Loading...
HomeMy WebLinkAbout1998-02-17 City Council (17)City City of Palo Alto Manager’s Report 1 TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:FEBRUARY 17, 1998 CMR:128:98 SUBJECT:APPROVAL OF CONSULTANT CONTRACT WITH WALLACE ROBERTS & TODD FOR DOWNTOWN URBAN DESIGN IMPROVEMENTS PROJECT, PHASE I:~ CONSTRUCTION DOCUMENTS AND CONSTRUCTION MANAGEMENT (CIP 19608) RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execUte the attached consultant contract with Wallace Roberts & Todd (WRT) in the amount of $94,660 to perform design and construction administration services for construction of Phase 1 of Downtown Urban Design Capital Improvement Project No. 19608. °Authorize the City Manager or her designee to negotiate and execute one or more change orders to the contract with Wallace Roberts & Todd (WRT) for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $4,000. DISCUSSION The Downtown Urban Design Improvements Project is a Capital Improvement Program (CIP) project for implementing improvements to downtown public spaces identified in the Downtown Urban Design Guide that was adopted by the City Council in 1994. On April 1, 1996, Council approved an agreement with WRT to perform the feasibility and schematic design of the Downtown Urban Improvements Project. The resulting Downtown Master Plan was presented to and approved by Council on August 11, 1997, CMR:355:97. The current 1998-99 construction project will implement Phase I portions of the improvements identified in the Master Plan. It will also provide for the future siting of CMR:128’.98 Page 1 of 4 public restrooms. The recommendations regarding installation of automated public toilets will be the subject of a separate staff report to be presented to Council at a later date. The design scope includes the installation of new newspaper racks to accommodate news boxes at various sites in the Downtown area. To resolve issues pertinent to the number, siting and permitting of news racks, staff and the City Attorney’s office have met with the Newsrack Working Group and the City Attorney’s office is revising the ordinance. The ordinance will be presented to the Council in spring 1998. Construction of other improvements recommended within the Master Plan will be done in subsequent phases, subject to available funding. These future work items include improvements to University Avenue intersections; parking lots and alleys; parks and plazas (including Cogswell Park and Lytton Plaza); and additional street lighting. Consultant Services Description The work to be performed under this contract is for consulting services_on the Downtown Urban Design Phase I Construction Project No. 19608. This includes preparation of construction documents and construction management for a portion of the improvements approved in the Downtown Urban Design Improvements Master Plan. A street map showing the overall project improvements, which will be done in phases (as funds permit), is provided. The project scope includes improvements to the following locations: 1.University Avenue - Major Intersections - at Emerson, Bryant, Cowper and Webster 2.University Avenue Sidewalk Areas - from Alma to Webster 3.Cross Street Sidewalk Areas - from Lytton to Hamilton 4.Hamilton and Lytton Avenue - sidewalk areas In g~neral, the work includes repair of sidewalks, street signage and installation of new street furniture such as benches and trash containers, tree grates, and bicycle racks. Existing corner walls at University Avenue intersections will be renovated with new artist-designed tiles and handcrafted metal screen panels. Newspaper boxes will be reorganized and placed in new metal frames, which will be decorated with metal screen panels. New street lighting and landscaping will also be installed. Other more specific improvements for the above areas are identified within the agreement and will be further refined within the design process, and subject to available funding. Selection Process On April 1, 1996, Council approved the initial agreement with WRT. The selection of WRT as the recommended consultant for this project conformed with the City policy regarding selection of consultants. Information regarding the project advertisement and consultant selection is contained in CMR: 187:96. The prior agreement with WRT provided for the CMR: 128:98 Page 2 of 4 continued use of WRT as consultant for the design and construction phases of this project, if its performance was found to be satisfactory. The continued use of WRT as project consultant is recommended based On its specific performance, knowledge and execution of the previous feasibility phase. RESOURCE IMPACT Funds for the Phase I design are available from CIP project No. 19608. Funds for design and installation of tree well grates will be paid from the Public Works General Fund operating budget. Phase I of the project will increase the Public Works annual operating budget for Downtown maintenance by approximately $32,000. These costs will be included in the Public Works Operations operating budget for 1-999-2000. POLICY IMPLICATIONS The Downtown Urban Design Improvements Project will implement needed streetscape improvements identified in the downtown Urban Design Guide for the purpose of keeping the Downtown a vibrant and desirable place for pedestrians and retailers. These improvements are consistent with the Urban Design Element of the Comprehensive Plan, Policy 5, "Encourage rehabilitation of aging retail areas to keep them economically healthy." TIMELINE The Urban Design Project will be coordinated with the proposed 1998 Resurfacing Project planned for construction in mid-summer. Preparation of construction documents for the Urban Design Project will begin after Council award of the attached agreement with WRT. The project will be advertised for bids in the summer. Initial construction activities for the Urban Design Project will commence in .late-summer after completion of the 1998 Resurfacing Project work in the Downtown. ENVIRONMENTAL REVIEW An environmental assessment and a Negative Declaration of no significant environmental impact was presented to Council as an attachment to CMR:355:97. Council adopted the Negative Declaration as part of the a~pproval actions taken pursuant to that report. ATTACHMENTS A - Street Map of Project Improvements B - Contract PREPARED BY: James M. Harrington, Senior Engineer, Engineering Division CMR: 128:98 Page 3 of 4 DEPARTMENT HEAD: CITY MANAGER APPROVAL: GLENN S. ROBERTS Director of Public Works ~ILY HARRISON Assistant City Manager CMR: 128:98 Pa.ge 4 of 4 ATTACHMENT A "[tAV NO±-111.qVH ’~tAV ATTACHMENT B AGREEMENT for PROFESSIONAL ENGINEERING CONSULTANT SERVICES BETWEEN THE CITY OF PALO ALTO AND WALLACE ROBERTS & TODD THIS AGREEMENT, made and entered into this day of , 1998, by and between the CITY OF PALO ALTO, a municipal corporation of California, hereinafter referred to as "CITY," and WALLACE ROBERTS & TODD, a General Partnership, with offices at 121 Second Street, 7th Floor, San Francisco, California 94105-3605, hereinafter referred to as "CONSULTANT"; . W I TNE S SETH: WHEREAS, CITY desires certafn professional consultant services hereinafter described; and WHEREAS, CITY desires to engage CONSULTANT to provide ~these services by reason of its qualifications and experience for p~rforming 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 covenants, the parties hereto agree as follows: mutual SECTION 1 DEFINITIONS I.i California. CITY The term "CITY" shall mean the City of Palo Alto, 1.2 CITY MANAGER The term "City Manager" shall mean the duly appointed City Manager of the City of Palo Alto, .California, or his or her designated representative. 