issued by CITY, but which are not fully
performed, CONSULTANT will be compensated for each item of service
in an amount which bears the same ratio to the total fee otherwise
payable for the .performance of the service as the quantum of
service actually rendered bears to the services necessary for the
full performance of that item of service.
11.4.3 The total compensation payable under the
preceding paragraphs of this Section will not exceed the payment
specified under Section 5 for the respective items of service to be
furnished by CONSULTANT.
11.5 Upon such suspension or termination, CONSULTANT will
deliver to the city manager immediately any and all copies of the
Deliverables, whether or not completed, prepared by CONSULTANT or
its consultants, if any, or given to CONSULTANT or its consultants,
if any, in connection with this Contract. Such materials will
become the property of CITY.
11.6 The failure of CITY to agree with CONSULTANT’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONSULTANT to fulfill its obligations under this Contract.
SECTION 12.ASSIGNMENT
12.1 This Contract is for the personal services of
CONSULTANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the. approval of CITY will be void and, at
the option of the city manager, this Contract may be terminated.
This Contract will not be assignable by operation of law.
//
//
010620 sm 0072068 10
SECTION 13. NOTICES
13.1 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
Post Office Box 10250
Palo Alto, CA 94303
To CONSULTANT: Attention of the project director
at the addressof CONSULTANT recited above
SECTION 14.CONFLICT OF INTEREST
14.1 In accepting this Contract, CONSULTANT covenants
that it presently has. no interest, and will not acquire any
interest, direct or indirect, financial or otherwise, which would
conflict in any manner or degree with the performance of the
Services.
14.2 CONSULTANT further covenants that, in the
performance of this Contract, it.will not employ contractors or
persons having such an interest mentioned above. CONSULTANT
certifies that no one who has or will have any financial interest
under this Contract is an officer or employee of CITY; this
provision will be interpreted in accordance with the applicable
provisions of the Palo Alto Municipal Code and the Government Code
of the State of California.
SECTION 15. NONDISCRIMINATION
15.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment of persons under this
Contract because of the age, race, color, national origin,
ancestry, religion, disability, sexual preference or gender of such
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONSULTANT agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment,, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
15.2 CONSULTANT agrees that each contract for services
from independent providers will contain a provision substantially
as follows:
"[Name of Provider] will provide CONSULTANT
with a certificate stating that. [Name of
010620 sm 0072068 11
Provider] is Currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
15.3 If CONSULTANT is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federal law or
executive order in the performance of this Contract, it. will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was ~subjected to
discrimination, as damages for breach of contract, or both. Only
a finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
SECTION 16. MISCELLANEOUS PROVISIONS
16.1 CONSULTANT represents and warrants that it has
knowledge of the requirements of the federal Americans with
Disabilities Act of 1990, and the Government Code and the Health
and Safety Code of the State of California, relating to access to
public buildings and accommodations for disabled persons, and
relating to facilities for disabled persons. CONSULTANT will
comply with or ensure by its advice that compliance with such
provisions will be effected pursuant to the terms of this Contract.
16.2 Upon the agreement of the parties, any controversy
or claim arising out of or relating to this Contract may be settled
by arbitration in accordance with the Rules of the American
ArSitration Association,° and judgment upon the award rendered by
the Arbitrators may be entered in any court having jurisdiction
thereof.
16.3 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
16.4 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
010620 sm 0072068 12
16.5 The prevailing party in any action brought to
enforce the terms of this Contract or arising out of this Contract
may recover its reasonable costs and attorneys’ fees expended in
connection with that action.
16.6 This document represents the entire and integrated
Contract between the parties and supersedes all prior negotiations,
representations, and contracts, either written or oral. This
document may be amended only by a written instrument, which is
signed by the parties.
16.7 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
16.8 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and consultants, as the case
may be, of the parties.
16.9 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto Will remain in full force and effect,.
16.10 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
16.11 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
16.12This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the PaloAlto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) at any time within a fiscal
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 16.12 will take precedence in the event of
a conflict with any other covenant, term, condition, or provision
of this Contract.
II
II
01~)620 sm 0072068 1 3
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Senior Asst. City Attorney
APPROVED:
Assistant City Manager
Mayor
DAHL, TAYLOR & ASSOCIATES,
INC.
By:
Name:
Title:
Director of Administrative
Services
Director of Utilities
Risk Manager
By:
Name :
Title:
Taxpayer Identification No.
95-3694026
(Compliance with Corp.. Cod~ § 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)
Attachment s :
EXHIBIT ,A":
EXHIBIT "B" :
EXHIBIT "C".:
EXHIBIT "D":
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
010620 sm 0072068 1 4
STATE OF )
) SS.
COUNTY OF )
On , 19 , before me, the undersigned, a
Notary Public in and for said County ~nd State, personally appeared
, personally known to
me or proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Public
010620 sm 0072068 1 5
STATE OF )
COUNTY OF )
On , 19 , before me, the undersigned, a
Notary Public in and for said County and State, personally appeared
, personally known to
me or proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that.by his/her/their
signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Public
010620 sm 0072068 16
P~.O ALTo
UTILITIES DEPARTMENT
PROJECT TITLE: cONSULTING ENGINEERING, DESIGN &
CONSTRUCTION MANAGEMENT SERVICES FOR
UNDERGROUND DISTRICT # 38
REQUEST FOR PROPOSAL (RFP) NUMBER 133940
PART III
SCOPE OF WORK OR SERVICES
PART III - SCOPE OF WORK OR SERVICES
Scope of Services for
Underground District No. 38
I.INTRODUCTION
The City of Palo Alto is soliciting proposals from Consulting Engineering firms for Utility Underground
Conversion District No. 38. A copy of the District boundary map is attached in Appendix ’W’. The
consultant is asked to provide engineering design and prepare civil base maps, substructure and
cable/equiPment construction drawings, material lists and a cost estimate for the conversion of overhead
electrical distribution and telecommunication systems to underground. The consultant shall also provide
construction supervision of the contractor(s) on behalf of Electric Engineering Division and help select a
contractor following a City bidding process.
II.SCOPE OF WORK - GENERAL
The work shall consist of providing all engineering design, specifications and drawings necessary for the
¯ installation ofconduits, substructures, electrical cables and equipment, and telecommunication cables and
equipment for an underground distribution system in Underground District #38. The District includes the
area bounded by Oregon Expressway on the north, Cowper Street on the east, Colorado Avenue on .the
south, and High Street on the west (see Appendix "A").
The City will provide the consultant with a base map of the project area in AutoCAD’2000 format. The city
will also provide the consultant with a preliminary Single line diagram .of the primary electric distribution
system for the project. The consultant shall field verify the location of all existing underground.utilities, add
any other facilities not shown on the map, and modify the base map accordingly. The consultant shall .then
use the modified base map to produce the substructure, composite, primary cable, secondary/street light
cable, cable "IV and telecommunication drawings required for the project. All drawings shall comply with
City standards (see sample drawings in Appendix "B").
The consultant shall prepare a list of bid items for the construction contract, and assist City staff in
evaluating the construction bids. Once the construction contract has been awarded, the consultant will
oversee the construction phase of the project and provide the necessary project manageme.nt through
completion of the project.
III.BACKGROUND
The City of Palb AItooccupies 26 square miles of land on the San Francisco peninsula at the southern
end of San Francisco Bay. The City has a population of approximately.55,000 and owns and operates its "
own electric, gas, water and wastewater utilities.
In 1965 the city council incorporated Chapter 12.16 "Underground Facilities" into the Municipal Code. This
Chapter established Underground Utility Districts where overhead facilities are converted to underground
and removed within a specified period of time. The first underground district was established in September
1965 on Oregon Expressway and to date 38 underground districts have been established.
The Underground District 38 project will install approximately 9000 trench feet of underground primary
feeder to serve 229 residential customers and will remove 71 poles. Many of these poles are located in
rear lot easements with limited access. Completion of this project will enhance electric system reliability
and improve aesthetics.
