HomeMy WebLinkAbout2000-11-13 City Council (19)City of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
14
FROM: CITY MANAGER DEPARTMENT: UTILITIES
DATE:
SUBJECT:
NOVEMBER 13, 2000 CMR:396:00
APPROVAL OF CONTRACT IN THE AMOUNT OF $195,000 FOR
THREE YEARS WITH RAY JAFFARI, DBA UNITED DESIGN
SERVICES FOR PROVIDING ENGINEERING DRAFTING SERVICES
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with Ray Jaffari,
dba United Design Services for a period of twelve months starting November 2000
in the amount of $65,000 to provide engineering drafting services.
Authorize the City Manager or his designee the option of renewing the contract for
up to two additional 12-month periods at a cost of $65,000 each period for a total
contract price of $195,000 if the contractor is responsive to the contract requirements,
and the quality of the work is acceptable during the first twelve months of the
contract.
DISCUSSION
Project Description
The work to be performed under the contract consists of providing engineering drafting
services for various projects on the City of Palo Alto’s electric distribution and
telecommunication systems. The work shall be performed on an "as requested" basis.
CMR: 396:00 Page 1 of 3
The detailed scope of work for each service will be described in separate Service Orders
prepared and issued by staff to the contractor for acceptance. The contractor shall not start
any work until the Service Order has been signed by both parties. The contractor services are
expected to include substation drawings, electric circuit sketches for work orders, as-built
and construction drawings of the dark fiber system, and electric distribution standards.
Staff is recommending the use of a contractor to perform this work because the City’s electric
engineering workforce does not have adequate staff to meet the current peak workload.
Selection Process
Staff sent a request for proposals (RFP) to 10 vendors on August 24, 2000. The proposal
period was 27 days. One vendor submitted a proposal on September 14, 2000. This vendor,
United Design Services, submitted a proposal of $2,950 for the six sample drawings
requested in the RFP.
United Design Services was selected as it is the only vendor which submitted a proposal, and
because it has demonstrated the ability to perform high quality engineering drafting work for
the City on many projects since 1996. United Design Services was the successful bidder on
a previous RFP for engineering drafting services in 1998.
RESOURCE IMPACT
Funds for this project ($65,000) are available in the fiscal year 2000-01 Electric Capital
Improvement Program Budget. Continued work under this contract for fiscal year 2001-02
and fiscal year 2002-03 will be subject to satisfactory performance by the contractor and
appropriation of required funds in these fiscal years. This action has no impact on
engineering work forces since it is being performed by an outside contractor.
POLICY IMPLICATIONS
The award of this contract does not represent any change to existing City policies.
ENVIRONMENTAL REVIEW
This project is categorically exempt from California Environmental Quality Act.
CMR: 396:00 Page 2 of 3
ATTACHMENTS
Attachment A: Contract
PREPARED BY: Tom Finch, Senior Power Engineer
DEPARTMENT HEAD:
:tor of Utilities
CITY MANAGER APPROVAL:
AUDREY
Assistant to the City Manager
CMR: 396:00 Page 3 of 3
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
RAY JAFFARI DBAUNITED DESIGN SERVICES
FOR ENGINEERING DRAFTING SERVICES
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 RON
JAFFARI dba UNITED DESIGN SERVICES, a sole proprietorship, located
at 6971 Claywood Way, San Jose, CA 95120 ("CONTRACTOR").
RECITALS:
services
WHEREAS, CITY desires certain Engineering Drafting
("Services"), as more fully described in Exhibit "A"; and
WHEREAS, CITY desires to engage CONTRACTOR, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing such Services, and
CONTRACTOR has offered to provide the Services 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 1 - TERM
I.i This Contract will con~mence on the date of its
execution by CITY. The obligation of CONTRACTOR to perform the
Services will commence in accordance with the time schedule set
forth in Exhibit "A". Time is of the essence of this Contract. In
the event that the Services are not completed within the specified
time schedule on account of CONTRACTOR’s default, 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 caused by CONTRACTOR.
SECTION 2 - QUALIFICATIONS,
CONTRACTOR
STATUS,AND DUTIES OF
2.1 CONTRACTOR represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services. CONTRACTOR further represents and warrants
that the project director and every individual charged with the
performance of the Services under this Contract 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.