1.3 CITY CLERK The term "City Clerk" shall mean the duly appointed City Clerk of the City of Palo Alto, California, or his or her designated representative. 1.4 RISK MANAGER The term "Risk Manager" shall mean the duly appc Risk Manager of the City of Palo Alto, California, or his designated representative. 1 980204 syn 0071348 1.5 PROJECT The term "Project" shall mean the services and improvements, if any, as outlined in Section 3 and more fully described in Exhibit "A" entitled "Scope of Project and Time Schedule," attached hereto and made a part hereof by this reference. 1.6 MASTER PLAN The term "Master Plan" shall mean the Downtown Urban Design Improvements Master Plan prepared by Wallace Roberts & Todd dated Apri! ii, 1997. . SECTION 2 - PROJECT COORDINATION 2.1 CITY The City Manager will be the representative of CITY for all purposes under this Agreement. JAMES M. HARRINGTON hereby is designated.as the ~Project Manager for the City Manager and he or she shall supervise the progress and execution of this Agreement, and shall be assisted by GARY L. WEINREICH, the Project Engineer. 2.2 CONSULTANT CONSULTANT shall assign a single Project Director to have overall responsibility for the progress and execution of this Agreement for CONSULTANT. Stephen D. Hammond hereby is designated as the Project Director for CONSULTANT. Diane Ochi shall be assigned as the Project Coordinator for CONSULTANT and shall represent CONSULTANT during the day-to-day work on the Project. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute Project Director or Project Coordinator for any reason the Project Director or Project Coordinator designee shall be subject to the prior written approval of the Project Manager. SECTION 3 -~SCOPE OF PROJECT The scope of the Project to be executed by CONSULTANT under the phases of the Basic Services described in Section 4.1 of this Agreement, and the~time schedule for the Project, are outlined in this Section 3 and further described in Exhibit A. 3.1 The Downtown Urban Design Improvements Project is a capital improvement project for implementing improvements in downtown public spaces identified in the Downtown Urban Design Guide that was adopted by the City Counci! in 1994. The 1996-97 phase of the Project was preparation of a schematic design plan and feasibility study. Completion of that phase culminated in the Master Plan. 3.2 CITY wishes ~to implement improvements in the University Avenue Downtown area which are identified within the 980204 syn 0071348 Master Plan. The 1998-99 phase of the project will implement portions of the Master Plan. These improvements include but may not be limited to the following: including: 3.2.1 University Avenue - Major Intersections (a) (b)(c) (d) (e) (f) (h) (i) (j) Walls (bunkers) Brick and concrete paving repair Benches News racks Lighting Public Art -Metal screen panels -Tile work Trash receptacles Signage Planting renovation Bike racks 3 .2.2 3.2.3 University Avenue Sidewalks including: (a)Paving repair (b)News racks (c)Trash receptacles (d)Benches (e)Lighting (f)Signage Cross Street Sidewalk Areas including: (a)Paving repair (b)News racks (c)Lighting (provide limited accent lighting) (d)Benches (e)Signage (f)Tree wells (g)Bike racks 3.2..4 Emerson Intersection including: Street and Hamilton Avenue (a) .Sidewalk widening at Creamery site (b)Lighting (limited portion) (c)Signage (d)Tree wells 3.2.5 Public Restrooms - A total of 2 -restrooms shall be designated at locations to be determined by others. This ¯ ,may cause relocation or adjustments of features shown in the previously approved Master plan. 3.2.6 Recycling Facilities - Select receptacles and designate locations for future installation. 980204 ~syn 0071348 3 3.3 The Phase I project improvements will be incorporated into a competitive bid construction package,°with the exception of public art elements consisting of art metal panels and ceramic tile. Design, fabrication and installation of art metal panels will be specified in separate proposal documents to be separately issued to Angelo Garro dba Renaissance Forge by the CITY. Fabrication of the metal framework on which the art metal panels will be mounted will be part of the competitive bid construction package; however, installation of the panels into the metal framework will be part of the art-metal proposal package. Design, fabrication and installation of art tile will be specified in separate proposal documents to be separately issued to Benedikt Strebel Ceramic Studio by the CITY. The artisticproposal package and the competitive bid construction package will be structured to clearly identify their respective scopes of work and relationship to each other including the requirement that all contractors coordinate their activities. The CONSULTANT will review submittals from all contractors. The CONSULTANT will coordinate the design, fabrication and installation activities of the public art contractor to assure that the public art is consistent with the overall project design intent and is properly incorporated into the project. All contractors will assist in preparation of field installed mockups of modified bunker walls, newspaper racks and all artwork. The mockups shall be made ,using actual materials. Approval of a mockup sample by the City project manager must be obtained before proceeding with permanent installation of these items. Issuance of this approval will also be conditioned on concurrence by the ArtsCommission and Architectura! Review Board representative. 3.4 The time schedule for the Project shall be as defined in Exhibit A.~ 3.5 Changes in the scope or,character of work, either decreasing or increasing the amount of CONSULTANT’S services shall conform with Section 9 of this Agreement. 