Loading...
00-067 Winzler & KellyP. O. # CONTRACT AMOUNT $74,950.00 ACCOUNT NO. Af RF.F,MF;NT THIS AGREEMENT, made and entered into tl•~is'~day of ~ 2000, by and between the CITY OF CUPERTINO, a municipal corporation of California, her inafter referred to as "CITY", and Winzler & Kelly Consulting Engineers, a consulting; firm with offices at 200 Pine Street, Suite 600, San Francisco, CA 94104-2709, hereinafter referred to ;~s "CONSULTANT"; WITNI;SSETH: WHEREAS, CITY desires to retain traffic engineering services in conjunction with Bollinger Road Bicycle Facility Improvement 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 hereto agree as follows: 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 oi' 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 designated representative. (c) The term "City Attorney" shall mean the duly appointed City Attorney of the City of Cupertino, California, or his designated representative. (d) The term "City Clerk" shall mean the duly appointed City Clerk of the City of Cupertino, California, or her designated representative. 2. CONSULTANT CONTRACT ADPvIINISTRATION. (a) Cam. The City Manager shall be representative of CITY for all purposes under this agreement. RAYMOND CHONG is hereby de;~ignated as the CONTRACT ADMINISTRATOR for the City Manager and shall supervise the progress and execution of this agreement. (b) Consultant. CONSULTAI~ T shall assign a PROJECT MANAGER to have overall responsibility for the progress and execution. of this agreement for CONSULTANT. Michael Kincaid is hereby designated as the PROJECT MATIAGER. 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 the prior written acceptance and approval of the CONTRACT ADMINISTRATOR. 3. DESCRIPTION OF WORK. (a) Services to be Furnished, CnNSi1T,TANT shall provide all specified services as set forth in the following documents: (1) CONSULTANT's `'Revision 2 of Proposal, Bollinger Road Bicycle Facility Improvement Project", dated April 12, 2000, attached as Exhibit A. (b) Laws to be Observed. COI\fSULTANT shall: (1) Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the Niue 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, exerci:;e due professional care to observe and comply with, and cause all of its subconsultants and employees, ii' any, to observe and comply with all of said laws, ordinances, regulations, orders, and decrees mentioned above; (4) Immediately report to the CONTRACT ADMINISTRATOR in writing any discrepancy or inconsistency it discovers in said laws, ordinances, regulations, orders, and decrees mentioned above in relation to any plans, drawings, specifications, or provisions of this agreement. (c) Release to Reports and Information. Any reports, information, data, or other material given to, or prepared or assembled by COI`fSULTANT or its subconsultants, if any, under this agreement shall be the property of CITY following -final payment to CONSULTANT, and shall not be 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 CONSULTANT. CONSULTANT represents that it is qualified to furnish the services described under this; agreement. 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 December 31, 2001. 5. PAYMENTS. The basis of payment for the services provided by the CONSULTANT under this agreement shall be on a time and expenses basis in ;accordance with the CONSULTANT'S Fee Schedule, attached as Exhibit B. Total expenditures made under this agreement shall not exceed the sum of $74,950.00. Page 2 6. RECORDS RETENTION. Thy ~nNSi1T,TANT's records shall he retained for inspection by the CITY, or their dull authorized representative for three years after finalpayment to the CONSULTANT. CONTINGENT FEES. 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. DESIGN STANDARDS. The CONSULTANT shall provide services that conform with the appropriate standards for design or other standards for work performance as stipulated as follows: (1) Caltrans' Highway Design Manual (2) Caltrans' Traffic Manual (3) National Transportation Communications for ITS Protocol (4) National Intelligent Transportation Systems Architecture DOCUMENTS. The CONSULTANT shall document the results of the work to the satisfaction of the CITY and, if applicable, the State and FHWA. Thi;~ may include preparation 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 or obtained under the terms of the agreem~:nt be delivered to and become the property of the CITY, and that basic survey notes and sketches, ch~irts, computations, and other data prepared or obtained under such agreement shall be made avail~ible, upon request, to the CITY without restriction or limitation on their use except as follows. The CITE' shall hold CONSULTANT harmless against any use of such notes, sketches, drawings, charts, computations or designs for any use other than the specific scope of work covered under this agreement. 