001017 ct 0071930 1
2.2 In reliance on the representation and warranty set
forth in Section 2..1, CITY hires CONTRACTOR to perform, and
CONTRACTOR covenants and agrees that it will furnish or cause to be
furnished, the Services.
2.3 CONTRACTOR will assign Ray Jaffari as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Services. If circumstances or
conditions subsequent to the execution of this Contract cause the
substitution of the project director for any reason, the
appointment of a substitute project director will be subject to the
prior written approval of the project manager.
2.4 CONTRACTOR represents and warrants that it will:
2.4.1 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 Services;
2.4.2 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, any materials used in CONTRACTOR’s
performance under this Contract, or the performance of the
Services;
2.4.3 At all times observe and comply with, and cause
its employees and contractors (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
2.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decreesmentioned above
in relation to any plans, drawings, specifications or provisions of
this Contract.
2.5 Any reports, information, data or other material
given to, or prepared or assembled by, CONTRACTOR or its
contractors, if any, under this Contract will become the property
of CITY and will not be made available to any individual or
organization by CONTRACTOR or its contractors, if any, without the
prior written approval of the city manager.
2.6 CONTRACTOR will provide CITY with zero (0) copies of
the final report, if any, which may be required under this
Contract, upon completion and acceptance of each report by CITY.
001017 cl 0071930 2
2.7 If CITY requests additional copies of reports,
drawings, specifications or any other material which CONTRACTOR is
required to furnish in limited quantities in the performance ~of the
Services, CONTRACTOR will provide such additional copies and CITY
will compensate CONTRACTOR for its duplication costs.
2.8 CONTRACTOR will be responsible for employing or
engaging all persons necessary to perform the Services. All
contractors of CONTRACTOR will be deemed to be directly controlled
and supervised by CONTRACTOR, which will be responsible for their
performance. If any employee or contractor of CONTRACTOR 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 contractor will be discharged immediately from further
performance under this Contract on demand of the project manager.
SECTION 3 -DUTIES OF CITY
3.1 CITY will furnish or cause to be furnished the
specified services set forth in Exhibit "A" and such other
information regarding its requirements as may be reasonably
requested by CONTRACTOR.
’3.2 The city manager will represent CITY for all
purposes under this Contract. Tom Finch is designated as the
project manager for the city manager. The project manager will
supervise the performance, progress, and execution of the Services,
and will be assisted by Sam Zuccaro, the Senior Power Engineer.
3.3 If CITY observes or otherwise becomes aware of any
default in the performance of CONTRACTOR, CITY will use reasonable
efforts to give written notice thereof to CONTRACTOR in a t~imely
manner. ~’
SECTION 4 -COMPENSATION
4.1 In consideration of the full performance of the
Services by CONTRACTOR, CITY will pay CONTRACTOR the sum of fifty
dollars ($50.00) per hour, payable within thirty (30) days of
submission by CONTRACTOR of its itemized billings, in triplicate;
provided, however, the total sum payable to CONTRACTOR hereunder
will not exceed sixty-five thousand dollars ($65,000).
SECTION 5 -AUDITS
5.1 CONTRACTOR will permit CITY to audit, at any
reasonable time during the term of this Contract and for three (3)
years thereafter, CONTRACTOR’s records pertaining to matters
covered by this Contract. CONTRACTOR further agrees to maintain
001017 cl 0071930 3
and :etain such records for at least three (3) years after the
expiration or earlier termination of this Contract.
SECTION 6 - INDEMNITY
6.1 CONTRACTOR 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 CONTRACTOR’s, its
officers’, agents’, subcontractors’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONTRACTOR in the
performance of or failure to perform its obligations under this
Contract.
SECTION 7 -WAIVERS
7.1 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 other term, covenant, condition,
provisions, ordinance or law, or of any subsequent breach or
violation of the same or of any other term, covenant, condition,
provision, ordinance or law. 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 term, covenant, condition or provision of
this Contract or of any applicable law or ordinance.
