Loading...
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