10. 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 (:ity 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 compensation whatsoever for performance of such work. Page 3 (b) If the CONSULTANT is oi'the opinion that any work he has been directed to perform is heyond the scope of this agreement and constitutes extra work, he shall promptly notify the CITY of the fact. The CITY shall make a determination 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 compensati~~n 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. 1 I . DELAYS AND EXTENSIONS. The CITY shall consider an appropriate extension of time in case of unavoidable delays and for consideration of corresponding warranted a~Ijustments in payment. In the event that the services called for under this agreement are not completed v~ithin 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. In no event shall CONSULTANT be responsible for delays from causes beyond its reasonable control. 12. TERMINATION OR ABANDONMENT. (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 l~erformance 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 t!~at 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 an~~ 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 its 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 marerials or for CITY's use of complete documents if used for other than the project contemplated by this agreement. Page 4 13. REMEDIES I Jron a hreach or default of any of -the terms or obligations of this Agreement by CONSULTANT, the CITY shall be entitled to exer~~ise all rights and remedies hereby reserved under this agreement or made available under applicable laws, 14. RESPONSIBILITY FOR CLAIMS AND 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 ~~estruction of the property of CITY, its officers, agents, or employees occupied or used by or in the :are, 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 emplo~~ees or agents. (b) Any and all claims 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 that the above are caused by the negligent acts, errors, or omissions of CONSULTANT, excepting, however, any such claims and demands which are the result of the; sole negligence or willful misconduct of CITY, its officers, agents, or employees. (c) Any and all penalties impo;~ed or damages sought on account of the violation of any law or regulation or of any term or condition of any permit by CONSULTANT to the extent that the above are caused by the negligent acts, errors, or omissions of CONSULTANT. (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 CONSULTANT 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 CONSULTANT shall be responsible for providing whatever remedies may be required to make the analysis adequate and complete. 15. GENERAL COMPLIANCE WITH LAWS AND WAGE RATES. The CONSULTANT shall comply •a~ith all Federal, State, and local laws and ordinances applicable to the work. This includes compliance ~•ith prevailing wage rates and their payment in accordance with California Labor Code, Section 1775. (a) Subconsultants, Assignment and Transfer. The subcontracting, assignment 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 all required provisions of the prime contract. (1) Assi ng ment. Both parties shall give their personal attention to the faithful performance of this agreement and shall not assign, transfer, convey, or otherwise dispose of this agreement or any right, title, or interest in or to the game or any part thereof without the prior written consent of the other party, and then only subject to ~;uch 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. Page 5 Any assignment without such approval shall be void, and, at the option of the other party, shall terminate this agreement and any license or privilege granted herein. 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; Em l~ ogees. 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 by 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. (a) Consultant's Endorsement ~~n Plans Specifications, & Estimates/Other Data. The responsible CONSULTANT/engineer shall sign all plans, specifications, estimates, and engineering data furnished by him/her and where appropriate, indicated his/her registration number. 