Loading...
07-130 Nelson/Nygaard Consulting Assoc. 1 qo\ CITY OF CUPERTINO 10300 Torre Avenue Cupertino, CA 95014 408-777 -3200 BY THISAGREEMENT, made and entered into this Z Sr~ day of () ('hki,- , 20..Q,1:, by and between the CITY OF CUPERTINO (Hereinafter referred to as CITY) and Nelson/Nygaard Consulting Associates, (Hereinafter referred as CONTRACTOR), in consideration of their mutual covenants, the parties hereto agree as follows: CONTRACTOR shall provide or furnish the following specified services and/or materials: Technical Memo Containing the Design of a Public Shuttle Serving Lincoln Elementary School, Kennedy Middle School and Monte Vista High School AGREEMENT NO. tJOl;JSS-740 EXHIBITS: The following attached exhibits hereby are made part of this Agreement: Attachment A, "Scope of Work". Attachment B, "Budget & Fee Schedule". TERMS: The services and/or materials furnished under this Agreement shall commence on October 22,2007 and shall be completed before November 30, 2007. COMPENSATION: For the full performance of this Agreement, CITY shall pay CONTRACTOR: Lump sum amount of $8,484.00 California Labor Code, Section 1771 requires the payment of prevailing wages to all workers employed on a Public Works contract in excess of $1,000.00. ~ '!l"t GENERAL TERMS AND CONDITIONS 'P'MIPiJ pn Hold Harmless. Contractor agrees to save and hold harmless the City, Its officers, agents and employees from any an a~ '\ ~I~ to negligence, errors and omissions, including all costs of defending any claim, caused by or arising out of the performance of services under this Agreement. City shall not be liable for acts of Contractor In performing services described herein. Insurance. Should the City require evidence of insurability, Contractor shall file with City a Certificate of Insurance before commencing any services under this Agreement. Said Certificate shall be subject to the approval of CIty's Director of Administrative Services. The City shall be added as an additional Insured with respect to liability arising out of the operations of the Contractor at or upon any of the premises of the City. The Contractor's insurance shall be primary. Non-DiscrImination. 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. Interest of Contractor. It Is understood and agreed that this Agreement Is not a contract of employment In the sense that the relationship of master and servant exists between City and undersigned. At all times, Contractor shall be deemed to be an independent contractor and Contractor is not authorized to bind the City to any contracts or other obligations in executing this agreement. Contractor certifies that no one who has or will have any financial interest under this Agreement is an officer or employee of City. Changes. This Agreement shall not be assigned or transferred without the written consent of .the City. No changes or variations of any kind are authorized without the written consent of the City. CONTRACT CO-ORDINATOR and representative for CITY shall be: NAME: David Stillman DEPARTMENT: Public Works This Agreement shall become effective upon its execution by CITY, in witness thereof, the parties have executed this Agreement the day and year first written above. CO~ ~ By ~_ _ \ . Title ' .D Soc. Sec. # or Tax 1.0. CITY OF _':U.' PER"TIR../., By/"2~ p' -.. ____? David Stillman, Senior Civil Engineer $8,484.00 IIG':JU"I ".I9..'-U consulting associates 785 Market Street, Suite 1300 San Francisco, CA 94103 (415) 284-1544 Fax: (415) 284-1554 October 17, 2006 Mr. David Stillman 10300 Torre Avenue Cupertino, CA 95014-3232 Dear David: We are pleased to offer the following proposal to conduct a design study and make recommendations for Cupertino City Shuttles. Project Team For this project, we have assembled the following team, whose combined experience is well suited to the task at hand: Tim Payne, Principal and Project Manager, NN Sarah Figliozzi, NN Scope of Work The scope of work and deliverables for this project are outlined in Attachment A. Fees and Schedule The proposed budget for this work is provided in Attachment B. Total budget for 58 professional hours is $8,484 including all direct costs. Please note that we bill our work on a time and materials basis, so that you will pay only for the hours you actually use. Our services will be billed monthly on a time-and-materials basis according to the fee schedule in Attachment B. Such compensation shall be payable in the following manner: . Within 30 days of receipt, the amount set forth in the monthly statements submitted to Client by Consultant. These statements will describe the services rendered, fees charged and expenses incurred by Consultant during the previous month. . Upon Client's failure to pay within 60 days of receipt the full amount set forth in any monthly statement submitted to Client by Consultant, the unpaid balance will bear interest at the rate of 1.5% per month until the unpaid balance plus interest is paid in full. Client shall not be obligated to pay any interest that would exceed the maximum lawful rate. Additional Services Please note that work items requested outside the Scope of Work outlined in this letter, such as additional meetings may require a contract amendment. No additional work will be performed without prior authorization. Page A-1 . Nelson\Nygaard