3.6 Future Work -At the ~conclusion of the duties contained in this scope of work and at the discretion of the Project Manager regarding the quality of work performed and continued suitability of CONSULTANT, CONSULTANT may be invited to negotiate an amendment to this contract for future phases of.work. The future phases of work may involve a feasibility phase if approved by the CITY, and design and construction administration of other Master Plan improvements including but not necessarily limited to thefollowing: 3.6.1 University AvenueImprovements at Tasso, Kipling and Florence Tee Intersection 3.6.2 Parking Lot and Alley Improvements 4 980204 syn 0071348 3.6.3 Park and Plaza Improvements: 3.6.3.1 Lytton Plaza Redesign 3.6.3.2 Cogswell Plaza Enhancements 3.6.3.3 Hamilton Avenue Improvements at City Hall Plaza 3.6.4 Lighting Improvements: 3.6.4.1 University Avenue lights and modifications. Sidewalks-Acorn 3.6.4.2 Cross Street Lighting - Additional to the lighting installed in Phase i. 3.6.4.3 Accent Lighting (moon lighting) Additional to the lighting installed in Phase I. 3.6.5 Public Restrooms Accommodate the siting of additional public restrooms if required. 3.6.6 Public Art Plaza. 3.6.6.1 Interactive Water Sculpture at Lytton 3.6.6.2 Information Kiosk or Bus Shelter. 3.6.7 Catering Station 3.6.8 Recycling Facilities -Installation of recycling receptacles at locations selected in phase 1 (contingent on suitable agreement between the CITY and PASCO or equivalent vendor)~ Master plan. 3.6.9 Other impgovements identified within the 3.7 Excluded Items Items previously studied and excluded from the overall scope of the project are as follows: 3.7.1 .University Avenue Gateway Markers~ (deleted permanently by Council action). SECTION 4 - DUTIES OF CONSULTANT 4.1 BASIC SERVICES Staqes of Work. The Basic Services shall be furnished in the stages of work as described below and as more particularly described in Section 3 and Exhibit A. 5980204 syn 0071348 4.1.1. Design Stage The Design Stage shall consist of the following phases of work and shall include, but not be limited to, the usual professional services of architecture, civil, structural, traffic, electrical and mechanical engineering, environmental planning, landscape architecture, and irrigation, as applicable. CONSULTANT’S specific responsibilities under each of these phases are described below. 4.1.2 Schematic Design Phase The Schematic Design Phase was done within ~n earlier study that resulted in the Council approved Master Plan. 4.1.3 Design Development Phase (a) CONSULTANT shall prepare from the approved schematic design studies, the design development documents consisting of drawings and other data to fix and describe the size ahd character of the entire Project, including materials and Such other essentials as may be appropriate. (b) CONSULTANT shall submit eight (8) copies of all pertinent Design Development Phase documents for review and approval by the Project Manager. (c) CONSULTANT shall submit to the Project Manager, for review and approval with the Design Development Phase documents, a revised current estimate of probable construction cost, in triplicate, based upon refinements of design that occurred~ during the Design Development Phase. (d) If required by CITY, CONSULTANT shall prepare required exhibits and make personal presentations of the Design Development Phase to the Public Art Commission and the Architectural Review Board. CONSULTANT shall attend a minimum of two (2)) meetings and a maximum of two (2) meetings during this Phase. (e) CONSULTANT shall submit to the Project Manager, in triplicate, a brief narrative describing the design ~~features and including copies of calculations, sketches, diagrams, computer printouts and other documents summarizing this phase of CONSULTANT’s Basic Services. (f) Upon written approval by the Project Manager of the Design Development Phase, CONSULTANT shall proceed "’to the Construction Documents Phase. 4.1.4 Construction Documents Phase (a) CONSULTANT shall prepare from the approved Design Development Phase documents, for approval by the Project 6980204 syn 0071348 Manager, working drawings, specifications, and other contract forms setting forth in detail the requirements for the construction of the entire Project, including add alternatives and the necessary technical specifications. The general conditions, bid forms and other bidding information, and contract forms will be furnished by CITY as described in Section 5. (b) The technical specifications prepared by CONSULTANT shall conform to the following Division numbers: Division 0 Division 1 Division 2 Divislon 3 Division 4 Division 5 Division 6 Division 7 Division 8 Division 9 Division i0 " Division ii DiVlslon 12 Division 13 Divislon 14 Divislon 15 Divislon 16 General Bidding and Contract Requirements; General Requirements; Site Work; Concrete; Masonry; Metals; Wood and PlaStics; Thermal and Moisture Protection; Doors and Windows; Finishes; Specialties; Equipment; Furnishings; Special Construction; Conveying Systems; Mechanical; Electrical. The technical specifications shall be limited to Division 2 through 16. The Divisions 0 and 1 will be prepared by the CITY as described in Section 5. (c) CONSULTANT shall assist the CITY in identification and selection of scope of work items which shall be treated as "add-alternatives" to the basic work of the construction contract. The add alternatives shall be structured with a value approximately i0 percent of the approved construction budget. The add-alternatives shall be separately identified in the plans, specifications and bid proposal pages sufficient to allow for bidding, award and construction of the project with or without inclusion of the add alternatives. (d) Prior to the advertising for bids, ~..CONSULTANT shall submit in triplicate to the Project Manager for review and approval a final detailed estimate of the probable construction cost. (e) CONSULTANT shall attend conferences with CITY at critical phases of the work and shall assist CITY in ’.obtaining approval~of regulatory agencies when required by such agencies. (f) Upon completion of the contract drawings, specifications, and documents, and at its expense, CONSULTANT shall furnish three(3) full-size sets of the contract drawings, 7980204 ~yn 0071348 specifications, and documents for approval by the Project Manager and any other approving authorities. ° (g) Upon completion of the approved contract drawings, specifications, and other documents, CONSULTANT shall submit the tracings to the Project Manager for signature. CITY will reproduce copies of the plans and specifications for use during bidding and construction. (h) CONSULTANT Shall submit to the Project Manager, in triplicate, any revisions to calculations, sketches, diagrams, computer printouts and other documents that were initially submitted during the Design Development Phase. (i) CONSULTANT shall assist