16. INSPECTION. CONSULTANT shall furnish CITE' with every reasonable opportunity for CITY to ascertain that the services of CONSULTANT are bE;ing performed in accordance with the requirements and intentions of this agreement. All work done an~I all 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. 17. INDEPENDENT JUDGMENT. Failure of CITY to agree with CON SULTANT'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 I-art of CONSULTANT to meet the requirements of this agreement. 18. NOTICES. All notices hereunder shall be givers in writing and mailed, postage prepaid, by certified mail, addressed as follows: TO CITY: Raymond (:bong Contract Administrator City of Cupertino 10300 Torre Avenue Cupertino, CA 95014 TO CONSULTANT: Michael Kincaid Project Manager Winzler & Kelly 200 Pine Street, Suite 600 San Franci:;co, CA 94104-2709 Page 6 19. INTEREST OF CONSULTANT. CnN~UT,TANT covenants that it rresently 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 .~n 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. 20. INSURANCE. CONSULTANT, at its sole cost anti 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 Ratting, and class VII in financial rating, insuring not only CONSULTANT, but also (with the exception cif 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 C-1 to C-7. With the exception of professional liability insurance, said certificates shall be 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. 21. 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 in:cured against liability for workers' compensation or to undertake self-insurance in accordance with the ~~rovisions of that Labor Code, and it certifies that it will comply with such provisions before commencing the performance of the work of this agreement. 22. 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. 23. 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 brea~;h or violation by the other party of any term, covenant, or condition of this agreement or of any applicable law or ordinance. Page 7 24. COSTS AND ATTORNEY'S FEE'S. The prevailing party in any actirn~ hrrnight 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. 25. 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 therE;by 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 p~;rson was 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 ~~iolation of the nondiscrimination provisions of this agreement or the applicable affirmative action gu ~delines 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 dam~iges for said breach of contract, or both. 26. 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 instrument, 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. Page 8 ~~o~y ~y ~~~ ~~;TINZLERSZKELI Y C O N S U L T I N G E N G I N E E R S April 12, 2000 PUS: ,...,.:,~,KS P9332646.004 Mr. Raymond D. Chong City Traffic Engineer City of Cupertino 10300 Torre Avenue Cupertino, CA 95014 Subject: Revision 2 of Proposal for Bollinger Road Bicycle Facility Improvements Dear Mr. Chong: On September 16, 1999, Winzler & Kelly subnutted a letter proposal for engineering services associated with the subject project. No contral~t award was made for that work and we now understand from Joe Enke that project funding has been identified and that the City wishes to proceed. As your representative, Mr. Enke asked that our proposal be revised and updated to reflect removal of assistance in Permit Acquisil'ion and completing of CEQA Requirements and to update costs associated with the remaining work. In our September lroposal, the permit assistance and CEQA work were to be completed by Jana Sokale and included preparation of a categorical exemption or negative declaration, whichever ~Nas appropriate. PROJECT REQUIREMENTS The Bollinger Road Bicycle Facility Improvement project is part of the City of Cupertino's plan to improve and expand its network of urban bicyc;le trails. The bicycle trail within the City Limits extends from the Lawrence Expressway west to DeAnza Boulevazd. Most of the trail is already mazked as a "Class II -Bicycle Lane" and part~:ally signed as such. Bollinger Road crosses Calabazas Creek, between Miller and Blaney avenues, and the trail is interrupted at this crossing. The road on both sides of Calabazas Creek ha:. been widened without lengthening