CITY OF PALO ALTO RFP 1"33940 PAGE 1 OF 5
PART III - SCOPE OF WORK OR SERVICES
IV.PROPOSAL
The proposal shall include the following information:
Consultant shall submit a proposal in accordance with the City’s Request for Proposal
issued by the City’s Purchasing/Contracts department.
2.Consultant shall provide a Statement of Qualifications.
Consultant shall supply all information that shall inolude the complete proposal for offering
this kind of service.
Consultant shall have the ability to work closely with the City Utilities Engineering and
Operations staff. Consultant’s proximity to the San .Francisco Bay Area will be one of the
considerations for selection.
o Consultant shall submit a time and material not to.exceed fee to prepare and complete
the 100% plan set, including conduit and substructure base maps, primary electric single
line diagram, primary cable drawing, secondary/street light cable drawing,
telecommunication drawings and all related coordination, documents, project
management and other work defined herein for the project area.
Consultant shall submit a project implementation plan and schedule based on Specific
Tasks and Responsibilities and Deliverables, including a sequence of design activities,
design discipline interface procedures and data transmittal procedures between the
consultant and the City.
o Consultant shall submit a project organization chart with the names of key project people.
The Consultant shall have a single point of contact with the City who is also solely
responsible for management of the project team and coordination with the various support
sections of the firm and subcontractors to meet the schedules and performance goals for
completion of the 100% plan set.
o Consultant shall provide an updated schedule of hourly fees, including both direct salary
costs and billing rates for services required to complete the project.
Vo
o Consultant shall submit a schedule of typical rates for.expenses not directly related to
hourly fees, including reprographic services.
10.Any exception(s) proposed by the consultant to these specifications shall be set forth
clearly by a typewritten attachment to the consultant’s proposal.
SPECIFIC TASKS and RESPONSIBILITIES
"The consultant will be expected to perform tasks that include, but are not limited tol the following:
¯Set up a meeting with Pacific Bell, RCN, AT&T Broadband and any other uiilities owning or planning to
install facilities within the project area to discuss the project scope and schedule.
¯Meet with the City project engineer every two weeks to give a project status update.
CITY OF PALO ALTO RFP 133940 PAGE2OF5
PART III - SCOPE OF WORKOR SERVICES
¯Verify the location of existing underground utilities in the project a~ea. Update the base,map provided
by the City to reflect the actual location of utilities and add any missing facilities.
¯Using the updated base map, prepare conduit and substructure drawings for electric, street light,
cable TV and telecommunication facilities in the project area.
¯Using the City’s preliminary single line diagram and with input from Utilities Electric Engineering,
develop a single line diagram of the primary 12.47kV underground distribution system in the project
area.
¯Prepare drawings of primary, secondary and street light cable installations.
¯Prepare a list of long lead-time material.(cabtes, switches, transformers etc.) required for the project.
¯Determine padmount equipment locations and obtain easements. Work with’the City’s.architectural
consultant to determine landscape requirements for padmount equipment.
¯Prepare cost estimates for trenching, substructures, restoration, primary/secondary/street light cables
and electrical equipment installation.
¯Coordinate engineering design with other utilities and prepare conduit and substructure drawings for
Pacific Bell, RCN, AT&T Broadband and any other joint trench participants showing trench and service
locations.
¯Submit on schedule the 35%, 75% and 99% plan sets for review by City staff and joint trench utilities.
¯Using base engineering specifications provided by the City, prepare engineering specifications for all
substructures, cables, electrical and street light equipment needed for the project.
¯Prepare a list of bid items for the Construction contract. The City will provide the contract format to be
used by the consultant.
¯Assist City staff in evaluating construction bids.
Oversee the construction phase of the project and provide the necessary project management
through completion of the project. Attend meetings at City facilities and on the job site as needed.
Respond to inquiries and requests for information from City staff.
¯Provide as-built drawings for the entire project. Contractor.to provide consultant with as-built
information, consultant to check and verify that all changes are incorporated in the as-builts.
Consultant to prepare updated AutoCAD drawings to reflect the as-builts.
¯ Complete other authorized written task assignments required to complete all necessar~ services.
CITY OF PALO ALTO RFP 133940 PAGE 3 OF 5
PART III - SCOPE OF WORK OR SERVICES ’
Vl.DELIVERABLES
Provide a complete project schedule including specific delivery dates for each plan set review and the
100% project plan set (electronic files and hard copies) in Microsoft Project format. Complete the
100% project plan set by August 15, 2001. Schedule shall begin immediately upon receipt of the City’s
Notice to Proceed and shall be submitted to the City at each bi-weekly progress meeting.
¯Prepare a bi-weekly progress report including project schedule updates and conduct bi-weekly
progress meetings with Utilities Electric Engineering. The meetings are to be held in the Utilities
Engineering office located at 1007 Elwell Court, Palo Alto, CA or in the field at the project location.
¯Contact all public and private agencies that might have infrastructure within the project boundaries..
Obtain facilities plans and/or maps. Maintain records and data files to be turned over to the City with
the 100% base map submittal. All infrastructure data shall be included on the base map.
Prepare a civil base map in AutoCAD 2000 format to facilitate unobstructed conduit and substructure
alignments. City will provide consultant with a base street map in AutoCAD format. The consultant
shall be responsible to ensure that all existing and proposed underground infrastructure is identified
on the base map.
Using the civil base map as a starting point, develop a composite conduit and substructure plan and
individual conduit and substructure plans for primary electric, secondary/street light electric, Pacific
Bell, RCN, AT&T and any other joint trench participants. Also develop construction drawings for
primary cable, secondary/street light cable and electrical equipment (see attached sample drawings).
The completed 100% plan set will be used for bidding and construction of the project. Consultant shall
develop and complete the conduit, substructure and electric system design using City of Palo Alto
Engineering Standards, California General Orders 95 and 128, and State of California Title 8
Subchapter 5 Electrical Safety Orders. All drawings shall be in AutoCAD 2000 format. All drawings,
maps and specifications shall become property of.the City of Palo Alto. The City shall own the
copyright for all drawings, maps and specifications produced by the consultant for this, project, and
shall retain the right to use these documents on default of consultant.
Coordinate joint trench design with Pacific Bell, RCN, AT&T Broadband and other telecommunicatiori
companies who may be in the project area. Schedule a project kick-off meeting with the joint trench
participants to discuss schedule and project requirements. Copies (hard copy and electronic) of
conduitand substructure plans shall be provided to representatives of the joint trench participants.
Develop and complete a primary (12.47kV) Electrical Single Line Diagram for circuits within the
project area. Utilities Electrical Engineering will provide consultant with a preliminary single line
diagram. Consultant shall work closely with Electrical Engineering to determine switching/protection
requirements .and primary circuit design.
Identify all long lead-time material requirements (cables, switches, load break cabinets, tra.nsformers
etc.) during the conduit and substructure/electrical single line preparation phase prior to the 75% plan
submittal review. Provide the City with a list of long lead-time material in Microsoft Excel format, prior
to the 75% plan review. Coordinate material requirement issues with Utilities Electric Engineering
throughout the duration of the project.
CITY OF PALO ALTO RFP 133940 PAGE 4 OF 5
PART III - SCOPE OF WORK OR SERVICES
¯Identify public utility easemen~ and right of way requirements as a result of new facilities installations,
and obtain easements from property owners. Work with the City architectural consultant to determine
landscape screening requirements for padmount switches and transformers.
¯Prepare cost estimates for trenching, substructures, restoration, cable, street lights and electrical
equipment.
¯Using base engineering specifications provided by the City, prepare engineering specifications for
substructures, cables, electrical and street light equipment in Microsoft Word format.
¯Prepare an accurate Bid Items list for the ~0nstruction contract in Microsoft Excel format, based on
the 100% plan set.
Provide the City and other joint trench Utilities with drawings, plans and other documents for review
and comment at the 35%, 75% and 99% drawing completion stage. After each review and comment
submittal the drawings and/or other documents shall be revised based on the comments submitted.
