Loading...
00-063 Zumwalt Engineering,, ,_ ~. ~,. f ^v PURCHASE ORDER NO. ACCOUNT NO. 270-9531-7014 AGREEMENT THIS CONSULTANT AGREEMENT, made and entered into this day of , 2000, by and between the CITY OF CUPERTINO, a municipal corporation of California, hereinafter referred to as "CITY", and Zumwalt Engineering Group, a consulting firm with offices at 2680 Bishop Drive, Suite 150, San Ramon, California 94583, hereinafter referred to as "CONSULTANT"; WITNESSETH: WHEREAS, CITY desires to retain project management services in conjunction with The Cupertino Interchange Improvements Ramp/Meter Signal/Arterial Traffic Signal Interconnection Project;; and WHEREAS, CITY desires to engage CONSULTANT to provide these services by reason of its qualifications and experience for performing such services, and CONSULTANT has offered to provide the required services on the terms and in the manner set forth herein; NOW, THEREFORE, in consideration of their mutual covenants, the parties herein agree as follows: 1. DEFINITIONS. (a) The word "City" as used in this agreement shall mean and include all the territory lying within the municipal boundaries of the City of Cupertino, California, as presently existing, plus all territory which may be added thereto during the term of this agreement by annexation or otherwise. (b) The term "City Manager" shall mean the duly appointed City Manager of the City of Cupertino, California, or his/her designated representative. (c) The term "City Attorney" shall mean the duly appointed City Attorney of the City of Cupertino, California, or his/her designated representative. (d) The term "City Clerk" shall mean the duly appointed City Clerk of the City of Cupertino, California, or his/her designated representative. (e) The term "FHWA" shall mean the Federal Highway Administration. Transportation. (f) The term "State" shall mean the State of California Department of 2. CONSULTANT CONTRACT ADMI[VISTRATION. (a) Cwt The City Manager shall be representative of CITY for all purposes under this agreement. RAYMOND CHONG is hereby designated as the CONTRACT ADMINISTRATOR for the City Manager and shall supervise the progress and execution of this agreement. (b) Consultant. CONSULTANT ;hall assign a PROJECT MANAGER to have overall responsibility for the progress and execution of'this agreement for CONSULTANT. Joe Enke is hereby designated as the PROJECT MANAGER. Should circumstances or conditions subsequent to the execution of this consultant agreement require a substitute PROJECT MANAGER for any reason, the PROJECT MANAGER designee shall be subject to thf: prior written acceptance and approval of the CONTRACT ADMINISTRATOR. 3. DESCRIPTION OF WORK. (a) Services to be Furnished. CONSULTANT shall provide all specified services as set forth in the following documents: (1) CITY's "Request for Statements ofQualifications--Project Management Services for Transportation Improvement Projects in the City of Cupertino", dated July 7, 1999, attached as Exhibit A. (2) CONSULTANT's "St~itements of Qualifications--Project Management Services for Transportation Improvement Projects", dated July 21, 1999, attached as Exhibit B. (3) CONSULTANT'S "Pr~~posal for Project Management Services for The Cupertino Interchange Improvements Ramp/Meter Sig~ial/Arterial Traffic Signal Interconnection Project", dated August 31, 1999, attached as Exhibit C. (b) Laws to be Observed. CONSt~LTANT shall: (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 to be performed by CONSULTANT under this agreement. (2) Keep itself fully informed of all existing and future federal, state, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this agreement, any materials used in CONSULTANT'S performance under this agreement, or the conduct of the services under this agreement. (3) At all times exercise dine professional care to observe and comply with, and cause all of its subconsultants and employees, if any, to observe and comply with all of said laws, ordinances, regulations, orders, and decrees mentioned above; (4) Immediately report to t:he CONTRACT ADMINISTRATOR in writing any discrepancy or inconsistency it discovers in said la~NS, ordinances, regulations, orders, and decrees mentioned above in relation to any plans, drawings, specifications, or provisions of this agreement. (c) Release to Reports and Inform~ition. Any reports, information, data, or other material given to, or prepared or assembled by CONSULTANT or its subconsultants, if any, under this agreement shall be the property of CITY and shall not 1-e made available to any individual or organization by CONSULTANT or its subconsultants, if any, under this agreement without the prior written approval of the City Manager. (d) Qualifications of CONSULTA~~IT. CONSULTANT represents that it is qualified to furnish the services described under this agreement. 2 4. TIME OF BEGINNING AND COMPLETION. CONSULTANT shall begin work after letter of notification has been sent to the CONSULTANT from the CITY. Work will be completed by Decembe-r 31, 2001. 