Consulting Associates Cupertino City Shuttles - Scope of Work CITY OF CUPERTINO Attachment A City of Cupertino CUPERTINO CITY SHUTTLES Ne/slln IIIYlIaarll consulting associates 785 Market Street, Suite 1300, San Francisco, CA 94103 415-284-1544 Phone@1415-2840-1554FAX emaiJ:' lpayne ne sonnygaar .com CONTACT: TIM PAYNE, PRINCIPAL Project Description The City of Cupertino is experiencing morning peak hour traffic congestion on two city streets, McClellan Road and Bubb Road. The City desires to find transportation demand management solutions to mitigate the congestion. There are three closely spaced schools near the intersection of these two streets. Currently no public transportation options exist for these schools. The City wishes to conduct a trial shuttle program to assess the potential for reducing traffic congestion by providing alternative access to the three schools. The primary purpose of the shuttles would be to drop-off and pick-up students attending Monte Vista High School, Kennedy Middle School and Lincoln Elementary School although the shuttles would also be open to the general public. The shuttles would generally operate between 7-9 a.m. and 2-4 p.m. The purpose of this project is to provide design details for shuttle routes that the city will use in the demonstration service. Task 1: Project Initiation Task 1.1 Scope of Work We will finalize a scope of work and budget for the project I Deliverable: Final Scope of Work Task 2: Existing Conditions Analysis Task 2.1 Data Collection & Analysis Nelson\Nygaard will review existing documents provided by the city; such as student surveys, school bell times, school attendance areas, traffic volumes, constraints on streets caused by city ordinances, and other such data as may be necessary to fully assess and recommend route designs, stops, and schedules. The City has specified that the shuttles will operate on McClellan Road between Foothill and De Anza and/or on Bubb Road between Rainbow and McClellan. While other routes may also be Page A-3 . Nelson\Nygaard Consulting Associates Cupertino City Shuttles - Scope of Work CITY OF CUPERTINO possible this scope of work is limited to designing shuttle routes to operate on those streets only. Task 2.2 Field Investigation Nelson\Nygaard will conduct a field investigation of potential routes. The routes investigated will be limited to those on McClellan Road between Foothill and De Anza and/or on Bubb Road between Rainbow and McClellan. Field investigation will include, but not limited to: · Observation of traffic conditions and running times of route alternatives during morning and afternoon peak school commute period. · Identification and resolution of constraints, such as locations where shuttles may turn around, school drop-off locations, etc. · Identification of bus stop locations considering where existing sidewalks and crosswalks are located. Task 3: Draft Recommendations Task 3.1 Draft Technical Memo Not later than November 5,2007, Nelson\Nygaard will deliver a draft technical memo containing a full description of two independent scenarios one for shuttle operations on McClellan Road and one for operations on Bubb Rd. Each of the two scenarios will contain, at minimum, the following items necessary to complete the design of the shuttle demonstration project: · Specific street by street descriptions and maps for each route including provisions to turn vehicles around. · Specific stop locations including recommendations for drop-off and pick-up zones at the schools. · Fixed schedules that will deliver students to school on time (i.e, within 15 minutes prior to the first bell time, and no later than the bell time) and a schedule that encompasses the various release times of each of the schools which vary by day of week. · For each route and schedule, a determination of the number of shuttles needed to operate the specified service but not more than six vehicles, total, for both scenarios, or as mutually agreed upon with the City. · For service scenario an approximate monthly cost to the City. Final costs for the demonstration will be determined by the shuttle provider. · Other such observations and recommendations as may be useful to the City in conducting the demonstration project. I Deliverable: Draft Technical Memo. Task 4: Final Recommendations Nelson\Nygaard will consider comments by the City on the draft technical memo and will revise and refine, as necessary, the final recommendations. I Deliverable: Final Recommendations Page A-4 · Nelson\Nygaard Consulting Associates Cupertino City Shuttles-Budget CITY OF CUPERTINO Attachment B Budget & Fee Schedule Nelson\Nygaard Proposed Budget 5% T alai Mark Up Cost @ ;~' TOTAL This cost proposal is valid for 90 days from date of submittal. The billing rates above are effective through December 31,2007 (Changes will not affect total project cost or scope on a fixed fee contract). Cost Reimbursement Charges Travel costs are based on direct reimbursements for commercial transportation, including vehicle rental. Costs for other commercial services (e.g., printing; computer time, laboratory fees. materials and supplies) are billed as direct reimbursement costs. A general and administrative charge of 5% will be added to all subcontractor and sub- consultant costs. 8-5 . Nelson\Nygaard Consulting Associates