The consultant shall also submit 75% conduit and.substructure plans for.review and comment by City,
County and Private agencies. The consultant shall incorpo.rate these comments prior to the next
submittal.
¯Oversee the construction phase of the project and provide.the necessary project management
through completion of the project.
VII.REFERENCES
The consultant shall list at least three references for similar work that the consultant has performed for
other utilities or municipalities during the last three years. The contact person and phone number shall be
listed along with a brief description of the work that was performed.
VIII.SCHEDULE OF FEES AND SERVICE~
Provide a schedule of fees as in the Pricing Schedule, including percentage mark-up for sub-contracted
services, when requested and authorized.by the City. Fees and mark-up percentages shall remain firm.
throughout the term of this project including any reasonable & mutually agreed time extension granted by
the City.
IX.SELECTION CRITERIA
The consultant will be selected on .the basis of a combination of experience in this area as given.by the
references, fees, understanding ofthis RFP, the ability to respond in a timely manner, and the
completeness of the proposal. Consultant’s proximity to the San Francisco bay area will also be a.
consideration. We will be interview!ng the consultants before making a final selection. See Part II -
Section 100 Proposal Instructions and Special.Conditions, for additional selection criteria.
CITY OF PALO.ALTO RFP 133940 PAGE 5 OF 5
The City of Palo Alto
Proposal
Consulting Engineering, Design
& Construction Management Services
for
Underground District # 38
RFP No. 1 33940
April 10, 2001
By
l~hl, Taylor & A~oclat~, Ino.
2960 Daimler Street
Santa Ana, CA 92705-5824
949.756.8654 FAX.261.9778
engineering@dahltaylor.com
www.dahltaylor.com
Project Understanding
Dahl, Taylor & Associates, Inc. is pleased to submit this proposal to provide consulting engineei’ing,.
design and construction management services for an underground conversion project in the City of Palo
Alto, District # 38.
Based on our review of the RFP # 133940, we understand that the proposed project will include all
engineering design, specifications and drawings for the installation of conduits, substructures, electrical
cables and equipment, and telecommunication cables and equipment for an underground distribution
system in District # 38. The proposed project will install approximately 9000 trench feet of underground
primary feeder to serve 229 residential customers and will remove 71 poles. The purpose of the project is
to improve reliability of ihe electric system and to beautify the neighborhood area. The purpose of our
consulting engineering services is to verify all existing underground utilities and locations and design the
electrical systems accordingly. Using the modified base map, we will produce substructure, composite,
primary cable, secondary/street light cable, cable "IV and telecommunication drawings required for the
project. We will assist the City of Palo Alto Utilities Department in preparing a list of bid items for the
construction contract and assist the City staff in evaluating the bids. We will oversee the project
construction and provide necessary project management through project completion.
The following is a brief description of the sequence of design activities pertaining to the flow of the design
process. With the confirmation of the contract to proceed, a kick off meeting would occur where City
personnel, trench participants, the civil sub consultant and the prime electrical consultants would get
together to iron out what needs to be done. The trench participants will tell the prime consultant what
they need in terms of size and number of conduits and where they should be stubbed out. The City
would furnish all the necessary single line diagrams, inventory maps and all the necessary base map
electronic files to the prime consultants while the trench participants would furnish all their existing utilities
to the prime consultant. With all the existing utilities information gathered, they’ll be forwarded to the Civil
sub consultan~ where they’ll verify the existing utilities for accuracy and revise as needed.
As for electrical data collected, Dahl Taylor & Associates (DTA) will coordinate with the Public Utility
Department to determine 12kv/6.9kv circuit loading, switching and capacitor (if any) requirements. Also
coordination would be necessary for all existing and future load requirements. After gathering all this
information, a preliminary single line diagram will be developed.
The next step is to walk the job site to determine what needs to be demolished. A demolition plan will be
prepared including a demolition inventory list. With the preliminary single line diagram and demolition
plan completed, a preliminary conduit and substructure plan would be prepared next. Concurrently,.a
preliminary joint trench plan will be developed. After the substructure plans are prepared, the street lights
are laid out by spotting them on the street and making sure that they are not in front of the resident
driveways. When all these plans are ready, DTA will submit the 35% review set.
During the.35% review process, DTA will identify the public utility easement requirements and the civil
sub consultant will start work on preparing the easement documents. Also during this time frame, we’ll be
developing detailed conduit and substructure plans, joint irench plans, street ligh~t plans and the-
secondary conduit stub out locations plans. All electrical long lead items will be identified and the City
project manager will be notified. Before submitting for the 75% review, the comments from the 35%
submittal should be arriving. After picking up all the 35% review comments, and coordinating with the
landscape architects for equipment locations, the plans will be submitting for the 75% review. The 75%
submittal will also be sent to all the joint trench parties for their comments.
During the 75% review process, all backgrounds will be updated if necessary. During this time,
specifications and electrical, substructure, joint trench, street lights, secondary conduits stub out plans will
be finalized and coordinated for a complete 99% submittal after picking up all the 75% review comments.
During the 99% review process, an accurate material list and bid item list will be prepared that would
include cost estimates for trenching, substructure, restoration, cables, street lights and electrical
equipment. Specifications will be revised per City’s comments. The material list, bid list and cost-
estimate will be submitted during this time andwill be revised per City’s comments before submitting the
100% submittal. After picking up all the 99% review comments, the plans are ready for the 100%
submittal.
Firm’s Qualifications
Consultant submitting the proposal:
Dahl, Taylor & Associates, Inc. - Consulting Mechanical, Electrical & Structural Engineers
Headquarters: .........
2960 Daimler Street, Santa Ana, CA 92705
Phone No.: (949)756-8654
Fax No.: (949) 261-9778
Hayward Branch Office:
3475 Investment Boulevard, Suite.3, Hayward, CA 94545
Phone No.: (510) 887-5590
Fax No.: (510) 887-7414
Contact Person: Mr. Roderick Yong - (949) 756-8654 ext. 264
Project Team Key Members:
Quang D. Vu, P.E.
Aziz A. Kian, P.E.
Thomas L. Doyle, P.E.
Roderick C. Yong
Robert Merrell, P.E.
James A. Sinnema, P.E.
Joe Buckner, P.E.
Principal-In-Charge
Quality Control/Compliance
Project Manager
Senior Electrical Designer & Point of Contact
Merit Civil Engineering - Principal Engineer
Merit Civil Engineering - Civil Project Engineer
Merit Civil Engineering - Civil Engineer
General Background
Dahl, Taylor & Associates, Inc. (DTA) has been actively engaged in the practice of professional
consulting engineering for36 years (since 1965). We were incorporated in the State of California on
December 21, 1981. DTA is a certified small bus ness.company with its headquarters located at 2960
Daimler Street in Santa Ana, Orange County; its branch offices are located in Hayward, Los Angeles,
and San Diego.
Our professional staff plans, designs, construction manages, and provides start-up and follow-up services
for both new and retrofit projects. Assignments include work in engineering studies, field investigation,
operating data collection, energy consumption, and analysis. Our engineering staff has considerable
experience in the design of electrical and mechanical systems, conducting environmental assessments,
engineering site surveys, construction documents, specifications and cost estimates.
We provide our services under the following federal and state agencies; the Department of Labor,
Department of the State Architect, Chancellor Office, Office of State Health and Planning Department,
Department of Defense, as well as agencies in cities, counties, and states. In addition, we are well
experienced in working with local utility companies.
Dahl, Taylor & Associates, Inc. maintains $1,000,000 professional liability insurance, $1,000,000 worker’s
compensation insurance and $2,000,000 comprehensive bodily injury including death and property
damage liability insurance.