CITY at and after the pre-bid conference, if required, in obtaining and analyzing. bids, awarding the contract, and in the pre-construction confer- ence. CONSULTANT shall be available to answer inquiries regarding the plans and specifications by contractors and CITY during the bidding period. (j) Upon award by the City Council of the construction contract, CONSULTANT shall proceed to the Construction Stage. ’o 4.1.5 Construction Contract Construction Stage--Administration of the (a) The Construction Stage will commence with the award of the construction contract and will terminate when final payment is made by CITY to the contractor or upon the filing and recordation of the notice of completion, whichever is later. (b) CITY shall provide for the administration of the construction contract. (c) CONSULTANT shall attend pre-construction meetings and answer questions regarding the plans and specifica- tions prepared by CONSULTANT. (d) CONSULTANT shall at all times have access to the work wherever it is in preparation or in progress. (e)~ CONSULTANT shall make periodic visits to the site ~as necessary to become familiar with the progress~and quality of the work and to determine if the work is proceeding in accordance with the contract documents. On the basis of on-site observations, CONSULTANT shall endeavor to guard CITY against defects and deficiencies in the work of the contractor, including *advising and consulting with CITY on technical instructions to the contractor and disapproving the contractor’s work if it fails to meet the requirements of the contract documents. CONSULTANT shall not be required to make c~ontinuous on-site inspections to check the quality or quantity of the work, provided that the limited extent of supervision furnished by CONSULTANT in no way shall reduce or 8980204 ~yn 0071348 lessen its responsibility or liability hereunder. CONSULTANT shall not be responsible for the construction means, methods, tehhniques, sequences or procedures, or for safety precaztions and programs employed in connection with the work, and shall not be responsible for the contractor’s failure to carry out the work in accordance with the terms of the contract documents. (f) CONSULTANT shall interpret the technical requirements of the contract documents and advise CITY on the issuance of technical instructions to the contractor. (g) CONSULTANT shall review and take appro- priate professional action on laboratory, shop and mill tests, reports of equipment performance, shop drawings, samples, and other submissions of ~the contractor for conformance with the design concept of the Project and for compliance with the construction contract documents. (h) CONSULTANT shall prepare supplementary ’sketches required in order to clarify or sqpplement the original contract documents during the Construction Stageof work. (i) CONSULTANT shall assist CITY in preparing change orders. (j) CONSULTANT shall observe the initial operation of the Project, or of performance tests required by the contract plans and specifications. (k) If required by CITY, CONSULTANT shall assist CITY in the start-up, testing and operation of the equipment prior to acceptance of the Project by CITY. (i) CONSULTANT shall conduct site visits,accompanied by a representative of CITY, to determine the dates of substantial completion and final completion. Further, CONSULTANT shall make a declaration that the Project is in conformance with the design concept and is in compliance with the contract docu- ments. (m) CONSULTANT shall attend meetings asdescribed in Exhibi~ "A" throughout the Construction Phase with the contractor and representatives of CITY and shall submit to all ,concerned minutes of the meeting attended. (n) CONSULTANT, at. its expense, shall provide the ~Project Manager with one copy of the specifications and a complete set of four mil minimum thickness, single matte, good quality transparent mylar drawings of the Project, as-built .. (hereafter referred to as the "Record Drawings"). Mylars may be produced using the electrostatic method or the photographic "fixed line" process with reverse printing. Diazo (Ammonia) process drawings are not acceptable. In addition, CONSULTANT shall furnish CITY with copies of alldesign calculations and similar documents. 9980204 syn 0071348 (o) CONSULTANT shall not be responsible for damages or injuries caused solely by acts or omissions of the contractor, or any subcontractor, or any agent or employee of the contractor or any subcontractor, or of any other persons performing any of the work. (p) CONSULTANT shall be responsible for providing CITY with the Record Drawings and documents of the construction after final completion. 4.2 ADDITIONAL SERVICES CONSULTANT shall perform or obtain any and all of the following additional services if so authorized in writing by CITY, and shall be paid as provided in Section 7 of this Agreement: studies.~(a)Provide financial feasibility or other special (b) Provide planning surveys, site evaluations,, or comparative studies of prospective sites. (c) Make measured drawings of existing construction when required for planning additions or alterations thereto. (d) Revise previously approved drawings, specifica- tions or other documents to accomplish changes not initiated by CONSULTANT. (e) Provide consultation concerning replacement of any.work damaged by fire or other cause during construction, and furnishing basic professional services of the type set forth in . this Agreement as may be required in connection with the replace- ment of such work. (f) Provide professional services made necessary by the default of the contractor in the performance of the construction contract. (g) Provide contract administration and observation of construction after the contract time has been exceeded by more than twenty percent (20%) through no fault of CONSULTANT. (h) Provide services, other than the completion of the Record Drawings and the related Project close-out, after final payment to the contractor. (i) Provide services as an expert witness in connection with any public hearing, arbitration proceeding, or ¯ .proceeding of a court of record. (j) Provide services for planning the lay-out of tenant or rental spaces. ~ I0980204 syn 0071348 (k) Provide services directly applicabl% to the preparation of environmental impact studies and reports. (i) Make detailed mill, shop, and/or laboratory inspection of materials and equipment. (m) Furnish property, boundary, rights-of-way, topographic and utility surveys, and related office computations and drafting and surveying. (n) Furnish field surveys,field lay-outs of construction.photogrammetry, and (o) Furnish special photography, models, printed reports and additional copies of contract drawings and documents above the number