5. PAYMENTS. The basis of payment for the services provided by the CONSULTANT under this agreement shall be computed as cost plus fee rates. (a) The CITY shall reimburse the CONSULTANT on a time and expenses basis for actual cost plus fixed fee (including labor costs, employee benefits, overhead, profit, and other direct costs plus fixed fee) incurred by the CONSULTAN']' in performance of the work, in an amount not to exceed $21,000.00 (TWENTY ONE THOUSAND ,AND 00/100 DOLLARS). Actual costs shall not exceed the estimated wage rates and other costs set forth in the CONSULTANT's cost proposal. (b) The CONSULTANT shall be: reimbursed for actual travel expenses incurred in the performance of this work, including the use of private cars at the rate of 31 cents per mile, while traveling away from CONSULTANT'S headquarter:; which is hereby designated as San Ramon. In addition, CONSULTANT'S personnel shall be reimbursed for per diem expenses at a rate not to exceed that currently authorized for State employees under State Department of Personnel administration rules. $21,000.00. (c) Total expenditures made under this agreement shall not exceed the sum of The CONSULTANT's cost proposal is stated in the following documents: (1) Consultant's "Cost Proposal", dated August 31, 1999, attached as Exhibit D. 6. RECORDS RETENTION. The CONSULTANT'S records shall be retained for inspection by the State, FHWA, or their duly authorized representatives for three years after final p~iyment to the CONSULTANT. 7. COST PRINCIPLES. The Federal Acquisition Regulations in Title 48, Code of Federal Regulations (CFR) 31 are the governing factors regarding allowable elements of cost. (a) Covenant Against Contingent Fees. The CONSULTANT warrants that he/she has not employed or retained any company or person, other than a bona fide employee working for the CONSULTANT to solicit or secure this agreement, and that he/she has not paid or agreed to pay any company or person, other than a bona employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon or resulting from the award or formation of this agreement. For breach or violation of this warranty, the CITY shall have the right to annul this agreement without liability, or at its discretion to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. DOCUMENTS. The CONSULTANT shall document the result: of the work to the satisfaction of the CITY and, if applicable, the State and FHWA. This may include I~reparation of progress and final reports, plans, specifications and estimates, or similar evidence of attainment of the agreement objectives. (a) Ownership of Documents. The; tracings, plans, specifications, and maps prepared as instruments of professional services or obt~.ined under the terms of the agreement be delivered to and become the property of the CITY, and that basic survey notes and sketches, charts, computations, and other data prepared or obtained under such agreement shall be made available, upon request, to the CITY without restriction or limitation on their use. The CONSULTANT shall not be responsible for CITY's modification to its instruments ,~f professional services or for their re-use on other projects. 9. CHANGES IN WORK. All changes and/or extra work shall be performed and paid for in accordance with the following: (a) Only the City Engineer or City Council may authorize extra and/or changed work. CONSULTANT expressly recognizes that other City personnel are without authorization to either order extra and/or changed work or waive contract requirements. Failure of CONSULTANT to secure the Council's or City Engineer's prior written authorization for such extra and/or changed work shall constitute a waiver of any and all right to adjustment in contract price due to such unauthorized work and CONSULTANT thereafter shall be entitled to no comp~:nsation whatsoever for performance of such work. (b) If the CONSULTANT is of the opinion that any work he has been directed to perform is beyond the scope of this agreement and constitutes extra work, he shall promptly notify the CITY of the fact. The CITY shall make a determinatio~i as to whether or not such work is, in fact, beyond the scope of this Agreement and constitutes extra work. In the event that the CITY determines that such work does constitute extra work, it shall provide extra compensation to the CONSULTANT on a fair and equitable basis. A supplemental agreement providing for such compensation for extra work shall be negotiated between the CITY and the CONSULTANT. Such supplemental agreement shall be executed by the CONSULTANT and be approved by the necessary CITY officials. (c) In the event CITY determines that such work does not constitute extra work, CONSULTANT shall not be paid extra compensation above that provided herein and if such determination is made by CITY staff, said determination may be appealed to the City Council as long as a written appeal is submitted to the City Manager within five (5) days after the staff's determination is received by the CONSULTANT. Said written appeal shall include a description of each and every ground upon which CONSULTANT challenges the staff's determination. 10. DELAYS AND EXTENSIONS. The CITY shall consider an appropriate extension of time in case of unavoidable delays and for consideration of corresponding warranted adjustments in payment. In the event that the services called for under this agreement are not completed within the time specified above, the City Manager shall have the option to extend the time for completion. This paragraph does not preclude the recovery of damages for delay by either party. Neither party shall be responsible for delays from causes beyond its reasonable control. 