Capabilities
Dahl, Taylor & Associates, Inc. makes a special commitment to each project. To our clients, we dedicate
our engineering resources for the development of high quality mechanical and electrical system designs
that are on schedule and within budget. We undertake each project with an understanding of our client’s
needs, procedures, quality standards and requirements before proceedir~g .to provide solutions.. The
following are detailed descriptions of our firm’s capabilities. ¯
Cost Control - As a professional consultant, we are responsible to analyze needs in light of the future,
constructability, reliability and maintainability, and to mitigate, to the best. of our ability, unforeseen
expenses down the road, and to avoid unnecessary costs by installing preventive measures. Our
cost control approach has seven significant ingredients:
a.Defining an accurate scope of work.
b.Conducting thorough field surveys to record as-built conditions.
c.Preparing detailed cost estimates at each phase of the project.
d.Performing design reviews to assure compliance with scope of work and budget.
e.Frequently reviewing progress with clients.
f.Preparing a complete set of construction documents.
Mana.qement - It is under the strict direction of the project manager that all tasks are delegated and
progress is checked on a daily basis. This person is the ultimate source for answers to all questions,
comments and concerns any of the parties involved may have. If a task-can not be completed in-
house, the best talent available will be provided to meet the needs, of the project.
Cost Estimatin.q .- We consider the estimate of probable costs an essential element and a quality
measure of our design .work. Our estimates incorporate our experience with past and current
projects. We track bid costs and change order costs. We frequently obtain estimating figures directly
from contractors as well as from current cost books such as "Means". We may use local square foot
cost averages for some work. We obtain equipment quotes and do quantity surveys for more
complex work.
Codes & Standards - DTA abides by all local, state and national regulations. Each of our California
public sector projects observes California State Codes & Regulations (CCR) Titles 8, 19, and 24. In
addition, we have performed plan checks for the Los Angeles Unified. School District, and continue to
serve a variety of school districts through ongoing projects.
Quality Assurance - DTA’s Quality Management program includes a structure of project management
and a review system which provides a logical and orderly approach to checking design for adherence
to established standards, good engineering practices, client requirements, construction budget and
project schedule. The result is reduced change orders and claims and an increase in constructability
and performance of installed systems.
The project manager and the project team are chosen for a particular project based upon a match of
project needs with talent, experience, and client requirements. The project manager meets with the
project team to verify understanding of the project scope construction budget. Project milestones are
identified and a schedule is developed. Meeting the schedule and the budget for eachproject is the
responsibility of the_project manager. Weekly project management meetings are held to ensure
proper manpower has been allocated for each project.
Reviews are conducted at various stages of design. The principal-in-charge, to ensure compliance to
standards and project scope, reviews documents and calculations at the 35% Design phase.
Reviews are held with the client at agreed time intervals to ensure the client’s requirements are met.
At 75% complete of Design, a check set is prepared including all disciplines work. Designated senior
engineers then review the check set, with a formal sign off process. Prior to final submittal for client’s
review and after check set comments are incorporated, a final quality review is performed at 95%
complete of Design. These internal periodic checks are intended to ensure interdisciplinary
coordination, adherence to client scope, and compliance to established standards.
o
Standards include, Client standards, Dahl, Taylor & Associates, Inc. standards, Industry standards
and National, State and local codes. Value engineering is performed at each check interval.
Computer Facilities & Resources - We are proficient in the use of engineering programs SKM Captor
and DAPPER short circuit and load flow analysis, AutoCAD, CAD Overlay, VISUAL Photometric
Software, and California Energy Compliance.
All projects are required to have project organization and schedule prepared on Primevera SureTrak
or Microsoft Project. Each and every task is identified and all critical paths are flagged. The schedule
is reviewed and updated weekly to acknowledge good progress and status, and to alert shortcomings
and deficiencies.
In taking advantage of today’s computer and information technologies, technical and management
training is provided in our offices weekly via presentations downloaded from the Internet, product,
technology and installation Presentations on video diskettes, and live presentations by outside
professionals. Our own professional engineers also present to and share with the entire company
recently acquired experience on projects. Our professional members also attend seminars to review
code changes, to learn new developments produced by ASHRAE, AQMD, IEEE, ASPE, SMACNA,
NFPA, etc;, and to obtain new management methods.
Our professional members are proficient in the application of:
¯AutoCAD Release 14.0 and 2000
¯Microstation SE & Microstation J
¯Carrier E20-11 Energy.Analysis & Design Programs
¯VISUAL Photometric Software
¯California Energy Compliance Programs
¯DOE-2 Energy Analysis Program
¯Life Cycle Cost Analysis Program
¯SKM Captor & DAPPER Short Circuit and Load Flow Analysis Programs
¯Means Data for Lotus - Computer Estimating
¯MS Professional Office ’97, including Access, Excel, PowerPoint, Schedule+ & Word
¯Primavera SureTrak and Microsoft Project Scheduling Programs
Loss of Key Personnel Plan - In the event one of the staff members would have to resign from the
project, due to extenuating circumstances, we will have a replacement ready immediately to ensure
that the project continues to progress smoothly and with minimal disturbances.
Our goals are ones that we take very seriously. We hope we have conveyed why these criteria are
so important to us, for they are the key elements in.determining the true success of any project. It is
meeting each of these steps to the fullest that makes Dahl, Taylor & Associates, Inc. different from
other engineering firms.
¸i
Consultant References
City of Anaheim, Public Utilities Department
Mr. Robert Templeton,. Principal Electrical System Designer- (714)765-4239
Mr. Rod Ertel, Senior Electrical Engineer- (714)765-4234
Mr. Mahendra Garg, P.E., .Principal Electrical Engineer- (714) 765-4178
Walt Disney Imagineering
Mr. Jeff Thompson - (714) 781-0239
Boyle Engineering
Mr. Phillip Stone, P.E. - (949) 476-3306
Penco Engineering
Mr. Ron Butler - (949) 753-8111
"!
City of
Palo_Alto
DuEl, Taylor & Associoles, Inc,
Time and Material Not- To-Exceed Fee,
April 30, 2001
Project: " Consulting Engineering, Design & Construction I~Tanagement Services for
Underground District # 38
RFP No. 133940
Services: Professional Electrical Engineering / Design Services
Pursuant to your request for proposaland scope of services, ~we are 151eased to submit a
Not-To-Exceed Fee of One Hundred Eighty One Thousand and Eight Hundred Dollars
($181,800.00) to prepare 100% complete drawings as itemized in the project
implementation plan. The aforementioned fee also includes reimbursable expenses.
In addition, the above fee includes one hundred twenty (1.20) hours of construction support
and attendance at ten (10) project, meetings.
The above not-to-exceed fee does not include the following potential costs:
1.Compensation to landowners for easement acquisition.
2.Geotechnical expenses.
3.Cost for potholing existing underground utilities.
4.Profile plans.
For hou~’ly costs and billing rates, please see the enclosed schedule for hourly fees.
Thank you.
Sincerely,
DAHL, TAYLOR & ,~SSOClATES, INC.
Chief Electrical Engineer
tdoyle@dahltaylor.com
www.dohllaylor.com
engineering @dahltoylor.com
Ha~md
Los Angeles
Son Diego
Santa Aria
tleadquo~rs
2960 Daimler Street ~ Santa Ano, CA 92705-5824 " 949.756.8654 .. FAX.261.9178
Dahl, Taylor & Associates, Inc.
SCHEDULE OF HOURLY FEES
Position Description/Job Classification
Project Manager
Project Engineer
Senior Engineer/Design Engineer
Asst. Engineer/Drafter
Other Job Classifications as required
Grade Hourly Rate
($1Hr)
47.36
42.70
37.84
27.35
20.40
Billing Rate
($/Hr)
123.14
111.02
98.38
71.11
53.04
Note:
(1)The above Hourly and Billing Rates will be in effect through December 31, 2001 and will be subject
to review and adjustment at that time.
(2)The Hourly Rates are based on straight time wages, and exclude any premium adjustments.
(3)The following out-of-pocket expenses are excluded from the Hourly andBilling Rates and are
reimbursable at cost plus 10%: travel, long distance telephone, clerical services, printing, computer
charges and postal delivery charges.