specified in this Agreement. (p) Perform soils investigations and other soils engineering services before design and/or during construction. (q) Prepare applications and supporting documentsfo~ governmental grants or advances for public works projects, and implementing such grants or advances. (r) Instruct plant employees in the operation and maintenance of newly installed equipment. (s) Incur travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under Basic Services of this Agreement. (t) Prepare operation and maintenance manual. (u) Perform any other services that may be agreed upon by the parties subsequent to the execution of this Agreement. (v) Provide services necessaryconstruction of public restroom facilities.to implement (w) (i) If requested in writing by CITY, CONSUL- TANT shall provide one or more Project representatives to assist the parties in inspecting the progress of the construction contract. (2) Such Project representative shall beselected, employed and ’directed by CONSULTANT or subconsultants, and CITY agrees to pay to CONSULTANT and/or~subconsultants, for the services of the Project representative, at a rate indicated in ¯ .Exhibit "B". For the purposes of this provision, the Project representative’s time spent traveling from CONSULTANT’s and/or subconsultant’s office to and from the job-site shall be calculated as an addition al service, as shall be the time spent on the job-site and preparing the reports required hereunder.~ 980204 syn 0071348 11 (3) Such Project representatives shall visitth~ site of construction as required by the needs of th~ Project and at least every other day over the term of construction, provided there actually is work in progress. The Project represen- tative shall file a written report with the Project Manager setting forth the nature, scope, character and progress of the work performed at the site immediately after each visit to the site. (4) Through the on-site observations by the Project representative of the work in progress, CONSULTANT and/or its subconsultants shall assure further protection of CITY against defects in the work, but the furnishing of such Project representa- tion shall not make CONSULTANT and/or subconsultants responsible for construction means, methods, techniques, sequences or proce- dures, or for safety precautions and programs, or for the contrac- tor’s failure to perform the work in accordance with the contract documents. Nothing in this Agreement abrogates the professional responsibilities of CONSULTANT and/or its subconsultants with respect to design defects, errors, omissions, or malpractice. 4.3 GENERAL DUTIES OF CONSULTANT 4.3.1 CONSULTANT represents that it has theexpertise and professional qualifications to furnish the ~ervices described under this Agreement. CONSULTANT further declares that one or more members or employees of its firm and that of its subconsultants, if any, are licensed by the State of California to perform their services, if required, and that these services will be performed by them or under their supervision. CONSULTANT shall furnish to CITY for approval, prior to execution of this Agreement, a list of all firms or corporations to be employed as subconsultants. 4.3.2 CONSULTANT states that it is aware of therequirements of the federal Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONSULTANT shall comply with or ensure by its advice that ~compliance with such provisions will be effected pursuant to the terms of this Agreement. 4.3.3 CONSULTANT at no extra cost to CITY shallpreparein the contract documents alternative bid items, in addition to base bid items, in compliance with Section 6 hereof. 4.3.4 CITY reserves the right to retain theservices of a construction cost consultant to prepare estimates of cost independent of those prepared by CONSULTANT during each phase " of design. CONSULTANT shall meet with the construction cost consultant and CITY representatives to resolve major differences in their respective estimates. 4.3.5 CONSULTANT shall furnish CITY with every reasonable opportunity for CITY to ascertain that the services of 12980204 ~yn~71348 CONSULTANT are being performed in accordance with the requirements and intentions of this Agreement. SECTION 5 DUTIES OF CITY 5.1 CITY shall provide full information regarding its requirements for the Project. 5.2 CITY shall examine documents submitted by CONSULTANT and shall render decisions pertaining thereto promptly, to avoid unreasonable delay in the progress of CONSULTANT’s work. 5.3 CITY shall furnish a land survey of the- site consisting of available digital GIS information including, as applicable, grades and lines of streets, alleys, pavements and adjoining property; rights of way, restrictions, easements, encroachments, zoning, deed restrictions, boundaries and contours of the site; locations, dimensions and complete data pertainingto existing buildings, other improvements, and trees; and known information concerning available service and utility lines both public and private, above and below grade, including inverts and~ depths. Some variance from existing as-buil~ features may exist in the digital GIS maps at certain intersections on University "Avenue. The City will perform a land survey of these intersections and map the survey data. The survey data and map will be provided to the CONSULTANT as a supplement to the-GIS data noted above. 5.4 CITY shall furnish environmental, structural, mechanical and other laboratorytests, inspections and reports as required by law or.by the contract documents. 5.5 CITY shall furnish such legal, accounting and insurance counseling services as may be necessary for the Project, and such auditing services as may be required to ascertain how or for what purposes the contractor has used the moneys paid’to it under the construction contract. 5.6 The services, information, surveys and. reports required by paragraphs 5.1 and 5.3 through 5.5 inclusive shall be furnished at CITY’S expense, and CONSULTANT shall be entitled to rely upon the accuracy thereof. 5.7 If CITY observes or otherwise becomes aware of any fault or defect in the Project or nonconformance with the contract documents, CITY to the extent it is feasible to do so shall give prompt written notice thereof to CONSULTANT. 