7.2 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 8 -INSURANCE
8.1 CONTRACTOR, at its sole cost and expense, will
obtain and maintain, ino full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONTRACTOR and its contractors, if any, but also,
with the exception of workers’ compensation, employer’s liability,
and professional liability insurance, naming CITY as an additional
insured concerning CONTRACTOR’s performance under this Contract.
8.2 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 contractors of CONTRACTOR
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
001017 cl 0071930 4
Contract, identical insurance coverage, naming CITYas an
additional insured under such policies as required above.
8.3 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
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.
8.4 The procuring of such required policy or policies of
insurance will not be construed to limit CONTRACTOR’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONTRACTOR wil! 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 9 -WORKERS’ COMPENSATION
9.1 CONTRACTOR, 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 a~ainst
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 Services.
SERVICES
SECTION I0 -TERMINATION OR SUSPENSION OF CONTRACT OR
i0,I The city manager may suspend the performance of the
Services, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR
will immediately discontinue its performance of the Services.
10.2 CONTRACTOR may terminate this Contract or suspend
its performance of the Services by giving thirty (30) days’ prior
written notice thereof to CITY, but only in the event of. a
substantial failure of performance by CITY or in the event cITY
001017 cl 0071930 5
indefinitely withholds or withdraws its request for the initiation
or continuation of the Services to be performed.
10.3 Upon such suspension or termination by CITY,
CONTRACTOR will be paid for the Services actually rendered to CITY
on or before the effective date of suspension or termination;
provided, however, if this Contract is smspended or terminated on
account of a default by CONTRACTOR, CITY will be obligated to
compensate CONTRACTOR only for that portion of the Services which
are of direct and immediate benefit to ~CITY, as such determination
may be made by the city manager acting in the reasonable exercise
of her discretion.
10.4 Upon such suspension or termination, CONTRACTOR will
deliver to the city manager immediately any and all copies of
studies, sketches, drawings, computations, and other data, whether
or not completed, prepared by CONTRACTOR or its contractors, if
any, or given to CONTRACTOR or its contractors, if any, in
connection with this Contract. Such materials will become the
property of CITY.
10.5 The failure of CITY to agree with CONTRACTOR’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 CONTRACTOR to fulfill its obligations under this Contract.
SECTION II -ASSIGNMENT
Ii.i This Contract is for the personal services of
CONTRACTOR, therefore, CONTRACTOR 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 the city manager 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.
SECTION 12 -NOTICES
12.1 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
001017 cl 0071930 6
To CONTRACTOR: Attention of the project director
at the address of CONTRACTOR recited
above
SECTION 13 - CONFLICT OF INTEREST
13.1 In accepting this Contract, CONTRACTOR 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.
13.2 CONTRACTOR further covenants that, in the
performance of this Contract, it will not employ any contractor or
person having such an interest. CONTRACTOR certifies that no
person 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 14 -NONDISCRIMINATION
14.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made 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 that
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONTRACTOR 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".
14.2 CONTRACTOR agrees that. each contract for services
with an independent provider will contain a provision substantially
as follows:
"[Name of Provider] will provide CONTRACTOR
with a certificate stating that [Name of
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."
001017 cl 0071930 7
14.3 If CONTRACTOR 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 acts of
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 15 -MISCELLANEOUS PROVISIONS
15.1 CONTRACTOR represents and warrants that it has
knowledge of the requirements of the 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. CONTRACTOR will comply with or ensure bY its
advice that compliance with such provisions will be effected in the
performance of this Contract.
15.2 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
15.3 In the e%ent 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.
15.4 The. prevailing party in any action brought to
enforce the provisions of this Contract may recover its reasonable
costs and attorneys’ fees expended in connection with that action.
15.5 This document represents the entire and integrated
agreement between the parties and supersedes all prior negotia-
tions, representations, and contracts, either written or oral.
This document may be amended only by a written instrument, which is
signed by the parties.
15.6 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
15.7 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
001017 cl 0071930 8
executors, administrators, assignees, and contractors, as the case
may be, of the parties.
15.8 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.
15.9 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.
15.10 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.
15.11 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto 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 15.11 shall take precedence in the event
of a conflict with any other covenant,term,condition,or
provision of this Contract.