(4)The job classifications are typical, but not intended to be all inclusive.
MERIT CIVIL ENGINEERING, INC.
MUNICIPAL ENGINEERING SERVICES
Subject:Engineering Services Proposal - Preparation of Civil Base Plan Sheets and Public
Utility Easements for the Underground District No. 38. in the City of Palo Alto
In response to the City of Palo Alto Public Utilities Department’s Request for Proposal No. 133940 dated
March 14, 2001, Merit Civil Engineering is pleased to submit our proposal to provide thorough utility
research, civil base maps, public utility easement preparation and periodic field inspection staffing for the
Underground District No. 38 in the City of Palo Alt0. We believe you will find our approach to this
project and the quality experience possessed by.the designated team members providing you with a cost
effective program.
The project will involve eleven streets in a localized area within the City of Palo Alto. There is a total of
approximately 9,000 lineal feet of conduit and cable. Civil base sheets will be prepared for all locations
where the new facilities may be in conflict with other underground improvements. We have assumed
that this means that essentially civil base sheets will be necessary for all areas where new conduit is
placed.
A thorough evaluation of the project area will be made prior to ordering the utility information. In
essence, the general alignment of the new facility will be established as a first order of work so that the
utility research is located only where needed. This process should be relatively straight forward working
initially off the district maps and office records at the Electrical Division. We anticipate a joint effort in
working together to establish these preliminary alignments.
Once the sites have been studied, the civil base maps will be prepared using the supplied mapping base at
1" = 40’ with existing utilities and other potential controls shown based on record information. The
profile over the conduit nm will be placed following confirmation of the precise alignment.
During the same time frame that each alignment is confirmed, the need for additional public utility
easements will be determined by Merit in consultation with the Utilities Department Project Coordinator.
We have no idea at this time how many locations will involve easements so as a place holder in the
budget, we have estimated that three sites will require at least one easement. Therefore, we have
included a budget amount to cover the preparation of three individual public utility easements.
283 N. RampartStreet, Suite E, Orange, CA 92868 ~ (714) 935-0238 FAX(714) 935-1928
Proposal for the City of Palo Alto
April 30, 2001
Page2 of 2
During construction, the Utilities Department has requested that field support be made available from our
design team to.address issues as they arise. It is our understanding that-this will be in support of Dalai,
Taylor’s separate construction management and inspection team assigned to the project. Accordingly, we
have budgeted a total of 32 hours and four trips over the duration of the scheduled construction.period.
The Scope of Services offered in this proposal include:
Base Map Preparation
¯Identify Horizontal Control
¯Secure Mapping from the Utilities Department in Digital Form
¯Research Utility Information
¯Prepare Plan Sheets with all. Utilities Illustrated Clearly
¯Design and Field Meetings
Easement Preparation
¯Detemaine Easement Status
¯Secure Vesting Deed
¯Contact Owner
¯Research Property Description
¯Complete Easement Sketch
¯Complete Legal Description
III.Field Civil Design Support
¯ Attend Field Meetings on a Period On-Call Basis
¯ . Follow up on easement issues, civil base maps and design conflicts and respond to
construction issues during construction.
¯Assemble As-Built Drawings from information furnished by-the’Construction
Management Team
The prescribed Schedule,for the project requires all design work to be completed by August 15,2001 to
accommodate a planned construction period. In order to meet these dates, our base plan preparation will
have to be concluded no later than early June, 2001. This will essentially be the 60% submittal for the
project.
Merit Civil Engineering maintains full insurance coverage in accordance with the City’s requirements.
We appreciate the opportunity to submit our proposal and are sincerely interested in receiving this
assignment.
283 N. Rampart St~:eet, Suite E, Orange, CA 92868 ¯(714) 935-0238 FAA~ (714) 935-1928
MERIT CML ENGINEERING, INC.
STANDARD SCHEDULE OF HOURLY RATES
Class~/ication
ENGINEERING
Principal Engineer
Project Manager
Project Engineer (CADD)
Design Engineer (CADD)
Drafter (CADD)
Technical Aid
SURVEYING/RIGHT OF WAY ENGINEERING
Survey Analyst
Two-man Field Crew
Three-man Field Crew
REALPROPERTY SERVICES
Real Property Agent
Associate Real Property Agent
CONSTRUCTION SERVICES
Construction Administrator
Sr. Construction Inspector
Assistant Inspector
Hourly Fee Rate
113.00
113.00
98.00
80.00
65.00
55.00
98.00
145.00
170.00
113.00
98.00
113.00
80.00
70.00
OTHER SERVICES
Clerical 48.00
.Miscellaneous supplies, local travel and other indirect project expenses are included in the above
hourly rates. Additional outside services and will be invoiced at cost plus 10 percent.
The above schedule is for straight time. Overtime will be charged at 1.25 times the standard hourly
rates. Sunday and holidays will be charged at 1.70 times the standard hourly rates.
Scope of Services for
Underground Utility District No..38
I. INTRODUCTION
The City of Palo Alto is soliciting propo.sals from Consulting Engineering firms for
Utility Underground Conversion District No. 38. A copy of the District boundary
map is attached in Appendix "A". The consultant is asked to provide engineering
design and prepare civil base maps, substructure and cable/equipment construction
drawings, material lists and a cost estimate for the conversion of overhead
electrical distribution and telecommunication systems to underground. The
consultant shall also provide construction supervision of the contractor(s) on behalf
of Electric Engineering Division and help select a contractor following a City
bidding process.
II.. SCOPE OF WORK- GENERAL
The work shall consist of providing all engineering design, specifications and
drawings necessary for the installation of conduits, substructures, electrical cables
and equipment, and telecommunication cables and equipment for an underground
distribution system in Underground District #38. The District includes the area
bounded by Oregon Expressway on the north, Cowper Street on the east, Colorado
Avenue on the south, and High Street on the west (see Appendix "A").
The City will provide the consultant with a base map of the project area in
AutoCAD 2000 format. The city will also provide the consultant with a
preliminary single line diagram of the primary electric distribution system for the
project. The consultant shall field verify the location of all existing underground,
utilities, add any other facilities not shown on the map, and modify the base map
accordingly. The consultant shall then use the modified base map to produce the
substructure, composite, primary cable, secondary/street light cable, cable TV and
telecommunication drawings required for the project. All drawings shall comply
with City standards (see sample drawings in Appendix "B").
The consuitant shall prepare a list of bid items for the construction contract, and
assist City staff in evaluating the construction bids. Once the construction contract
has been awarded, the consultant will oversee the construction phase of the project
andprovide the necessary project management through completion of the project.
III.BACKGROUND
The City of Palo Alto occupies 26 squ.are miles of land on the San Francisco
peninsula at the southern end of San Francisco Bay. The City has a population of
approximately 55,000 and owns and operates its own electric, gas, water and
wastewater utilities. "
In 1965 the city council incorporated Chapter 12.16. "Underground Facilities" into
the Municipal Code. This Chapter established Underground Utility Districts where
overhead facilities are converted to underground and removed.within a specified
period of time. The first underground district was established in September 1965
on Oregon Expressway and to date 38 underground districts have been established.
The Underground District 38 project will install approximatelY 9000 trench feet of
underground primary feeder to serve 229 residential customers and will remove 71
poles. Many of these poles are located in rear lot easements with limited access.
Completion of this project will enhance electric system reliability and improve
aesthetics.
IV. PROPOSAL
The proposal shall include the following information:
Consultant shall submit a proposal in accordance with the City’s
Request for Proposal issued by the City’s Purchasing/Contracts
department.
2.Consultant shall provide a Statement of Qualifications.
Consultant shall supply all information that shall include the complete
proposal for offering this kind of service.
Consultant shall have the ability to work closely with the City Utilities
Engineering and Operations staff. Consultant’s proximity to the San
Francisco Bay Area will be one of the considerations for selection.