5.8 CITY shall prepare the General Bidding, Contract "Requirements and General Project Requirements that form Divisions 0 and 1 as identified in Section 4 of this Agreement. The CITY shall conform the technical specifications prepared by the CONSULTANT with the Division 1 and 2 specifications prepared b~ CITy. 13 980204 syn 0071348 SECTION 6 -EXCESS ESTIMATED CONSTRUCTION COST’AND BID 6.1 BIDS IN EXCESS OF FINAL ESTIMATE OF CONSTRUCTION COST If the lowest responsible bid for the Project received by CITY exceeds one hundred ten percent (110%) of the amount of the approved final detailed estimate of construction cost, CITY shall (a) give written approval of an increase in such fixed limit, or (b) authorize rebidding of the Project within a reasonable time, or (c) cooperate in revising the Project scope and quality as required to reduce the construction cost. In the case of (c), CONSULTANT,. without additional charge, shall modify the drawings and specifications is necessary to bring the construction cost within the fixed limit. The providing of this service shall be the limit of CONSULTANT’s responsibility in this regard, and having done so, CONSULTANT shall be entitled to its fees in accordance with Section 7 of this Agreement, 6.2 FIXED MAXIMUM LIMIT 0F CoNSTRUCTION COST When a fixed maximum limit of construction cost is established as a condition of this Agreement, pursuant to subparagraph (c) of paragraph 6.1, CONSULTANT shall be permitted to determine, with approval of the Project Manager, the materials; equipment, component systems, and types of construction which are to be included in the contract documents to bring the Project cost within the amount of the fixed limit; however, at all times hereunder, the principles of value engineering shall be adhered to as mentioned in Section 4.1.2(b) hereof. CONSULTANT also may make adjustments in the scope of the Project and include in the contract ~documents alternate bids to adjust the construction costs to the fixed limit, al! with the express prior approval of the~Project Manager. 6.3 CONSTRUCTION COST ESTIMATE The statements of probable construction cost and detailed final estimate of construction cost prepared by CONSULTANT represent its best~judgment as a design professional familiar with the construction industry. It is recognized, however, that neither CONSULTANT nor CITY has any control over the cost of labor, materials or equipment, over the contractors’ methods of determining bid prices, or over competitive bidding or market conditions. Accordingly, CONSULTANT cannot and does not guarantee that bids will not vary from any statement of probable construction cost or other cost estimate prepared by him. SECTION 7 - PAYMENT Payment shall be made by CITY only for services rendered and within thirty (30) days of submission in triplicate of monthly progress payment requests. Each invoice shall be itemized as to the type of payment described in this section. 14980204 syn 0071348 7.1 CONSULTANT’S FEES In consideration for the full performance of the Basic Services and Reimbursable Expenses described in Sections 4 and 7 of this Agreement, CITY agrees to pay CONSULTANT a fee not to exceed seventy-five thousand seven hundred ten dollars ($75,710) for the Design Stage and thirteen thousand nine hundred .fifty dollars ($13,950) for the Construction Stage. The amount of CONSULTANT’S compensation Shall be calculated as set forth in Exhibit "B", entitled "Rate Schedule," attached hereto and made a part hereof by this reference, on a’ time and materials basis, up to the maximum amount set forth in this paragraph 7.1. 7.1.1 Subconsultants. Fees for subconsultants, hired directly by CONSULTANT, shall be approved by CITY in advance of incurring such fees. 7.1.2 For Additional Services. For CONSULTANT’S additional services, as described in Section 4 of this Agreement, compensation shall be as prescribed in Exhibit B but shall not exceed five thousand dollars ($5,000). The rate schedules shall be updated after execution of this Agreement and each year thereafter. 7.1.3 For Extra Work or Changes. Payment for extra work or changes in the work not initiated by CONSULTANT and authorized in writing by the Project Manager shall be made within thirty (30) days of submission by CONSULTANT of a statement in triplicate of itemized costs covering such work. Prior to commencing such extra work or changes, CONSULTANT and CITY shall agree upon an estimated not-to-exceed cost for such extra work. In no event shall CONSULTANT be paid for design work or change order preparation which is necessary because of CONSULTANT’s errors or oversights. 7.1.4 Reimbursable~ Expenses.ReimbursableExpenses under the Agreement shall not exceed three thousand six hundred dollars ($3,600). Reimbursable Expenses are in addition to the compensation for Basic and Additional Services and include actual expenditures made by CONSULTANT, its employees, or its professional consultants in the interest of the Project for expenses listed~in the following paragraphs: (a) Expense in connection with the Project for long distance telephone calls and telegrams and fees paid for securing approval of authorities having jurisdiction over the Project. (b) Expense of reproduction, graphics, postage and handling of drawings and specifications, except for those required to be furnished by CONSULTANT in Section 4 and for use in CONSULTANT’s office. 15 980204 syria71348 (c) Only if authorized in advance in writing by CITY, expense of overtime work requiring higher tha~ regular rates, expense of renderings or models for CITY’s use, and expense of Computer time when used in connection with Additional Services under Section 4. 7.2 PAYMENT SCHEDULE 7.2.1 For Basic Services. Payments for Basic Services shall be made monthly in progress payments in proportion to the services performed for each Stage. The final progress payment shall be made by CITY after CONSULTANT has submitted all required Record Drawings and reports. 7.2.2 For Additional Services. Payments for Additional Services of CONSULTANT as defined in Section 4 shall be made as part ~of the monthly progress payments for services rendered. 7.2.3 For Reimbursable Expenses. Payments for Reimbursable Expenses of CONSULTANT shall be made as part of the monthly progress payments for services rendered. 7.2.4 Deductions. No deductions shall "be made from CONSULTANT’s compensation on account of penalties, liquidated damages, or other sums withheld from payments to contractors. 