the box culverts that pass under the road, causing bicycle traffic; to merge into the active vehicle lane. The improvements to be made include limited ;striping upgrades, adding "Bike Lane" signs at appropriate intervals along the entire route, an~3 accommodating pedestrian and bicycle traffic across Calabazas Creek. APPROACH Winzler & Kelly's approach to identification ol'a cost effective trail improvement will be to evaluate at least two structural alternatives for the crossing to include ease of construction and construction cost. The following basic elements of work define the planning and design for this project. • Trail Markings work will include a,1 inventory of the existing striping and signing along the route and identification of upgr:~de requirements. • Crossing Design will include altern~itives analysis, geotechnical investigation (if needed), topographic surveys (if needed), structure design, and preparation of PS&Es. Task 1: Field Investigations On September 14`h Jana Sokale issued a serie;~ of questions to the SCVWD having to do with the Bollinger Road Bike Trail project. They included a request for topographic survey and geotechnical data along both sides of Calabazas Creek, just downstream of the SCVWD box 200 Pine Street, Suite 600, San Francisco, CA 94104.2709 tef415.283.4970 fax 4(5.283.4980 sfo ~i!w-and-k.com www. w-r.nd-k.com ~j WINZLERsZKELLY C O N S U L T I N G E N G I N E E R S culverts, and near the north wing walls. At this time, we don't know what response was received. If the information requested is available and sufficient in scope, we will not need to do additional survey or geotechnical work. If the informatio~i is not available, we will do the work detailed in the cost estimate portion of this proposal. If needed, Taber Consultants will do the geotechnical investigations and foundation determinations associated with the crossing. Task 2: Calabazas Creek Crossing Concept Z)evelopment A minimum of two crossing concepts will be e~camined for cost and constructability. The results of this investigation will be presented to the City of Cupertino for selection of a preferred concept. We understand that the SCVWD may or may not do anything with the box culvert improvements currently being considered. The current box configuration cannot accommodate flood flows entering from the south. Supercritical flow occurs through the box and a hydraulic jump is manifested just downstream from the box. Design of a new crossing structure at the north end of the box culvert must consider a soffit elevation that doesn't conflict with flood flow surface elevations. We recommend one of two actions be taken: • The SCVWD issue a statement of the maximum water surface elevation in Calabazas Creek at the proposed bridge site. This elevation will be used as the basis for determination of the appropriate bridge soffit elevation. • Our hydrologist will meet with both water district and City staff' to identify an appropriate assumed soffit elevation for the bridge. If the water district hasn't already done so, it may be appropriate to rr-odel the flows in and immediately downstream from the culvert to identify the maximum water surface elevation at the exit from the culvert. Task 3: Preparation Of Drawings And Specircations We understand that the City has current aerial photo coverage of the Bollinger Road trail. These photos will be used as background mapping to locate existing and new striping and signage. Only the project details, title block, and notes must tie added to create the base map. Designs will include the widened crossing of Calabazas Creek, new curb, gutter, drainage, and sidewalk alignment and details. Trail stripings and signage will be shown on the base map. A detail sheet will contain specifics of signage and stri~~ing and appropriate notes. The limits and extent of demolition will be shown and restrictions noted. Drawings of the new access crossing of Calabazas Creek will be prepared and technical specifications prepared in CSI format. Task 4: Bidding And Construction Support :services We understand that the our Bidding and Construction Support Services budget is limited to $8,590. To the extent that funds are available, Winzler & Kelly will assist the City in: • Selection of the construction contractor including attendance of pre-bid meetings and answering questions during the bid period. • Attend apre-construction conferen~:e and progress meetings • Process contractor submittals • Make field visits to verify complian~~e with design, and • Prepare as-built drawings. The scope of this service will be the subject of discussions between Winzler & Kelly and the City at the time the full requirements are known. .