D
Consultant shall submit a time and material not to exceed fee to
prepare and complete the 100% plan set, including conduit and
o
substructure base maps, primary electric single line diagram, primary
cable drawing, secondary/street light cable drawing,
telecommunication drawings and all related coordination, documents,
project management and other work defined herein for the project
area.
Consultant shall submit a project implementation plan and schedule
based on Specific Tasks and Responsibilities and Deliverables,
including a sequence of design activities, design discipline interface
procedures and data transmittal procedures between the consultant and
the City.
Consultant shall submit a project organization chart with the names of
key project people. The consultant shall have a single point of contact
with the City who is also solely responsible for management of the
project team and coordination with the x)arious support sections of the
firm and subcontractors to meet the schedules and performance goals
for completion of the 100% plan set.
Consultant shall provide an updated schedule of hourly fees, including
both direct salary costs and billing rates for services required to
complete the project.
Consultant shall submit a schedule of typical rates for expenses not
directly related to hourly fees, including reprographic services.
10.Any exception(s)proposed by the consultant to these specifications
shall be set forth clearly by a typewritten attachment to the
consultant’s proposal.
V. SPECIFIC TASKS and RESPONSIBILITIES
The consultant will be expected to perform tasks that include, but are not limited
to, the following:
Set up a meeting with Pacific Bell, RCN, AT&T Broadband and any other
utilities owning or planning to install facilities within the project area to discuss
the project scope and schedule.
¯Meet with the City project engineer every two weeks to give a project status
update.
Verify the location of existing underground utilities in the project area. Update
the base map provided by the City to reflect the actual location of utilities and
add any missing facilities.
Using the updated base map, prepare conduit and substructure drawings for
electric, street light, cable TV and telecommunication facilities in the project
area.
Using the City’s preliminary single line diagram and with input from Utilities
Electric Engineering, develop a single line diagram of the primary 12.47kV
underground distribution system in the project area.
Prepare drawings of primary, secondary and street light cable installations.
¯Prepare a list of long lead-time material (cables, switches, transformers etc.) "
required for the project.
Determine padmount equipment locations and obtain easements. Work with the
City’s architectural consultant to determine landscape requirements for
padmount equipment.
¯Prepare cost estimates for trenching, substructures, restoration,
primary/secondary/street light cables and electrical equipment installation.
Coordinate engineering design with other utilities and prepare conduit and
substructure drawings for Pacific Bell, RCN, AT&T Broadband and any other
joint trench participants showing trench and service locations.
¯Submit on schedule the 35%, 75% and 99% plan sets for review by City staff
¯ and joint trench utilities.
Using base engineering specifications provided by the City, prepare engineering
specifications for all substructures, cables, electrical and street light equipment
needed for the project.
Prepare a list of bid items for the construction contract. The City will provide
the contract format to be used by the consultant.
¯ Assist City staff in evaluating construction bids.
Oversee the construction phase of the project and provide the necessary project
management through completion of the project. Attend meetings at City
facilities and on the job site as needed.
¯ Respond to inquiries and requests for information from City staff.
Provide as-built drawings for the entire project. Contractor to provide
consultant with as-built information, consultant to check and verify that all
changes are incorporated in the as-builts. Consultant to prepare updated
AutoCAD drawings to reflect the as-builts.
¯Complete other authorized written task assignments required to complete all
necessary services.
VI. DELIVERABLES
Provide a complete project schedule including specific delivery dates for
each plan set review and the 100% project plan set (electronic files and
hard copies) in Microsoft Project .format. Complete the 100% project
plan set by August 15, 2001. Schedule shall begin immediately upon
receipt of the City’s Notice to Proceed and shall be submitted to the City
at each bi-weekly progress meeting.
Prepare a bi-weekly progress report including project schedule updates
and conduct bi-weekly progress meetings with Utilities Electric
Engineering. The meetings are to be held in the Utilities Engineering
office located at 1007 Elwell Court, Palo Alto, CA or in the field at the
project location.
Contact all public and private agencies that might have infrastructure
within the project boundaries. Obtain facilities plans and/or maps.
Maintain records and data files to be turned over to the City with the
100% base map submittal. All infrastructure data shall be included on the
base map.
Prepare a civil base map in AutoCAD 2000 format to facilitate
unobstructed conduit and substructure alignments. City will provide
consultant with a base street map in AutoCAD format. The consultant
shall be responsible to ensure that all existing and proposed underground
infrastructure is identified on the base map.
Using the civil base map as a starting point, develop a composite conduit
and substructure plan and individual conduit and substructure plans for
primary electric, secondary/street light electric, Pacific Bell, RCN,
AT&T and any other joint trench participants. Also’ develop construction
drawings for primary cable, secondary/street light cable and electrical
equipment (see attached sample drawings). The completed 100% plan set
will be used for. bidding and construction of the project. Consultant shall
develop and complete the conduit, substructure and electric system
design using City of Palo Alto Engineering Standards, California General
Orders 95 and 128, and State of California Title 8 Subchapter 5 Electrical
Safety Orders. All drawings shall be in AutoCAD 2000 format. All
drawings, maps and specifications shall become property of the City of
Palo Alto. The City shall own the copyright for all drawings, maps and
specifications produced by the consultant for this project, and shall retain
the right to use these documents on default of consultant.
Coordinate joint trench design with Pacific Bell, RCN, AT&T Broadband
and other telecommunication companies who may be in the project area.
Schedule a project kick-off meeting with the joint trench participgnts to
discuss schedule and project requirements. Copies (hard copy and
electronic) of conduit and substructure plans shall be provided to
representatives of the joint trench participants.
Develop and complete a primary (12.47kV) Electrical Single Line
Diagram for circuits within the project area. Utilities Electrical
Engineering will provide consultant with a preliminary single line
diagram. Consultant shall work closely with Electrical Engineering to
determine switching/protection requirements and primary circuit design.
Identify all long lead-time material requirements (cables, switches, load
break cabinets, transformers etc.) during .the conduit and
substructure/electrical single line preparation phase prior to the 75% plan
submittal review. Provide the City with a list of long lead-time material
in Microsoft Excel format, prior to the 75% plan review. Coordinate
material requirement issues with Utilities Electric Engineering
throughout the duration of the project.
Identify public utility easement and right of way requirements as a result
of new facilities installations, and obtain easements from property
owners. Work with the City architectural consultant to determine
landscape screening requirements for padmount switches and
transformers.
¯Prepare cost estimates for trenching, substructures, restoration, cable,
street lights and electrical equipment.
Using base engineering specifications provided by the City, prepare
engineering specifications for substructures, cables, electrical and street
light equipment in Microsoft Word format.
¯Prepare an accurate Bid Items list for the construction contract in
Microsoft Excel format, based on the 100% .plan set.
Provide the City and other joint trench utilities with drawings, plans and
other documents for review and comment at the 35%, 75% and 99%
drawing completion stage. After each review and comment submittal the
drawings and/or other documents shall be revised based on the comments
submitted. The consultant shall also submit 75% conduit and substructure
plans for review and comment by City, County and Private agencies. The
consultant shall incorporate these comments prior to the next submittal.
¯Oversee the construction phase of the project and provide the necessary
project management through completion of the project.
Time and Material Not-To-Exceed Fee
April 30, 2001
Project:Consulting Engineering, Design & Construction Management Services for
Underground District # 38
RFP No. 133940
Services: Professional Electrical Engineering/Design Services
Pursuant to your request for proposal.and scope of services, we are pleased to submit a
Not-To-Exceed Fee of One Hundred Eighty One Thousand and Eight Hundred Dollars
($181,800.00) to prepare 100% complete drawings as itemized in the project
implementation plan. The aforementioned fee also includes reimbursable expenses.
In addition, the above fee includes one hundred twenty (120) hours of construction support
and attendance at ten (10) project meetings.
The above not-to-exceed fee does not include the following potential costs:
1.Compensation to landowners for easement acquisition.
2.Geotechnical expenses.
3.Cost for potholing existing underground utilities.
4.Profile plans.
For hourly costs and billing rates, please see the enclosed schedule for hourly fees.