4 11. TERMINATION OR ABANDONME>`1T. (a) Right to Suspend or Terminate. Either party may suspend or terminate this agreement for any reason by giving thirty (30) days' written notice. Upon receipt of such notice CONSULTANT shall immediately discontinue his performance under this agreement. The City Manager shall have the authority to suspend this agreement, wholly or in part, for such period as he deems necessary due to unfavorable conditions or to the failure on the part of the CONSULTANT to perform any provision of this agreement. (b) Payment. Upon such suspension or termination, CONSULTANT shall be paid for all services actually rendered to CITY to the date of'such suspension or termination; provided, however, if this agreement is suspended or terminated for fault of CONSULTANT, CITY shall be obligated to compensate CONSULTANT only for that portion of CONSULTANT services which are of benefit to CITY. (c) Return of Materials. Upon such suspension or termination, CONSULTANT shall turn over to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed., prepared by CONSULTANT or its subconsultants, if any, or given to CONSULTANT or it:s subconsultants, if any, in connection with this agreement. Such materials shall become the permanent: property of CITY. CONSULTANT, however, shall not be liable for CITY's use of incomplete materi~ils or for CITY's use of complete documents if used for other than the project contemplated by this agreement. 12. REMEDIES Upon a breach or default of any of the terms or obligations of this Agreement by CONSULTANT, the CITY shall be entitled to exercise all rights and remedies hereby reserved under this agreement or made available under applicable laws. 13. RESPONSIBILITY FOR CLAIMS ATD LIABILITY (INDEMNIFICATION). CONSULTANT hereby agrees to indemnify and save harmless CITY, its officers, agents, and employees of and from: (a) Any and all damages to or destruction of the property of CITY, its officers, agents, or employees occupied or used by or in the care, custody, or control of CONSULTANT caused by any negligent act, error, or omission of CONSULTANT or any subconsultant under this agreement or of CONSULTANT's or any subconsultant's employees or agents. (b) Any and all Maims and demands which may be made against CITY, its officers, agents, or employees by reason of any injury to or death of or damage suffered or sustained by any employee or agent of CONSULTANT or any subconsultant under this agreement, to the extent caused by any negligent act, error, or omission of CONSULTAN']', excepting, however, any such claims and demands which are the result of the negligence or willf.rl misconduct of CITY, its officers, agents, or employees. (c) Any and all penalties imposed or damages sought on account of the violation of any law or regulation or of any term or condition of an~~ permit by CONSULTANT, to the extent caused by any negligent act, error, or omission of CONSULTP~NT. (d) The CONSULTANT is not responsible for the accuracy of data from any other sources or from conclusions reached as a result of utilizing information supplied by third persons. (e) The CITY agrees to provide legal defense to challenges of the adequacy and completeness of the services provided. The CONSULif ANT shall assist the CITY in responding to such challenges. If it is subsequently ruled by a court of jurisdiction that errors of facts, procedures, or scope have occurred and that these errors and/or omissions were the result of the CONSULTANT's own negligent professional services, then the CONSULTAI`IT shall be responsible for providing whatever remedies may be required to make the analysis adequate and complete. 14. GENERAL COMPLIANCE WITH LAWS AND WAGE RATES. The CONSULTANT shall comply with all Federal, State, and local laws and ordinances applicable to the work. This includes compliance with prevailing wage rates and their payment in accordance with California Labor Code, Section 1775. (a) Subconsultants, Assignment and Transfer. Under this agreement, participating Federal funds are furnished. The subcontracting, assig~iment or transfer of any of the work, except as otherwise provided for in the executed agreement, is prohibited. All contracts shall provide that subcontracts exceeding $25,000 in cost shall contain al l required provisions of the prime contract. (1) Assignment. Both pansies shall give their personal attention to the faithful performance of this agreement and shall not as:sign, transfer, convey, or otherwise dispose of this agreement or any right, title, or interest in or to the same or any part thereof without the prior written consent of the other party, and then only subject to such terms and conditions as the other party may require. A consent to one assignment shall not be deemed to be a consent to any subsequent assignment. Any assignment without such approval shall be void, arid, at the option of the other party, shall terminate this agreement and any license or privilege granted her~;in. This agreement and any interest herein shall not be assignable by operation of law without the prior written consent of the other party. (2) Subconsultants; Employ. CONSULTANT shall be responsible for employing or engaging all persons necessary to perform the services of CONSULTANT hereunder. No subconsultant of CONSULTANT will be recognized b~~ CITY as such; rather, all subconsultants are deemed to be employees of CONSULTANT, and it agrees to be responsible for their performance. CONSULTANT shall give its personal attention to the fulfillment of the provisions of this agreement by all of its employees and subconsultants, if any, and shall keep the work under its control. If any employee or subconsultant of CONSULTANT fails or refuses to carry out the provisions of this agreement or appears to be incompetent or to act in a disorderly or improper manner, he shall be discharged immediately from the work under this agreement on demand of the CONTRACT ADMINISTRATOR. (b) Consultant's Endorsement on flans, Specifications, & Estimates/Other Data. The responsible CONSULTANT/engineer shall sign all. plans, specifications, estimates, and engineering data furnished by him/her and where appropriate, india~te his/her registration number. (c) Disadvantaged Business Entert~rise Considerations. CONSULTANT has given consideration to DBE firms as specified in 23 CFR 172.5(e) and has met requirements in the provisions of Title 49, Part 23, Code of Federal Regulations (49 C FR23) and the City of Cupertino's adopted DBE program. Evidence must be presented of "good faith" effort, when applicable. 