~ WINZLERSZKELLY C O N S U L T I N G E N G I N E E R S KEY PERSONNEL Winzler 8c Kelly will have one subconsultant for this work. Taber Consultants will provide geotechnical engineering for the Calabazas Creek crossing abutment foundations. Their estimate includes two borings, one at each abutment site. Michael Kincaid, Project Manager, has 30 years experience in municipal infrastructure planning, design, and project management. He has managed street and utility rehabilitation projects throughout Northern California, many of whiclt involved curb, gutter, and sidewalk demolition and replacement and bridge designs. John Sprinkle, Project Engineer, has 12 years experience in the design of bridge and marine structures. Recent and similaz bridge design project experience includes vehicle and pedestrian bridges in Walnut Creek, Payran and Lakeville bridges in Petaluma and many others. COST & SCHEDULE The geotechnical investigation, field survey work, creek crossing alternatives evaluation, and PS&Es can be completed in about 3 months, plus City and permitting agency review periods, for an estimated cost of about $75,000. Not knowing the level of construction supervision required for and undetermined concept, we have budgeted $8,590 for the task. The estimate includes administrative support to the project and maker allowances for surveying and geotechnical work. Task Description 1 Field Investigations: Engineering Field Walls Topographic Survey Geotechnical Investigation Hydrologic Determinations* 2 Concept Development Aerial Photo Digitizing Bridge Alternati~~es Evaluation 3 Preparation of Drawing:. & Specifications: Prepazation of P ~&Es 4 Bidding and Constructicln Support TOTAL Fee $ 800 $ 4,000 $ 9,000 $ 2,500 $ 60 $11,000 $39,000 8 590 $74,950 * Dces not include the cost of hydraulic modeling. [f a model is needed, we will need good topographic data on the channel at the culvert discharge and for say 200' downstream. We would propose to do the modeling on a time and materials basis but an earl}~ estimate of that cost would be about $5,000. Sincerely, WINZLER & KELLY t~ J O. Glover, P.E. 05/22/00 MON 14:18 FAX 415 28~ 4980 FEE SC1~E:DULE w&K CONSULTING ENGINEEN S, a CORPORATION, aw WINZLEFZs~.~L,LY C O N s U L T I N I: E N O I N ~ r. n• San 1'rancisa~ Office (Effective Ap~ri11999) Hour 12a~,~es cn Principal Consultant Level IX, X VIII Levels VII $ 145-165 120-135 Associate Consultant Senior Project Engineer~cientist , Levels V, VI 95-115 80-90 Staff Engineer-Scientist Junior Engineer-Scientist Level IV Levels I, II, III 50-75 Senior Surveyor Levels V' thru VIII 70-100 35-65 Staff Surveyor Levels I thru IV 135-170~~ Survey Crew (2-person) 240-300cz~ Survey Crew (4person) Senior Techniician Levels V' thru VIII 70-100 35-65 Staff Technician Levels I thru IV Senior Draftcr/Designer Levels V thru IX 80-100 50-80 Smg~~/~~~ Levels I thru IV Support c~~ Levels `' thru VIII 60-80 Support c;~ Levels I thru IV 40-55 m A surcharge to our rates is added for forensic-related services. n> Actual c7evl- races vary with personnel assigned, and may be superseded by California's prevailing wage talcs, if applicable. c3~ Includes word processor operators, clerical staff, etc. Out-of-Pocket Proiect Ezpenclitares bY_ Winzkr & Ktliy Actwsl cost plus 15%. Miscelbaeous In-:House Services The cost of using equipment and specialized supplies is billed on the basis of employee hours dedicated to projects. This method is less costly, but less precis,, than billing on the basis of "units of service." We strive to rnaialtaiu~l fair and competitive rates, desiF;ned to recover our investment in these items which brnng increased efficiency to employee labor. Instead of billing one rate with no regard to the types of projects, we have opted to apply four separate rates, such that only those projects utilizing certain types of equipment are charged. Our rates are: A. OftYCe consumablcs $4.SO/hr B. Environmental Department consumabllcs $10.00Jhr C. Survey consumables $9.OO/lu D. Envirorunental and Land Surveying equipment Various at market rate ~ 002 INSURANCE FORMS INSTRUCTIONS FOR ITEMS 3, 4, 5 AND 6, THE FORMS PP:OVIDED BY THE CITY OF CUPERTINO MUST BE USED. FORMS OTHER THAN TIEIESE WILL NOT BE ACCEPTED. ALL DOCUMENTS MUST BE ORIGINALS •• SUBMIT IN TRIPLICATE 1. Insurance Agreement - Must be signed by Contractor. 