Thank you.
Sincerely,
DAHL, TAYLOR &/),SSOCIATES, INC.
Chief Electrical Engineer
tdoyle@dahltaylor.com
ww~v.dohltaytor.com
engineedng@dahltaylor.mm
Haywmd
Los Angeles
Son Diego
~nta Aria
tle~dqumta~s
2960 DaimlerSl~eet ~’ Santa Ana, ~ 927(~5-$824 " 949.156.8654 : FAX.261.9778
Dahl, Taylor & Associates, Inc.
SCHEDULE OF HOURLY FEES
Position Description/Job Classification
Project Manager
Project Engineer
Senior Engineer/Design Engineer
Asst. EngineedDrafter
Other Job Classifications as required
Grade Hourly Rate
($1Hr)
47.36
42.70
37.84
27.35
20.40
Billing Rate
($1Hr)
123,14
111.02
98,38
71.11
53.04
Note:
(1)
(2)
(3)
The above Hourly and Billing Rates will be in effect through December 31, 2001 and will be subject
to review and adjustment at that time.
The Hourly Rates are based on straight time wages, and exclude any premium adjustments.
The following out-of-pocket expenses are excluded from the Hourly and Billing Rates and are
reimbursable at cost plus 10%: travel, long distance telephone, clerical services, printing, computer
charges and postal delivery charges.
(4) The job classifications are typical, but not intended to be all inclusive.
PART III - PROPOSER INFORMATION SECTION 300A
PROVIDE THE INFORMATION REQUESTED BELOW OR INDICATE "NOT APPLICABLE", IF APPROPRIATE
-NAME OF PRPOSER (COMPANY)ADDRESS
DA~:L, TAYLOR & ASSOCIATES, INC.2960 DAIMLER STREET, SANTA ANA
CA 92~05-5824
IRS N,,mb.r: 95-3694026
Pho,~FaxN-mb.~. (949) 756-8654 / 261-9778
Proposer is a:
California Corporation
o .Corporation organized under the laws of the State of
with head offices located at
and offices in California at
, proprietor.
[]
D
O
[]
California Limited Liability Company
Sole Proprietorship;
Partnership
Limited Liability Partnership
List names of partners; state which partner or partners are managing partner(s)
D Other (atta~:h Addendum with explanatory details)
B.How many years have you (or your firm) done business under the name listed above?3 6 Yr s
C.How many years of experience similar to work or services covered in this RFP?6 Yrs
D.Provide relevant references of contracts satisfactorily completed in the last three (3) years:
CUSTOMER COMPANY
City of Anaheim~_<..~
Utilities Dept.
City of Anaheim
Utilities Dept.
Walt Disney
Imaqineerin@
Boyle Engineering
Penco Engineering
CONTACTPHONE NUMBER
.Robert Temp±eton
(714) 765-4239
Rod Ertel
(714) 765-4234
Jeff Thompson
(714) 781-0239
Phillip S~one, P.~.
(949) 476-3306
Ron ButLer
(949) 753-8111
(PROVIDEADDITIONALSHEETS, IFNECESSARY)
DATE COMPLETED
1999
2001
1998
2000
2000
CONTRACT AMOUNT
$20,000,000
$4,500,000
$5,000,000
$6~000,000
$400,000
CITY OF PALO ALTO RFP 133940 PAGE 1 OF 4
PART III - PROPOSER INFORMATION
E.
Fo
SECTION 300A
Have you (or your firm) previously worked for the City of Palo Alto? ~ Yes, or X No (if =Yes", list
above, or if necessary, provide information on additional sheets).
If applicable, provide a list of the plant(s), andlor facilities, and equipment owned by the Proposer which
are available for.use on the proposed work as may be required herein.
QUANTI~NAMF-FI’YPEIMODEL, CAPACI~,ETC.CONDITION LOCATION
1 Branch Office in Hayward CA Operational~. ?3475 Investment Blvd
’# 3. Havward, CA 945
(INCLUDE ADDITIONAL PAGES IF NECESSARY)
G.Provide a list of the Proposer’s management staff who will manage the proposed work or services:
NAME FIELD OF EXPERTISE/CAPABILITIES/EXPERIENCE
Thomas L. Doyle, P.E.Project Manager / 12 Years of ~xperience in Elec.
Roderick Yong Sr. Elec. Designer/ 6 Yrs Experience in Undergrou
Aziz Kian, P.E.Quality Controller / 18 Yrs of Elec. Experience
(INCLUDE ADDITIONAL PAGES IF NECESSARY)
Contractors license, numbedtype: Thomas L. Doyle P.E. License CA E15121
Minority Business Enterprises:
Proposer is X~, or is not__a minority, or Women, or Disadvantaged Business Enterprise
Small Business Concern:
Proposer is X~, or is not "a Small Business Concern
Identify the names and business address of each subcontractor performing work, under this RFP. After
opening of Proposals, no changes or substitutions will be allowed except as otherwise permitted by City.
The listing of more than one subcontractor for each i~em of work to beperformed with the words ’and/or’
will not be permitted. Failure to comply with this requirement will render the Proposal as non-responsive
and may cause its rejection. List all such subcontractors below, or in additional sheets, as required:
NAME ANDADDRESS
i !.Robert Merre±±, P.E.
Merit Civil Engineering
’2-James Sinnema, P.E.
Merit Civil Engineering
13Joe Buckner, P.E.
Merit Civil Engineering
SCOPE OF WORK
Principal Civil Engineer
Civil Project Engineer
Civil Engineer
(INCLUDE ADDITIONAL PAGES IF NECESSARY)
Or, r~Subcontractors will not perform work, provide labor, or render services in or about the work
covered by this RFP (check and initial).
Engr.
nd Con
CITY OF PALO ALTO RFP 133940 PAGE2 OF 4 "
PART III- PROPOSER INFORMATION SECTION 300A
L Addenda
Or,
During the Proposal process there may be changes to the Proposal documents, which would require an
issuance of an addendum or addenda. City disclaims any and all liability for.loss, or damage to any
Proposer who does not receive any addendum issued by City in connection with this RFP. Any Proposer
in submitting a Proposal is deemed to waive any and all claims and demands Proposer may have against
City on account of the failure of delivery of any such addendum to Proposer. Any and all addenda issued
by City shall be deemed included in this RFP, and the provisions and instructions therein contained shall
be incorporated to any Proposal submitted by Proposer.
To assure that all Proposers have received each addendum, the following acknowledgment and sign-off is
required. Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity in
the Proposal:
Addendum number(s) received: [--I1; " [] 2; [] 3;, ,~ 4; [] 5; [] 6; [] 7; [] 8; [] 9
No Addendum/Addenda Were Received (check and initial).
io The Proposer represents that it has not retained a person to solicit or secure a City contract (upon an
agreement or understanding for a commission, percentage, brokerage, or contingent fee) except for
retention of bona fide employee or bona fide established commercial selling agencies for the purpose of
secudng business.
No Proposer’s Designated Contact
Name: RODER:rC~K ¥ONG Title: Senior Electrical Designer
Phone: (949) 756-8654 ext. 264 Fax: (949) 261-9778
The firm and individuals listed below, certify that they do not discriminate in employment with regards to
age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they are in
compliance with all federal, state, and local directives and executive orders regarding nondiscrimination in
employment.
Proposer is required to provide a certificate standing from the State of California with its Proposal.
PLEASE SEE ATTACHMENT.
The undersigned hereby accepts the terms and conditions of this RFP.
Signatures (M will appear on Contract):
First
(Signatu=
(Pnnterl name of si,
(Title of signatory)
(Sign~ .-~.~._ ¯ . ¯
(Printed name of signatory)
(Title of signatory)
Note:California Corporations Code Section 313 requires two corporate officers to execute contracts.
The signature of First Officer* must be one of the following: Chairman of the Board; President; or
Vice President. The signature of the Second Officer** must be one of the following: Secretary;
Assistant Secretary; Chief Financial Officer; or Assistant Treasurer. In the alternative, a certified
corporate resolution attesting to the signatory authority of the individuals signing in their respective
capacities is acceptable.