7.2.5 Payment Upon Suspension or Abandonment of Projecb. If the Project is suspended for more than six months or abandoned, in whole or in part, CONSULTANT shall be paid its compensation for services performed prior to receipt of written notice from CITY of such suspension or abandonment, together with additional and reimbursable expenses then due. If the Project is resumed after being suspended for more than one hundred eighty (180) days, any change in CONSULTANT’s compensation shall be subject to renegotiation and, if necessary, approval by the Palo Alto City¯ Council (the "City Council"). If this Agreement is suspended or terminated for fault of CONSULTANT, CITY shall be obligated to compensate CONSULTanT only for that~ portion of CONSULTANT’s services which are of benefit to CITY, as such determination may be made by the City. Manager in the reasonable exercise of his or her discretion. SECTION 8 -PROGRESS AND COMPLETION 8.1 ~ TERM OF AGREEMENT; TIME IS OF THE ESSENCE The term of this Agreement shall commence upon its execution by CITY.The Schematic Design Phase of the work shall "start immediately upon receipt by. CONSULTANT of a Notice to Proceed. Work on each successive phase of service as specified in Section 4 of this Agreement shall proceed sequentially by stages and phases upon CITY’s written notification thereof and, until receiving such notification, CONSULTANT shall not proceed with any subsequent item of service. The parties hereto agree that time is 16 980204 ~yn~71348 of the essence of this Agreement. upon agreement of both parties. This Agreement shall qerminate 8.2 TIME OF COMPLETION OF EACH PHASE CONSULTANT agrees to perform the phased services within the time limits set forth under the time schedule in Exhibit A provided, however, that any change in the scope of services may require a revised time table. The Construction Stage, if any, shall be dependant upon the length of the contract, but in no event shall CONSULTANT submit Record Drawings later than ten (I0) days after completion of construction work, as determined in writing by the Project Manager. CITY agrees to exercise due diligence in performing its tasks to implement CONSULTANT’s time table provided under Exhibit A. 8.3 CITY’S REVIEW AND APPROVAL Between each phase of work there shall exist a review and approval period by CITY. CITY shall exercise due diliggnce to complete these tasks; however, it is recognized that the interrelated exchange of information among CITY’s various departments makes it impossible to set a specific time schedule. Normally, CITY’s estimated period of review and approval will be furnishedto CONSULTANT at the time of submission of each phase of the work. 8.4 EXTENSION OF TIME OF COMPLETION In the event the services called for under this Agreement are not completed by CONSULTANT within the time specified, CITY shall have the option to extend the time of completion. This paragraph does not precludethe recovery of damages for delay of either party. SECTION 9 -CHANGES IN WORK CITY may order, major changes in scope or character of work, either decreasing or increasing the amount of CONSULTANT’S services. In the event that such changes are ordered, CONSULTANT :shall be entitled to full compensation for all work performed prior to receipt of notice of change. Increased compensation for major changes .shall be determined in accordance with Section 7 of the Agreement, but in no event shall CITY be liable for payment unless the amount of such extra compensation shall first have been agreed to in writing by CITY. In the event that major changes are ordered pursuant to this section, the schedule for progress and completion in Section 8 of this Agreement, and compensation under Section 7 of this Agreement, shall be adjusted by negotiation between CONSULTANT and CITY, subject to approval, if necessary, by the City Council. 17 980204 syria71348 SECTION I0 - TERMINATION OR SUSPENSION OF AGREEMENT i0.i CANCELLATION BY CONSULTANT CONSULTANT may terminate this Agreement or suspend work on the Project by providing thirty (30) days’ written notice thereof to CITY, but only in the event of substantial failure of performance by CITY or in the event CITY abandons or indefinitely postpones the Project. 10.2 CANCELLATION BY CITY Without limitation to such rights or remedies as CITY shall otherwise have by law, CITY may terminate this Agreement or suspend work on the Project with or without cause, by providing fifteen (15) days’ written notice thereof to CONSULTANT, or immediately after submission to CITY by CONSULTANT of any completed item of service specified in Section 4 of this Agreement. CONSULTANT agrees to cease all work under this Agreement upon receipt of said written notice. 10.3 COMPENSATION OF CONSULTANT TERMINATION OF THIS AGREEMENT IN THE EVENT OF In the event of termination of this Agreement or suspension of work on the Project by either CITY or CONSULTANT as provided herein, CONSULTANT shall receive compensation as follows: (a) For approved items of servic~ under Section 4 of this Agreement, compensation shall be in the amount outlined under Section 7 of this Agreement for the items of service fully performed by CONSULTANT. (b) For items of service on which a Notice to Proceed has been issued by CITY, but which have not been fully completed and approved, CONSULTANT shall be compensated for the items of service in an amount which bears the same ratio to the total fee otherwise payablefor the performance of the service as the service actually rendered bears to the total service necessary for the full performance of the item of service. (c) In no event shall the total compensation paid ".-in the immediately preceding paragraphs exceed the payment specified in Section 7 for the respective items of service to be furnished by CONSULTANT. (d) Notwithstanding anything in the preceding ..paragraphs, upon termination for fault of CONSULTANT, CITY shall be obligated to pay for only that portion of the service which can be incorporated in the Project. 10.4 DUTIES OF CITY AND CONSULTANT Upon termination of this Agreement or suspension of work on the Project by either CITY or CONSULTANT, as provided herein, 18 980204 syn~71348 all duties of CITY and CONSULTANT, as set forth in Sections 4 and 5 hereinabove, shall terminate. SECTION Ii CONSULTANT’S ACCOUNTING RECORDS Records of the following expenses pertaining to the Project shall be kept by CONSULTANT in accordance with generally recognized accounting principles and shall be made available to CITY at mutually convenient times during the term of this Agreement and for three (3) years following the termination of this Agreement: expenses. (a) Direct personnel expenses, including,consultant (See Section 7 of this Agreement.) Agreement). (b)Reimbursable expenses.(See Section 7 of this (c) Expenses pertaining to Additional Services. (See Section 7 of this Agreement.-) SECTION 12 -OWNERSHIP OF DOCUMENTS 12.1 OWNERSHIP OF ORIGINAL DOCUMENTS Subject to the provisions of Paragraph 12.2 below, the original drawings, maps, plans, designs, records of survey, work data, specifications, and any other documents prepared by CONSULTANT in the performance of this Agreement, although instru- ments of professional service, are and shall be the property of CITY whether the work for which they are made is performed or not. 12.2 TRANSFER TO CITY Upon termination under Section’10 of this Agreement.and upon CITY’s payment of the amount required to be paid under same section, the originals and all drawings, calculations, specifications and any similar documents shall become the property of CITY, and CONSULTANT shall transfer them to CITY, upon request, without additional compensation. CITY shall have the right to utilize ~any completed or uncompleted drawings, estimates, specifications, and any other documents prepared hereunder by .