2. Certificate of Insurance to the City of Cupertino -must be completed by the insurance agent or must provide a certificate on the company's form. They must contain the same information. 3. Endorsement of Primary Insurance -must be signed by the insurance agent for general liability and automobile liability only. 4. Additional insured endorsement -must be signed by the insurance agent for general liability and automobile liability only. 5. Comprehensive general liability/commercial general liability endorsement of aggregate limits of insurance per project -must be signed by the insurance agent for general liability only. 6. Waiver of subrogation endorsement worker's c-ompensation insurance -must be signed by the insurance agent for worker's compensation only. 7. Notice of policy cancellation endorsement - nnust be signed by the insurance agent or must be on the company's certificate of insurance form for all insurances. ;. ITY Of CUPEI~TINO INSURANCE AGRIEEMENT A. Contractor is aware of the provisions of ~~ection 3700 of the Labor Code, which requires every employer to be insured against liability for worker's compensation or undertake self- insurance in accordance with the provisions of treat Code, and will comply with such provisions before commencing the performance of the work of this Contract. B. Contractor and all subcontractors will carry worker's compensation insurance for the protection of its employees during the progress o:F the work. The insurer shall waive its rights of subrogation against the City, the City's officers, agents and employees and shall issue an endorsement to the policy evidencing same. C. Contractor shall carry at all times, c-n all operations hereunder, commercial or comprehensive general liability insurance, automobile liability insurance and builder's all risk insurance. All insurance coverage shall be in. amounts required by the City and shall be evidenced by the issuance of a certificate in a form prescribed by the City and shall be underwritten by insurance companies satisfactory to the City for all operations, sub-contract work, contractual obligations, product or completed operations, all owned vehicles and non- owned vehicles. Said insurance coverage obtained by the Contractor, excepting worker's compensation coverage, shall name the City, its engineer, and each of its directors, officers, agents and employees, as determined by the I~ity, as additional insureds on said policies. Insurers must be licensed to do business in the State of California. The Insurers must also have an "A" policyholder's rating and a financial rati~ig of at least Class VII in accordance with the ,current Best's Guide Rating. D. Before Contractor performs any work at, or prepares or delivers materials to, the site of construction, Contractor shall furnish certificates of insurance evidencing the foregoing insurance coverages and such certificates shall provide thf; name and policy number of each carrier and policy and that the insurance is in force and will not be canceled or modified without thirty (30) days written notice to the City. Contractor :;hall maintain all of the foregoing insurance coverages in force until the work under this Co~ltract is fully completed. The requirement for carrying the foregoing insurance shall not derogate from the provisions for indemnification of the City by Contractor under this Contract and for the duration of the warranty period. Notwithstanding nor diminishing the obligations of Contractor with respect to the foregoing,, Contractor shall maintain in full force and effect: during the life of this Contract, the following insurance in amounts not less than the amounts .specified and issued by a company admitted in California and having a Best's Guide Rating of A, Class VII or better. Worker's Compensation Liability In accordance with the Worker's Compensation Act I~f the State of California - $1,000,000 per occurrence. c:~~y ~~r ~11p~rC~.nO CEFITlTICATE OF LVS"L~2.4ti CE TO TIiF~ C2TY OF CL~PERTL~v'O This cer:ifes to the City of Cupertino tlzxt tl:e foll.owi: 3 doscribcd policies have been issued tQ the insured named below and are in force at ^diis time. ', Insured: Winzler & Kelly Consulting Engineers Address' 200 Pine Street, Suite 600 San Francisco, CA 94104 Dese:iptioa of operation/locations/products insured (show contract nerve ardlor n~ber, is a^.y): ~~ ----- WORKER'S COMPENSATION American Automobile Ins. Co. * Statutory \2in. * F.malaycr's Li~.bility {name of insu: er) ~ l,ooo,ooo S l,ooo,ooo S l,ooo,ooo Insurance Company' 4 State; License Na. Checlc Policy Type: Eac!i Cccu:rence S 1, ooo, o00 CONIpREI~ENSIVI GENIIR.AL LL4~ILITY [ ] °"-°~zliscS/Ogcrazi~:.