Or,
CITY OF PALO ALTO RFP 133940 PAGE 3 OF 4
PART III - PROPOSER INFORMATION SECTION 300A
The undersigned certifies that the Proposer is not a corporation, and is not subject to the requirements of
California Corporations code, and hereby agrees to, and accepts the terms and conditions of this RFP.
(Signature)
(Pdnted name of signatory)
(Title of signatory)
CITY OF PALO ALTO RFP 133940 PAGE 4 OF 4
04/05/2001 ~ 16:30 F,~X 949 729 0770
Certificate of Insurance 1 of 1 #29085
Agan~’ Name at~d Address:
professional Practi~
~.nce Brokers, Inc.
2;~14 W~t Coast Highway, Suite 200
NeWDOn Beach, CA 92663
Insurede Name and Address:
Dahl Taylor & Associates, Inc.
2690 Daimler Street
Santa Ana, CA 92705
ITHIS CERTIFICATE IS ISSUED AS A MA’I’I’ER OF
INFORMATION ONLY AND CONFERS NO RIGHTS UPON
THE CERTIRCATE HOLDER. THIS OERTIRCATE DOES
NOT AMEND, EXTEND OR ALTER THE COVERAGE
AFFORDED THE POLICIES LISTED BELOW.
Co~n. pan_les Affordlng.PoliclBE:
I ~-American Motorists tnsttrance uompany
~3~,q~RAGES’. "~HIS IS ’TO GERTIFY TI4AT’POLIOIES OF INSUI=,A/’ICE ~ BELOW HAVE BEEN I~UED TO THE INSURED NAMED N~OVE~ FOP, THE POLICY PERIOD INDICATED,
,tOTINITH~I’ANDING ANY REQUIREMENT, TERM OFI C43NDITION OF ANY CONTRAU’W OR OTHER DOCUMENT WITH RESPECT TO WHICH 11-11S CERTIFIP-.,ATE MAY BE ISSUED OR
~u~T r=n ,AIN, THE IN~URANC~/~FORDED BY 3’HE POLICIES DESCRIBED HEREIN IS 8UBJE~’W TO ALl. 3HE ’TERMS, EXCLUSION~, AND CONDmON~ OF SUCH POUCIE~,
TYPE OF INSURANCE
GENERAL UABILITY
[]Commerel~ Gono~ Liability
[] Clalrns Made
[] occurre~s
Proteo~e
[]
[]
[]
[]
[]
[]
[]
[]
AUTO UABILrrY
Any Automobile
All Owned Autos
Scheduled AutOS
Hired Autos
Non-owned Autos
Garage Uability
¯EXCESS LIABILITY
Umbra/Is Form
Other than U.~ella Form
WORKERS’
COMPENSATION
AND EMPLOYER’S
UABILITY
POLICY NUMBER EFF,DATE EXP.DATE
7P, S66232000 05106100 05/06/01
7P~66232000 05106100 05/06/01
~PROFESSIONAL PRE113969319 i 05/06/99
Description of Operations/LocationsNehicles/Restrictions/Special items:
REF. ADDENDUM NO. 1 - REQUEST FOR PROPOSAL; (RFP) NO, 133940,
05106/02
POLICY LIMITS
I Qane~ AgU,~:~
Products-ConYOps
.e~gregate: $2,000,000
Personal and Adv. Injury: $1,000,000
Ezu~ Ooourmnoe: St,000,000
Fire Drng. (any one fire): $300,000
Combin~ Single Limit:
Bndiiy InJury/pemo~:
Bodily In{ury/acctderd:.
Property Damage:$0
Each Occunrer~e:
Aggregate:
Statutow
Ea~-,h Accident:
Disease/Policy Umit:
Disease/Ernl~oyee:
Per Claim
A~greg~te
$1,000,000
, $1,000,000
*Written at aaareaate limits of lla, bilitv not less than
Certifloate Holder:
City of Pale Alto
Attn: Tom Pinch, Proj M~r
250 Hamilton Ave PO Box 10250
Pale Alto, CA 94301
;mount shown.
THE AS~:IEGIAT£ UMIT IS THE TOTAL INSU~ AVAJI../~i.~ FO~ CLAIMS pRESENTED
WrrHIN THE POLICY FOR ALL OP£RATICN~ OF THE INSURED,CANCELLATION:
SHOULO ANY OF THE ABOVE DESCRIBED POLIGIBE BE ~ELEU BEFORE "THE EXPIRATION
DATE THEREOF, THE I,~LIING ~PANY, t’rB/~3EN’I8 OR REPREEENTA’T]VES WILL MNL 80
DAYS WRn"rEN NOTICE To’rilE C~RTIFIGATE HOLDER NAMED TO THE LEFT, EXCEPT IN
THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREMIUM IN WHICH CASE 10 DAYS
NOTICE WILL BE eNEN,
Authorized Repre~enUCN~. ~ ~ 04/05101
84/85/2881 11:82 19492584864 ~RIS IRVINE PAbC ~±
ACORD.
ARIS INSURANCE 3P.RVIGE$
2101 BUSINESS CENTER DR., #230
IRVINE, CA 92612
LICENSE NO. 0795446
DAHL TAYLOR & ASSOCIATES INC.
2960 $. DAIMLER
SANTA ANA, CA 92705-5624
CERTIFICATE OF LIABILITY INSURANC.E I
~enal # A11:3U lHlli UP.PIIlPIUA]P. Ili I~U~U A~ A ~11=H OF1NFORMATIONONLY AND GONRRS NO RIG.S UPON THE CERTIFI~T~
HOLOE~ THIS CERTIFI~ DOES NOT AMEND, ~NDAL~R ~E GO~GE ~FORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
~OVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED- NOT~NITHBTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 18 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
2043347 09/01/00 09/01/01
uMr~
EACH 0C(~URRENCr-
FIRE DAMAGE (Any ~e ~)
P~SONAL & ADV INJURY
G~NE~LAGGR~
P~DU~S - COMP~P ~G
COM~IN~ ~NGL~ LI~
B~ILY t~UKY "~ ~on)
B~ILY I~U~
PROP~ D~AGE
A~O ONLY - ~ A~GIO~T
~HERT~~ACO
A~ ONLY:AGG
AGG~GATE
E.L ~CH
E.L. DI~E - ~ EMPLOYE~
E,L. OISE~E - POL~ UM~
10-00000--
1000000
1000000
DEDUCTIBLE
RETENTI0~I $
WORKERS ~MI~SATION AND
EMPLOYER,~" UA~LIT~
OTHER
A
DE~CRIP’T1ON OF OP-r.RAT~ON~tl.OGATIOfl~V~t~;LF=~/~LU~ION~ AOII~.~ BY ~NI:~O~SEML’h’~’/’~CM~ i-&OVl~lO~tl
ADDENDUM NO. 1 - REQUEST FOR PROPOSAL NUMBER 133f)’10
CERTIFICATE HOLDER
THE CITY OF PALO ALTO
ATTN: TOM FINCH. PROJECT MANAGER
PURCHASING & CONTRACT ADMINISTRATION
250 HAMILTON AVE.
P.O. BOX 10250
fPALO ALTO, CA 94:301I
ACORD 25-5 (7197}
CANCELLATION
~NOU LD ANY OF THE ABOVE DESCRI BED POLICES BE CANCELLED BEFORE T!~. EXIqRAllON
DATE THEREOF, THE ISSI,gNG IN~JRER WILL ENDEAVOR TO MA~ 30 l~l~ WRITI’F.N
NOTI~ TO THE CERTIFICATE HOLDER NAMED TO THE LF~’T, BUT FAILUR£
IMPO$~ NO O~UGATION OR LIABILITY OF ANY KJND UPON ~ IN~JRE~,
REPRESENTA1WE~.
AI~. HORIZIEO KEP RF.$ENTATIVE