6 The provisions of Title 49, Part 23, Code of Federal Regulations (49 CFR 23) and the CITY's adopted DBE Program require that Disadvantaged Business Enterprises (DBEs) have the opportunity to participate in federally-funded, transportation projects. The agency has established a goal of 10% DBE participation in this consultant contract. In order to meet these requirements, the following criteria have been established: 1. Participation by Caltrans' certified DBl?s as a prime consultant or sub-consultants in this contract, or 2. A good faith effort by the prime consultant in trying to secure participation by DBEs prior to award of this contract. Documentation of a good faith effort is to be submitted in writing and consists of the following: a) A list of Caltrans' certified DBEs solicited. b) Description of efforts to use thy; services of available minority community organizations; minority contracting groups; women contractor groups; and local, State, and Federal minority business assistance centers in the recruitment and placement of DBEs including name of contact, date of contact, and information they provided. c) Identification of the portions o1'the work to be performed by DBEs, including type of work and dollar value. d) Documentation of good faith n~~gotiations between subcontractors and interested DBEs, including names and dollar value of all bids. 15. INSPECTION. CONSULTANT shall furnish CITY with every reasonable opportunity for CITY to ascertain that the services of CONSULTANT are being performed in accordance with the requirements and intentions of this agreement. All work done and al I materials furnished, if any, shall be subject to the CONTRACT ADMINISTRATOR'S inspection and approval. The inspection of such work shall not relieve CONSULTANT of any of its obligations to fulfill its agreement as prescribed. 16. INDEPENDENT JUDGMENT. Failure of CITY to agree with CONSULTANT'S independent findings, conclusions, or recommendations, if the same are called for under this agreement, on the basis of difference in matters of judgment shall not be construed as a failure on the part of CONSULTANT to meet the requirements of this agreement. 17. NOTICES. All notices hereunder shall be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: TO CITY: Raymond Chong Contract Administrator City of Cupertino 10300 Torre Avenue Cupertino, CA. 95014 7 TO CONSULTANT: Joe Enke Project Manager Zumwalt Engineering Group 2680 Bishop L-rive, Suite 150 San Ramon, California 94583 18. INTEREST OF CONSULTANT. CONSULTANT covenants that it prese;ntly has no interest, and shall not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the services hereunder. CONSULTANT further covenants that, in the performance of this agreement, no subconsultant or person having such an interest shall be employed. CONSULTANT certifies that no one who has or will have any financial interest under this agreement is an officer or employee of CITY. It is expressly agreed that, in the performance of the services hereunder, CONSULTANT shall at all times be deemed an independent contractor and not an agent or employee of CITY. 19. CERTIFICATIONS The CITY and CONSULTANT shall c~;rtify that they have not required, directly or indirectly, as an express or implied condition in connection with obtaining or carrying out this agreement: (a) Certification of Local Agency, attached as Exhibit E (b) Certification of Consultant, att:ached as Exhibit F. 21. INSURANCE. CONSULTANT, at its sole cost and expense, shall obtain and maintain in full force and effect throughout the entire term of this agreement, the insurance coverage of at least an "A" rating as determined in accordance with the Best's Guide Rating, and class VII in financial rating, insuring not only CONSULTANT, but also (with the exception of workers' compensation and employer's liability insurance), CITY, its officers, agents, and employees, and each of them with respect to activities and services performed by CONSULTANT for or on behalf' of CITY under the provisions of this agreement. Certificates of such insurance, on the forms provided by CITY, shall be filed with CITY concurrently with the execution of this agreement attached as Exhibit G-1 to G-7. With the exception of professional liability insurance, said certificates shall bf; subject to the approval of the City Attorney and shall contain an endorsement stating that said insurance is primary coverage, and will not be canceled or altered by the insurer except after filing with the City Clerk thirty (30) days written notice of such cancellation or alteration, and that the City of Cupertino is named as an additional insured. Current certificates of such insurance shall be kept on file at all times during the term of this agreement with the City Clerk. 