~s Gane:r~.l Ar~~ate ~ 2 , 000 , 000 . ~ ... (Lf 3rplicsble} [ ] Own..-rs & Cont:a.ctors Pratoctivc [ ~ Ci].1~TaC:1111 fOT S HOC' C CCI]TraCt [ 1 P:aduct; Liabili~~ [ j XCU Hazards [ ~ Droad Form P.D. [ ~ Severabiiity of Interest Clause [ ] Persona! Injury with Employee Exclusi.cn Removed or CO?YLYIERCIAI. GE~vER.~I_ LI,~ILITY Fireman's ~~Y~JtM 0.~ V Y Pars coal Injury Fire Dame (any cna re) Medical Expe;~se (any oae person) Sal: ~I1uur:d Reczn*ion Fund Insurance Company S 1,000,000 S 1,000,000 lo,ooo S (!lame ofin~uter) ~ 03/01/01 Policy :vo. MZX80754039 Fxpiratior. Date Cortiilcate of Insu::ancc Paee 1 of 2 5-04-2000 3.08PM FROM ZUMWALT ENGIN GF20UP 925 830 5023 AUTOMOTIVE/VEI-IICLE LIABILITY BODILY INJURY' PROPERTY' DAMAGE Commercial Form Each Person Each Accident Liability Coverage National Surety Corp. (name of insurer) $~ $ Each Accident $_ or Combined Single Limit $ 1, 000 , 000 'Policy No. MZA80207311 Expiration Date 03/01/01 ~"~-~-- A copy of al! Endorsements to the policy(ies) which in any way (agent's initial) limit the above-listed types of coverage are attached to this Certifiicate of Insuran~:e. This Certificate of Insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or any other document with respect to which this Certif Bate of Insurance znay be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. IT IS HEREBY CERTIFIED that the above policy(ies) provide liability insurance as required by the Agreerr~exAt between the City and the insured. By: -~Z 'CL.~----- Dated: Mav 8 ~~2000 David C. Eckman AttaclYie~erttx'~zcat oI°~nsurance e end Additional Insured Endorsement on company forms. P_ 6 Certificate of Insurz~nee Agreement Page Z Of 2 5-04-2000 3:09PM FROM ZUMWALT ENGIN GF?OUP 925 830 5023 I CUPEFtTINO ENDORSEMENT OF PRIMARY 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 insurancc afforded by this policy is primary insurance, and zao additional insurance held or owned by the designated additional insured~~s) shall be called upon to cover a loss under said. additional policy. PO](.ICY INFORMATION Fireman's Fund Insurance Company (general) 1_ Insurance Company: National Surety Corp. (auto) MZX80754039 (ger..eral) 2. Insurance Policy Number; rr~ a R n 2 0 7 31 i (a , 01 3. Effective Date of this Endorsement: 03 / O1 / 00 , xl~tx ~,4. Insured: Winzler & Kelly Consulting Engineers All notices herein provided to be given by the Insurance Company to the City in connection with this policy and this Additional :[nsured Endorsement, shall be mailed to or delivered to the City at 10300 Tonle Avenue; Cupertino, California 95014. 1, David C. Eckman (print/type name) warrant that T have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. Signature of Authorized Representative: /~ __-..~~ ~---- (Original signature required on all, Endorsements furnished to the District) Name of Agent/Agency: Dealey, Renton & Associates Address: P • 0. Box 12675 Oakland, CA 94604 Title: Executive Account Manage TelephonE: 510 465 3090 Facsimile: 510 452 2193 P_ 7 Primary Endorsement Page 1 of 1 5-O4-2DD0 3:09PM FROM ZUMWALT ENGIN GF20UP 925 830 5023 0 CUPEi~T1N0 ADDITIONAL INSURED ENDORSEMENT 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 City of Cupertino ("City") and its directors, officers, engineers, agents and employees, and all public agencies from whom permits will be obtained and their directors, officers, engineers, agents and employees aze 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 Contract 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. Fireman's Fund Insurance Company (general) 1. Insurance Company: Na i onal sur rv eorD . (auto) MZX80754039 (general) 2. Insurance Policy Number: M7.A8020731 ~ laiito) 3. Effectirre ,pate of this Endorsement: 03 / O1 / 00' x 4'. Insured: Winzler & Kelly Consulting E~zgineers All notices herein provided to be given by the l:nsurance Company to the City in connection with this policy and this Additional Insured Endor:~ement, steal] be zhailed to or delivered to the City at 10300 Tone Avenue; Cupertino, California 95014, I, David C. Eckman (print/type name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. Signature