//
//
//
//
//
//
//
//
//
//
001017 el 0071930 9
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
Director of Administrative
Services
Director of Utilities
Risk Manager
Mayor
RAY JAFFARI DBA UNITED DESIGN
SERVICES
By:
Name:RAY JAFFARI
Title:Sole Proprietor
Taxpayer Identification No.
(Compliance with Corp. Code § 313 is
required if the entity on whose behalf
this contract is signed is a corporation.
In the alternative, a certified corporate
resolution attesting to the signatory
authority of the individuals signing in
their respective capacities is acceptable)
Attachments :
EXHIBIT "A":
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D":
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
001017 cl 0071930 10
CERTIFICATE OF ACKNOWLEDGEMENT
(Civil Code § 1189)
STATE OF )
COUNTY OF )
On , 2000, before me,
, 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
001017 cl 0071930 11
UTILITIES DEPARTMENT
PROJECT TITLE: ENGINEERING DRAFTING SERVICES
REQUEST FOR PROPOSAL (RFP) NUMBER 129396
PART
SCOPE OF WORK OR SERVICES
PART III - SCOPE OF WORK
ENGINEERING DRAFTING SERVICES
FOR ELECTRICAL ENGINEERING DIVISION
SCOPE OF WORK
I1.
Consultant/Contractor shall provide engineering drafting services to the City
on "as requested" basis.
The detailed scope of work for each service will be described in separate
Service Orders prepared and issued by City’s Electrical Engineering Manager to
the Consultant for acceptance. Contractor shall not start any work without the
Service Order duly signed by both parties. A sample Service Order form has
been attached for review by the bidders. The terms and conditions of the
Agreement covering this work shall apply independently to each individual
Service Order.
Each Service Order will state a fixed price amount for the work to be performed
on a lump-sum basis. This lump-sum amount shall include all labor, material,
travel & reproduction cost, equipment expenses and all applicable taxes.
Changes to a signed Service Order shall be prepared and approved in the same-
manner as in the original Service Order.
The total expenditure for the initial term is estimated at $65,000; however, City
makes no guarantee as to the actual activity to be requested under any resultant
drafting services agreement. The initial contract can be renewable for up to three
years based on department workload and satisfactory performance.
INSTRUCTION TO BIDDERS
The bidder shall submit a Bid in accordance with the City’s Notice Inviting
Proposals for Engineering Drafting Services.
The bidder shall supply all information that shall include the complete
proposal for offering this kind of service. Bidder shall have the ability to
work closely with the engineering and design staff of the utility
department. Bidder’s proximity to Palo Alto City Hall will be one of the
considerations for selection.
Any exceptions proposed by the bidder to these specifications shall be
set forth clearly by a typewritten attachment to the bidder’s proposal.
CITY OF PALO ALTO RFP 129396 PAGE 1 OF 4
PART III - SCOPE OF WORK
III.REQUIREMENTS:
Drawings recreated or modified by the bidder shall bear Consultant’s
identification along with the completion or revision date as applicable. In
general, the following categories of drawings shall be modified or recreated for
electrical engineering division:
Substation Drawin,qs:
One Line, Meter and Relaying diagrams
One Line Diagram, A.C./D.C. Station Service
AC Elementary for Transformers, Circuit Breakers etc.
DC Elementary for Circuit Breakers, Capacitor Banks, Bus Differentials etc.
Diagram of Connections
General Arrangements, Sections, Elevations, Bill of Material, Details
Conduit / Raceway Layout
Switchgear/Relay Panel Layout
RTU Drawings
Distribution Drawin,qs:
City Street Light Maps
4kV/12kV Circuit and Distribution Maps
4kV / 12kV Underground Substructure
4kV / 12kV Overhead Distribution Lines
City Traffic Signal Layout Design/Maps
City Telecommunication / Fiber-Optic Maps
Miscellaneous Civil/Structural Drawin,qs
¯Civil Foundation, Section Details, Rebars etc.
¯Steel Structures and Miscellaneous Steel Details
¯Substation Drainage, Gates, Fence Details, etc.