22. WORKERS' COMPENSATION. CONSULTANT 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 provisi~~ns of that Labor Code, and it certifies that it will comply with such provisions before commencing the pf;rformance of the work of this agreement. 23. AGREEMENT BINDING. The terms, covenants, and conditions of this agreement shall apply to, and shall bind the heirs, successors, executors, administrators, assigns, and subconsultants of both parties. 24. WAIVERS. The waiver by either party of any breach or violation of any term, covenant, or condition of this agreement or any provision, ordinance, or law shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, or law of or any subsequent breach or violation of the same or of any other term, covenant, condition, ordinance, or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder shall not be deemed to be a waiver of any preceding breach or violation by the other party of any -term, covenant, or condition of this agreement or of any applicable law or ordinance. 25. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms of this agreement or arising out of this agreement may recover its reasonable: costs and attorney's fees expended in connection with such an action from the other party. 26. NONDISCRIMINATION. No discrimination shall be made in the employment of persons under this agreement because of the race, color, national origin, ancestry, religion, or sex of such person. 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 agreement, it shall thereby be found in material breach of this agreement. Thereupon, CITY shall have the power to cancel or suspend this agreement, in whole or in part, or to deduct from the amount payable to CONSULTANT the sum of Twenty-five Dollars ($25) for each person for each calendar day during which said person ~Nas discriminated against, as damages for said breach of contract, or both. Only a finding of the State of California Fair Employment Practices Commission or the equivalent federal agency or officer shall constitute evidence of a violation of contract under this paragraph. If CONSULTANT is found in violation. of the nondiscrimination provisions of this agreement or the applicable affirmative action guideline:s pertaining to this agreement, CONSULTANT shall be found in material breach of this agreement. Thereupon, CITY shall have the power to cancel or suspend this agreement, in whole or in part, or to deduct from the amount payable to CONSULTANT the sum of Two Hundred Fifty Dollars ($250) for each calendar day during which CONSULTANT is found to have been in such noncompliance as damages for said breach of contract, or both. 27. AGREEMENT CONTAINS ALL UNDERSTANDINGS. This document represents the entire and integrated agreement between CITY and CONSULTANT and supersedes all prior negotiations, representation, or agreements, either written or oral. This document may be amended only by written i nstrument, signed by both CITY and CONSULTANT. All provisions of this agreement are expressly made conditions. This agreement shall be governed by the laws of the State of California. 9 LIST OF E7s:HIBITS Exhibit Title A City's "Request for Statements of Qualifications--Project Management Services for Transportation Improve;ment Projects in the City of Cupertino", dated July 7, 1999 B Consultant's "Statements of Qualifications--Project Management Services for Transportation Improvement Projects in the City of Cupertino", dated July 21, 1999 C Consultant's "Proposal for Project 1Vlanagement Services for The Cupertino Interchange Improvements Ramp Meter SignaUArterial Traffic Signal Interconnection Project, dated August 31, 1999 D Consultant's "Cost Proposal", dated August 31, 1999 E Certification of Local Agency F Certification of Consultant G-1 Insurance Agreement G-2 Certificate of Insurance G-3 Endorsement of Primary Insurance G-4 Additional Insured Endorsement G-5 Comprehensive General Liability Commercial General Liability Endorsement of Aggregate Limits of Insurance per project G-6 Waiver of Subrogation Endorsement V'Jorker's Compensation Insurance G-7 Notice of Policy Cancellation Endorsement 11 EXIIIBIT E CERTIFICATION OF LOCAL AGENCY 0.e-. I HEREBY CERTIFY that I am the L~C~-~~)1.~/i~ d7tirQ-cA7i1/ , of the City of Cupertino, and that the consulting firm of Zumwalt Enp;ineering Group or its representative has not been required (except as herein expressly stated), directly or indirectly, as an express or implied condition in connection with obtaining or carrying out this agreement to: (a) employ, retain, agree to employ or retain, any firm or person; or (b) pay or agree to pay, to any firm, person or organization, any fee, contribution, donation, or consideration of any kind. I acknowledge that this Certificate is to be made availa~~le to the California Department of Transportation (Caltrans) in connection with this agreement involving participation of Federal-Aid Highway funds, and is subject to applicable State and Federal laws, both cri;~n 2 ~-tJD~ Date) EXHIBIT F CERTIFICATION O>E' CONSULTANT I HEREBY CERTIFY that I am the ~ ,and duly authorized representative of the firm of Zumwalt Engineering Group, whose address is 2680 Bishop Drive, Suite 150, San Ramon, CA 94583, and that, except as hereby expressly stated, neither I nor the above firm that I represent have: (a) employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above consultant) to solicit or secure this agreement; nor (b) agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out the agreement; nor (c) paid, or agreed to pay, to any firm, org~inization, or person (other than a bona fide