of Authorized Representative; ~ -----P(._- (Original signature required on all Endorsement;; furnished to the District) Names of Agent/Agency: Dealey, Renton & Associates Address: P , O .Box 12675 Oakland, CA 94604 Title: Executive Account Manager Telephone: 510 465 3090 Facsimile: 510 452 2193 P. 8 Additional Insured Endorsement page 1 of 1 i CUPEi~TINO COMPREHENSIVE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY .ENDORSEMENT OF AGGREGATE LIMITS OF INSURANCE PER PROJECT In consideration of the policy prerniuzn 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 provided under the General Liability Coverage part of the below-referenced policy of insurance. The general aggregate limit under LIMITS OF I1~tSURANCE applies separately to the project described as I POLICY INFORMATION 1. Insurance Company: Fireman ` s Fund Insurance Company '2: Lnsurance Policy Number: Mzx80754039 3. Effective Date of this Endorsement: 03 / O1 / 00 4. Insured: Winzler & Kelly Consulting Engineers 5. Additional Insured: City of Cupertino, its directors, officers, agents and employees. Al! 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, David C. Eckman (printltype name) warrant that I have authority to bind the below list~:d Insurance Company and by my signature hereon do so bind this Company. Signature of Authori2ed Representative: ~y`- -~ (Original signature required on all Endorsements furnished to the District) Names of Agent/Agency: Dealev. Renton & Associates ~ Title: Executive Account Manager Address: p.0.Box..12675 _ Telephone: S10 465 3090 Oakland, CA 94604 Facsimile: 510 452 2193 Aggregate Limits E;~dotsement Page 1 of 1 5-04-2000 3:10PM FROM ZUMWALT ENGIN GF'OUP 925 830 5023 P. 10 CUPER,TINO WAIVER OF SUBROGATION ENDORSEMENT WORKER'S COMPENSr~TION INSURANCE In consideration of the policy premium and not~nrithstanding any inconsistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it i< agreed as follows: It is agreed that with respect to such insurance: as is afforded by the policy, the Insurance Company waives any right of subrogation it may require against the City of Cupertino, and eacl: 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. POLIC'Y' INFORMATION 1. Insurance Company: American Automobile Insurance Company 2. Insurance Policy Number: wzP8o814388 3. Effective Date of this Endorsement: 07/01/99 ~$X 4. Insured: Winzler & Kelly Consulting Engineers All notices herein provided to be given by the Lasuranec 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, David C . Eckman (print/type name) Warrant that I have authority to bind the below list~:d Insurance Company and by my signature hereon do so bind this Company. Signature of Authorized Representative: ^'~- (Original signature required on all Endorsements furnished to the District) names of ~gent/Agency: DealeY, Renton & Associates- Title: Executive Account Manager !address: P.O.Box 12675 Telephone: 510 465 3590 _ Oakland, CA 94604 ~~~ Facsimile: 510 452 2193 Subrogation Endors~~~etxt Page 1 of 1 5-04-2000 3-11PM FROM ZUMWALT ENGIN GROUP 925 830 5023 CUPEI~TINO NOTICE OF POLICY CANCELLATION ENDORSEMENT In consideration of the policy premium and notwithstanding any incoztsistent 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 afford~:d by this policy shall not be s~sge~e~, ~e~e~; canceled, - ---~~°~°"" ~''`°'°`', except after thirty (30) days' prior written notice by ~ , ei~rt~e~ has been given to the City of Cupertino ("City'. Such notice shall be addressed to the City as indicated below. POLICX INFORMATION Fireman's Fund Insurance Company (general) 1. Insurance Company: National Surety Cora. (auto) MZX80754039 (general) 2. Insurance Policy Number: M7Afi0207'I1 1 l ,trQL 3. Effective Date of this Endorsement: 03 / O1 / 00 ~~x 4.' Insured: Winzler & Kelly Consulting Engi~ieers P. 1 1 All notices herein pxovided to be given by the Insurance Company to the City in connection with this policy and this Additional Iztsured Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue; Cupertino, California 55014. I, David C. Eckman (print/type name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. ' ---~ ~ Signature of Authorized Representative: (Original signarure required on al.l Endorsements furnished to the District) dames of AgentlAgency; Dealey, Renton & Associates _ Title; Executive Account Manage I Address: P.O.Box 12675 Oakland, CA 94604 Telephone: 510 465 3090 Facsimile: 510 452 2193 Cancellation Endorsement Page 1 of ]