Loading...
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