employee working solely for me or the above c~~nsultant) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out this agreement. I acknowledge that this Certificate is to be made available to the California Department of Transportation (Caltrans) in connection with this agreement involving participation of Federal-Aid Highway funds, and is subject to applicable State and Federal laws, both criminal and civil. (Date) ~ ignature) ZUMWALT ENGINE(=RING GROUP ,Civil Engineering/Projec:t Management 2680 Bishop Drive, Suite 150 San Ramon, California 94583 Tel. (925) 830-5016 ~ Fax (925) 830-5023 August 31, 1999 ,EX~~ /~~ Mr. Raymond D. Chong City Traffic Engineer CITY OF CUPERTINO 10300 Torre Avenue Cupertino, California 95014-3255 Subject: Proposal for Project Management Services for the Cupertino Interchange Improvement. Ramp Meter Signal / Arterial Traffic Signal Interconnection Project Dear Mr. Chong: Zumwalt Engineering Group is pleased to submit this proposal for project management services for the Cupertino Interchange Improvements Ramp Meter Signal /Arterial Traffic Signal Interconnection Project. Background The City has received grant funding for the subject project. The project will develop a data exchange network at interchanges on Interstate Route 280 and State Route 85 to improve traffic operations at ramps and on arterials. The plans, specifications and estimates (PS&E) wilt. be prepared by a consultant. The City is in need of project management services to successfull:,~ complete the work. Based on the foregoing, we propose the following scope of work. Scope of Work Task 1-Project Management Services Staff/Design Consultant Oversight • Review Monthly Invoices. • Draft correspondence including staff report;. to City Council. • Attend progress meetings. • Administer consultant agreement. • Coordinate with staff and design consultant. • Assist in selection of consultant. Mr. Raymond D. Chong Proposal for Project Management Services for the Cupertino Interchange Improvements Ramp vleter Signal /Arterial Traffic Signal Interconnection Project Page 2 • Compliance with Funding Source Reimbursement Requirements • Prepare documents such as quarterly reports and invoices to meet funding requirements for reimbursements. Maintain Project File Assist the City in maintaining the project filE: for audit purposes. Coordinate with Outside Agencies • Coordinate with outside agencies affected b}~ the proposed project. • Assist the City with the review and processicig of procedures and agreements. • Process Right-of--Way Certificates and Encroachment Permits if required. • Prepare Requests for Authorization. Schedule It is our understanding that the City is prepared to start immediately on this project. We will work with staff to develop a detailed project schedule. Fee We propose to accomplish the above work on a cost plus fee basis, in accordance with the attached cost proposal, with a budget amount of $2l ,000. This amount will not be exceeded without your prior written authorization. We look forward to working with the City on this project. If you should have any questions or need any additional information, please call Joe Eril~;e or myself. Very truly yours, ZUMWALT ENGINEERING GROUP A California''Clorporation P~ GU ~~'~ James W. umwalt, P.E. Principal JWZ/tmb Attachments ~,Qv/~Gf/~L /~«<~~~~ ~7~~ S~7 7 /l~~ z ~o - 9S~/ CERTIFICATE OF LIABILITY INSURANCE ~=, ;~::~~:~ o3i`i3iaoo PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Dealey, Renton & ASSOClateS ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P. O. BOX 12675 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Oakland, CA 94604-2675 ~ 510 4 6 5- 3 0 9 0 INSURERS AFFORDING COVERAGE INSURED ~INSURERA:Kemper Insurance Companies Zumwalt Engineering Group IINSURERB:American Automobile Ins. Co. 2680 Bishop Drive Suite 150 ~suRERC:General Ins. Co. of America San Ramon, CA 94583 INSURER D: I INSURER E: ~nvco n r~cc THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDffION OF ANY CONTRACT OR OTHER DOCLMENT WRH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS ANO CONDfTIONS OF SUCH POLICIES. AGGREGATE UMTTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ___ INSR R TYPE OF INSURANCE ~ POLICY EFFECTIVE POLICY NUMBER ~ TI- MM/D / 'POLICY EXPiRATIONI AT MM/ D i LIMITS A GENERAL LIABILITY 7RD659809-00 ~ 02,/11/00 02/11/01 ~ EACHOCCURRENCE ! $l, 000, OOO X ~ COMMERCIAL GENERAL LIABILITY I I FIRE DAMAGE (Any one firaM s3 O O , O O O _ ~ j CLAIMS MADE OCCUR I MED EXP (Any one person) i S5 O O O PERSONAL$ADVINJURY !$1 OOO OOO GENERAL AGGREGATE $2 O O O O O O GENiAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG S2 OOO OOO X POLICY PRO LOC A AUT OMOBILE LIABILITY 7RD659809-00 02/11/0 02/11/01 COMBINED SINGLE LIMIT Sl 000 000 i (Ea accident) / / ANY AUTO ALL OWNED AUTOS ~ I ~ BODILY INJURY $ SCHEDULED AUTOS I I (Per person) X HIRED AUTOS BODILY INJURY S I (Per accident) X NON-OWNED AUTOS PROPERTY DAMAGE IS (Par accident) I GARAGE LIABILITY AUTO ONLY- EA ACCIDENT $ ANY AUTO j OTHER THAN EA ACC $ AUTO ONLY: AGO $ EXCESS LIABILITY I EACH OCCURRENCE ~ S _ OCCUR ~ CLAIMS MAD ~ AGGREGATE i S I$ DEDUCTIBLE I $ RETENTION S $ B WORKERS COMPENSATION AND WZP80814356 07/01/99 07/01/00 WC STATU- .0TH X I EMPLOYERS'LIABILITY E.L.EACHACCIDENT I$1 OOO OOO E.L.DISEASE-EA EMPLOYE ~ 51 O O O O O O E.L. DISEASE-POLICYLIMtiI51 000 000 C OTHER professional CM7850939B 02;01/00 02/01/01 $1,000,000 @ claim iability & Annual Aggregate 5 000 Ded. @ Claim DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLESIEXCLUSIONSRDDED BY ENDORSEAIENT/SPECIAL PROVISIONS All operations of the Named Insured Additional Insured Endorsement attached. Project: Transportation Projects I ~ City of Cupertino, City Hall City Traffic Engineering Attn: Ray Chang 10300 Torre Avenue Cupertino, CA 95014-3255 n tenon ne cr~~n~~~ ..F i IlC'27G7A /M7 r.A ~iQ ShiOU LD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCE LLE D BEFORE THE EXPIRATION DATETHEREOF,THEIS8UING INSURER WILLENDEAVORTO MAIL~_ DAYS WRITTEN N~ITIGET9TH~ c~RTlpiCgT€ NoLPERNAMRDTgTHELEFT, BUTFAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR ,TES O ACORD CORPORATION 1988 3-09-2000 4 : 58AM FROM ZUMWALT ENV ! N (~F~tUUl1 '~ 1 ~] ti;31~1 5(~J~:3 CUPEIt 1N0 CERTIFICATE OF IIvSURANC~~ TO THE CITY OF CUPERTINO This certif es to the City of Cupertino that the follo~~ving described policies have been issued to the insured named below and are in force at this time. Insured: Zumwalt EnQineerine Group Address;2680 Bishop Drive, Suite 150 _ San Ramon, CA 94583 Description of opcrationsllocations/products insured (show contract name and/or number, if any}: wORKEIt'S COMPENSATION * statutory M;in, "Employer's American Automobile Ins. Co.Liability (name of insurer} . $1,000,000_ $ 1,000,000 $ 1,000,000 Insurance.Company's State Liccnsc No. WZP80814356 C;heeJc Policy Type: Each Occurrence ~ $ 1, 000 , 000 COMPREHF•NSI'VE GENEIte~L ' TY LIABIIY.Y [ ] Premises/operations General Aggregate $ 2 , 000 , 000 _ (if applicable) . ~[ ] Qwners & Contractors - ~ $ Protective ASBnE~e [ j Contractual for Specific 1, 000 , 000 $ Contract Person;!! Igjury [ J Products Liability [ ] XCU Hazards [ ] Broad Form P.D. X00 , 000 Fire n:usage (any one fire) $ [ ] Severability of Interest Clause [ ] Porsonal !injury with 10 , 000 - Medical Exponse S Employee Exclusion Removed (any one person) m. Self-Insured COMMERCIAY. GENTt,ItAL LIABYLITY Retentiion ~ Kemper InG~ trance Comvar~~PG T (name of insurer) policy No. 7RD659809-00 Expiration Date 2 / 11 /2001 Certificate of Insurance Agreement Page 1 of 2 ~. ~ 3-09-2000 4:58AM FROM ZUMWALT ENGIN GROUP 510 8314 5b23 AUTOMOTNE/VEHICLELIABILIYY Commercial Eorm Liability Coverage Kam~ar Tncuranre ComnaniPS (name of insurer) $~' ~f10 ,A00 Each Accidenx BODILY INJURY Each Pcrson pROpERTY DAMAGE Each Accident $1 nnn nnn or c;ombincd Single Limit $1 000 000 Policy No. 7RD659809-00 Expiration D:ue 2 / 11 /2001 N / a A copy of all Endorsements to the policy(ies} which in any way . (agent's initial) limit the above-listed. types of coverage are attached to this Certificate of Insurance. This Certificate of Insurance is not an insurance policy and does not amend, extend or slur the' coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or any other documemt with respect to which this Certificate of Insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to alI the terms, exclusions and conditions of such policies. IT IS HEREBY C TIFI that the above policy(ies) provide ]iability insurance. as required by Cerditcate of Insu ranee Agrcemtnt Pale 2 of 2 ~i~the Agreem iry and the insured. DEA d P ~^ ~ '~ !AYES n r?ated• March 13 , ~.240U sy: - - Shirlee F. Kumar, CPCU Attach Certificate of Insurance aad Additional Insured Endorsement on eornpany forms. N. 4 3-09-2000 4:59AM FROM ZUMWALT ENGIN GROUP 510 830 5023 CUPF.fLTiNO ENDORSEMENT OF PR]MARY INSURANCE In consideration of the policy premium and notwithstanding any inconsistent statement in the' policy to which this Endorsement is attached or any other Endorsement attached thereto, it is agreed as follows: The insurance afforded by this policy is pri.rnary insurance, sad no additional insurance held or owned by the designated additional insured(s).shall be called upon to cover a loss under said additional policy. POLICY IN']F'ORMATION 1. Insurance Company: Kemper Insurance Companies 2. Insurance Policy Number. 7RD659809-00 3. Effective Date of this Endorsement: March 13 2000 4. Insured:, Zumwalt Engineerin Group All notices herein provided to be given by the Insurance Company to the City iu connection with this policy and this Additional Instircd Endorsement, sha.11 be mailed to or delivered to the City az 10300 Tam Avenue; Cup':rtino, California 95014. I~ Shirlee F. Kumar, CPCU (printltypename) warrant that I have authority to bind the below liste Ins ce C mpaay and by my signature hereon do so bind this Company. Signature of Authorized R,epresentative:~,~ - " (Original signature required on all Endorsements furnishe to the District) . Name of Agent/Agency: Shirlee F. Kumar, CPCU Dealey Renton & Associates Address: P.O. Box 12675 Oakland, CA 94604-2675 Title• Account Manager Telephone: 510 465 3090 Facsimile: 510 4 5 2 219 3 P. 5 primary Endorsement Page I of 1 3-09-2000 4:59AM FROM ZUMWALT ENGIN GROUP 510 830 5023 cu~riNo ADDITIONAL INSURIED ENDORSEMENT In consideration of the policy premium and noh~vithstanding any inconsistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is agreed as follows: . The City of Cupertino ("City"} and its directors, officers, enguuers, agents and employees, and all public agencies from whom permits will be obtained and their directors, officers, engineers, agents and employees are hereby declared to be additional insureds under the terms of this policy, but only with respect to the operations of the Contractor at or upon any of the premises of the City in connection with the Contnict with the City, or acts or omissions of the additional insureds in connection with, but limited to its general supervision or inspection of said operations. POLICY INFORMATION 