The Contractor shall do all drafting and changes to any of the existing drawings
in each individual service order using standard symbols, conventions and
practice of the electrical engineering department. Any corrections or
inconsistencies in final drafting shall be done without any additional cost to the
City. All individual drafting services shall have to be completed on a mutually
agreeable time schedule. The contractor shall pick up all job order drawings
from the utilities engineering department of City. The final product shall be
delivered to the engineering Manager or his designated staff, at the contractor’s
expense.
CITY OF PALO ALTO RFP 129396 PAGE 2 OF 4
PART III - SCOPE OF WORK
IV.MANUAL DRAFTING:
Final drafting will be ink on city supplied Mylars or on contractor supplied vellum
as an option. City will supply all marked up drawings and provide telephone
assistance or answer questions during the work period. One set of Blue Line
check prints will be submitted for review and changes before acceptance of the
final product. The Cit~, staff will review all details for each drawing before start of
drafting.
*Furnish T & M rates or fee schedule for Manual Drafting Services
V.AUTO-CAD DRAWINGS:
Currently City uses Auto-Cad Release 13.0 for Windows. Drafting shall involve
modifications of existing older versions of Auto-Cad drawings and recreation of
new drawings. Contractor shall supply a copy of the drawings on diskette (for
future revisions on the City’s CAD system) after completion of each service
order. All diskettes shall have to be labeled clearly with drawing number and
description for future retrieval/update. One set of check prints will be submitted
for final review and all changes shall be made before final Submittals.
For revisions involving existing CAD drawings, City will supply diskette as
available in the DXF file or Auto-Cad file format. Contractor will check accuracy
of Auto-Cad conversion and discuss any problem’ relating to DXF file conversion
with the designer technicians in the utilities department to implement any special
job order.
*Furnish T & M rates or Fee Schedule for Auto-Cad Services
VI.QUALITY CONTROL:
The City staff will review all annotations, symbols, line-styles type/weight/color
etc. for each drawing as applicable before submission of the quote and during
check prints review. The symbol checks are critical since some of the Auto-Cad
drawings may have to be reconverted to City GDS/GIS system.
VII.SAMPLE DRAWINGS/PRICE ESTIMATE:
A set of six drawings will be available for inspection (in the Electrical
Engineering Division) by the interested bidders, as sample drawings. A price
estimate for recreating these drawings in Auto-Cad will be submitted as
additional information. This price shall not be the deciding criteria for selecting
the contractor for this drafting contract. The set of drawings may be obtained by
mail; call Alan Perry @ 650.566.4530.
CITY OF PALO ALTO RFP 129396 PAGE 3 OF 4
PART III - SCOPE’OF WORK
VIII. SELECTION CRITERIA
Refer to PART II, Instructions and Special Conditions
Past Experience with Similar Drafting Service
Ability to Work Closely with City Staff
Knowledge and Proficiency in Auto-Cad Software and other CAD Software
Sample Drawings Price Estimate; T & M RATES or Fee Schedule for Auto-
Cad Services
References
CITY OF PALO ALTO RFP 129396 PAGE 4 OF 4
UDS
City of Palo Alto
RFP #129396
Sept. 14, 2000
Page 3
7. Pricing."
For a detailed breakdown of the time and material costs, please see below.
DWG.#DESCRIPTION TYPE HOURS
35341-22
35341-43
TS-LO-E-004
EE-1820
21287
HV-C-107.1
12KV Add. Breaker AL25 Schematic CAD.8
12KV Add. Wiring Diag. Unit 3 (sht. 3)CAD 10
Middlefield & East Meadow Traffic Signal CAD 7
Park Blvd. To Hansen Primary connections MAN 18
Street Light Conversions, Cimuit #5 CAD 6
Hanover Sub. HV-23 X-FMR Foundation CAD 10
Total Hours 59
UDS shag provide Engineering Drafting Services outlined in section 7 of this proposal for
the:
TOTAL COST OF $2950
The total cost includes all incidentals and related work required under the scope of work
outlined in the above RFP and represents an hourly rate of $50 per hour.
UDS hopes this proposal meets your requirements. We appreciate the opportunity and are
looking forward to work with you on this as well as your other projects.