1. Insurance Company' Kemper Insurance C~~mpanies 2. Insurance Policy Number: 7RD659809-00 3. Effective Date of this Endorsement: March 13 , ~OOp~ 4. Insured: Zumwalt En~ineerinQ Group All notices herein provided to be given by the )Insurance Company to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed io or delivered to the City at 10300 Torre Avenue; Cupertino, California 9~O14. I, Shirlee F. Kumar, CPCU (print/type name) warrant that I have authority to bind the below hereon do so bind this Company. Signature of Authorized Representative: s i Lam-' (Original signature required on all Endorsements furnished Company and by my signature SATES the District) Names of Shirlee F. Kumar, CPCU Agent/Agency: I)eale Renton & Associates Title: A o nt Man er Address: P.O. Box 12675 Telephone: 510 465 3090 Oakland, CA 94604-2675 Facsimile: 510 452 2193 P. 6 Additional Insured Endorsoment Page 1 of 1 3-09-2000 5:00AM FROM ZUMWALT ENGIN GROUP 510 830 5023 P.7 ., CUPEI~TINO COMPREHENSI'V'E GENER~I.L~ LL4BILITY COMMERCIAL GEI~IERAL LIABILPI'Y ENDORSEMENT OF AGGREGATE LIIVYCTS OF INSURANCE PER PROJECT In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is agreed as follows: This Endorsement modifies the insurance provi'dcd under the General Liability Coverage part of the below referenced policy of insurance. ~ The general aggregate limit under LIMITS OF II~ISURANCE applies.separately to the project described as POLICY INFORMATION 1. Insurance Company: 2. Insurance Policy Number: 7RD659809-00 3. Effective Date of this Endorsement: March 13 .2000^ 4, jnsured; Zumwalt En ,ineering Groin 5. Additional Insured: City of Cupertino, its directors, officers, agents and employees. All notices herein provided to be given by the Insurance Company to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to tYce City at 10300 Torre Avenue; Cupertino, California ~ 95014. I~ Shirlee F. Kumar, CPCU ~ (p~tJtype name) warrsat that I have authority to bind the below li:~ted ~'isurance Company and by my signature hereon do so bind this Company. f j DEAD 11Yd M OCIATES ~ ', Signature of Authorized Representative: (Original signature required on all Endorsements furnished to the District) Names of Shirlee F. Kumar, CPCU Agent/Agency: Dealey Penton & Associates 'Title: Account Manager Address: .0. Box. 675 Telephone: 510 465-3090 a an - Facsimile: ~ ~ ~ I, Kemper Insurance Companies Aggregate Limits Endorsement Page 1 of 1 3-09-2000 5:00AM FROM ZUMWALT ENGIN GROUP 510 830 5023 CUPE~7tN0 WAYVER OF SUBROGATION ENDORSEMENT WORKER'S COMPENSATION INSURANCE In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this Endorsement is attached or ,any other Endorsement attached thereto, it is agreed as follows: It is agreed that with respect to such insurance as is afforded by the policy, the Insurance Company waives nay right of subrogation it may require against the City of Cupertino, and each of its directors, officers, agents, consultants and employees by reason of any payment made on account of injury, including death resulting therefrom, sustained by any employee of the insured, arising out of the performance of the above-referenced Contract. POLICY INFORMATION 1. Insurance COmpariy: Merican Motorist: Insurance Co (Fireman's Fund) - 2. Insurance Policy Number: WZP80814356 Effective Date of this Endorsement: March 13 2000,_ 4. Insured: Zumwalt Engineering Group All notices herein provided to be given by the Insurance Company to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to rho City at 10300 Torre Avenue; Cupertino, California 95414. I Shirlee F. Kumar, CPCU warrant that I have authority to bind the below hereon do. so bind this Company. (p~UtYPe name) Company and by my signature ,TZ_3 i Signature. of Authorized Representative: ~ (Original signature required on all Ei Names of Shirlee F. Kumar, CPCY Account Manager Agent/Agetxcy: ~G~ R o n h n ll be ~S e n r i_, t o 3 TitiC: Address: P.O. Box 12675 510 465 3090 Telephone: ~ ~, Oakland, CA 94604-2675 Facsimile: 510 452 2193 P_ 8 Subrogation Endorsement Payte 1 at 1 3-09-2000 5:00AM FROh1 ZUMWALT ENGIN GROUP 510 830 5023 CUPE~ INO NOTICE OF POLICY CANCELLATION EPdDORSEMENT In consideration of the policy premium. and notwithstanding any inconsistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is agreed as follows: Cancellation Notice. The insurance affonied by this policy shall not be suspended, voided, canceled, reduced in coverage or in li~m:its, or materially altered, except after thirty (30} days' prior written notice by certified mail, return receipt requested, has been given to the City of Cupertino ("City'7. Such notice shall be addressed ~:o the City as indicated below. POLICY INFORMATION 1. Insurance Company' Kemper Insurance C~~mpanies 2. Insurance Policy Number: 7RD659809-00 3. Effective Date of this Endorsement: March 13 , 2000_, 4, I~~d; Zumwalt En ineerina Grou All notices herein provided to be given by the Insurance Company to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue; Cupertino, California 95014. I, Shirlee F. Kumar, CPCU ~ (printltype name) warrant that I have authority to bind the below listed In ce C pany and by my signature hereon do so bind this Company. j OCAL~1~`f .tiFi AN t3l tAl'ES Signature of Authorized Representative:_ $'/~G?/~t~~"`-~2; (Original sigiiature required on all Endorsement: furnished to• Names of Shirlee F. Kumar, CPCU AgendAgency Dealey Renton & Associates '1'lde; Account Mana er P.O. Box 12675 Telephone: 510 465 3090 Facsimile: 510 4 5 2 ~ 219 3 P. 9 Cancellation Endorsement Page 1 of 1