Very truly yours,__
Ray Jaffari
Project Manager
UNITEDESI
CERTIFICATE OF LIABILITY INSURANCE
PRODUCER
Commercia~l " Lines Unit
ABD Ins. and Financial Services
820 Bay Avenue, Suite iii
Capitola, CA 95010-2165
INSUREDUnited Design Services
6971-Claywood Way
San Jose, CA 95120
I
COVERAGES
A
I 07/25/0~
THIS CERTIFICATE ,S ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURER A: ITT Hartford Insurance Group
"INSURER B:
INSURER C:
INSURER D:
INSURER E:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING
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 HEREINISSUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POUOIES. AGGREGATE UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSRLTR TYPE OF INSURANCE
GENERAL LtABILI13f
X OCP
JEQT ~ LOO
A AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
X NON-OWNED AUTQS
GARAGE LIABILITY~ANY AUTO
~DEDUCTIBLE
RETENTION $
WORKERS COMPENSATION AND
EMPLOYERS’ LIABILITY
OTHER
POLICY NUMBER
57SBAGK469457
57SBAGK469457
POLICY EFFECTIVEDATE tMMIDDIYY]o9115/oo
o91151o0
POLICY E)0:’IRATIONDATE ~MMID DIYY~o9/~_5/Ol
09/15/01
LIMITS
EACH OCCURRENCE
FIRE DAMAGE (Any one fire)
MED EXP (Any one person)
PERSONAL & ADV INJURY
GENERAL AGGREGATE
PRODUCTS-COMPIOP AGO
i,000,000
$300,000
~i0,000
$i,000,000
$2,000,000
$2,000,00Q,
PROPERTY DAMAGE(Per accident)
COMBINED SINGLE LIMIT 000 000(Ha accident)$1 ,,
BODILY INJURY(Per person)$
BODILY INJURY(Per accident)$
$
AUTOONLY-EAAOOIDENT
OTHERTHAN EAAOO
AUTO ONLY:AGO
EACH OCCURRENCE
$
$
$
$
$
$
$
wo STATU-OTH~ $TORY t M TS ER !
E.L. EAOH ACCIDENT $
E.L.DISEASE-EA EMPLOYEE$
E.L. DISEASE-POLICYLIMI3$
AGGREGATE
DE~R~PT~N~F~PE~T~NS~L~CAT~N~VEH~LES~EXGLUS~NSA~EDBYEN~R~EMENT~SPEC~ALPR~V~SI~NS
The City of Palo Also, Its Officers, Agents and Employees Are Named As
Additional Insured, But Only As To Work Performed Under Contract. Said
Contract As To The City, Etc., Shall Be Primary Coverage, Without Offset
Against City’s Existing Insurance, With Any Other Insurance Carried By
(See Attached Descriptions)
CERTIFICATEHOLDER ! ..... IADDmO~LINSURED;IN~RERIETmR:---~
The City Of Palo Alto
Electrical Utility Dept.
Attn: l~~tll~-~’-o.~,,~2g~.~_
250 Hamilton Avenue
Palo Alto, CA 94301
ACORD2S’S(~9D1 of 3 #$240297/M240296
CANCELLATION "£ ’ -
SHOULD ANY OF THE ABOVE DESCRIBED POUGIES BE CANOE LIE D BEFORE THE EXT~RATION
DATETHEREOF,THE ISSUING INSURER WILLENDEAVORTO MAIL3_0__ DAYSWRITTEN
NOTICETO’;’HE CERTIFICATE HOLDERNAMEDTOTHE LEFT, BUTFAILURE TO DOSOSHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANYKIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
A~TIVE
~’AR @ ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed.. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 2S" S (7/97)2 of 3 #$240297/M240296
DESCRIPTIONS (Continued from Page 1)
City Being Excess Insurance Only. As Per Endorsement #IH12001185 To Be
Issued.By~Insuring Company.
AMS25.3(07/97) 3 of 3 #$240297/M240296
PART III - CERTIFICATION OF NONDISCRIMINATION FORM 410
Project:
Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo Alto, 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.
Firm:
Title of Officer Signing:
Signature
DATE:
CITY OF PALo ALTO: CERTIFICATION OF NONDISCRIMINATION