~.CONSULTANT. SECTION 13 INDEPENDENT OF CITY INTEREST OF CONSULTANT;CONSULTANT In accepting this Agreement, CONSULTANT covenants that it "’presently 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 subcontractor or person having such an interest shall be employed. CONSULTANT certifies that no one who 980204 syn 0071348 19 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 professional services required under this Agreement CONSULTANT, and any of its subconsultants or employees, shall at all times be considered independent contractors and not agents or.employees of CITY. SECTION 14 -OUTSIDE CONSULTANTS CONSULTANT shall be responsible for employing all outside consultants (subconsult~nts) necessary to aid CONSULTANT in the performanceof the services listed in Section 4 of this Agreement; provided, however, that all such subconsultants shall receive prior approval of CITY in writing and shall remain acceptable to CITY during the term of this Agreement. SECTION 15 INDEMNITY CONSULTANT agrees to protect, indemnify, defend and hold hirmless CITY, its Council members, officers, employees, and any agents of whom CONSULTANT~has knowledge or whose identi<ies are disclosed to CONSULTANT, from any and all claims, demands or liability of any nature, including death or injury to any person, property damage or any loss, caused by or arising out of the negligence or willful misconduct of CONSULTANT or its officers, employees, or subconsultants, or conduct for which California law may impose strict liability on CONSULTANT in .the performance or non-performance of .its obligations under this Agreement. SECTION 16 INSURANCE 16.1 INSURANCE COVERAGE 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 described in Exhibit "C" to this Agreement, attached hereto and made a part hereof by this reference, insuring CONSULTANT, and, with the exception of workers’ compensation, employer’s liability and professional liability insurance, naming as additional insureds CITY, its Council members, officers, employees and any agents of. whom CONSULTANT has knowledge or whose identities are disclosed to CONSULTANT, and each of them, concerning this Agreement and the Project. All insurance coverage required hereunder shall be provided through carriers with a Best rating of A:X or higher that are admitted to do business in the State of California. Any and "’all~subconsultants of CONSULTANT under this Agreement shall obtain and maintain, in full force and effect throughout the term of-this Agreement, identical insurance coverage, with CITY named as additional insured under such policies as required above. 2O980204 syria71348 16.2 EVIDENCE OF COVERAGE Certificates of such insurance, preferably on the forms provided by CITY, shall be filed with CITY concurrently with the execution of this Agreement. The Certificates shall be subject to the approval of the Risk Manager and shall contain an endorsement stating that the insurance is primary coverage and will not be cancelled or materially altered by the insurer without thirty (30) days’ prior written notice to CITY of such cancellation or altera- tion, and that the City of Palo Alto is named as an additional insured except in policies of workers’ compensation, employer’s liability, and professional .liability insurance. Current certifi- cates of such insurance shall be kept on file at all times during the term of this Agreement with the City Clerk. 16.3 NO LIMIT OF LIABILITY The procuring of such required policy or policies of insurance shall not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provision and r4quirements of this Agreement under Section 15 hereof. Notwithstanding said policy or policies of insurance, CONTRACTOR shall be obligated for the full and total amount of any damage, injury, or loss caused by the services performed under this Agreement, including after the Agreement has terminated or expired. SECTION 17 WORKERS’ COMPENSATION CONSULTANT, by executing this Agreement, 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 provisions of that Code, and certifies that it will comply with such provisions before commencing the performance of the work under this Agreement. SECTION 18 CORRECTION OF ANY ERRORS, OMISSIONS, AND AMBIGUITIES IN CONTRACTDOCUMENTS Any errors,omissions, or ambiguities in the contract documents prepared by CONSULTANT which are discovered before the Project is invited for bid shall be corrected by CONSULTANT without cost to CITY. CONSULTANT services required to make changes in construction resulting from errors, omissions, or ambiguities in the contract documents which are discovered after the contract is awarded shall be performed by CONSULTANT without cost to CITY only insofar as they result in unnecessary or non-beneficial changes in construction. CONSULTANT services required to make changes in construction resulting from errors, omissions, or ambiguities in the contract documents which are discovered after the contract is awarded shall be performed by CONSULTANT and shall be paid for by CITY only insofar as they add a benefit to the construction work. 980204 syn 0071348 SECTION 19 -AUDITS CONSULTANT agrees to permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain such records for at least three (3)’years after the termination of this Agreement. SECTION 20 AGREEMENT BINDING The terms, covenants, and conditions of this Agreement. shall apply to, and shall bind, the heirs, successors, executors, administrators, assigns, and subcontractors, ~as the case may be, of both parties. SECTION 21 NONASSIGNABILITY 21.1 PERSONAL SERVICES OF CONSULTANT ¯ . Both parties hereto recognize that this Agreement is for the personal services of CONSULTANT and cannot be tran@ferred, assigned, or subcontracted by CONSULTANT without the prior written consent of CITY. 21.2 SERVICES OF SUBCONSULTANTS AND THEIR EMPLOYEES 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 provisiohs 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 or she shall be discharged immediately from the work under this Agreement on demand of CITY. SECTION 22 - RELIANCE UPON PROFESSIONAL SKILL OF CONSULTANT It is mutually understood and agreed by and between the parties hereto that CONSULTANT is skilled in the professional calling necessary to perform the work agreed to be done hereunder and that CITY relies upon the skill of CONSULTANT to do and perform ¯ .the work in the most skillful manner, and CONSULTANT agrees to thus perform the work. The acceptance of CONSULTANT’s work by CITY does not operate as a release of CONSULTANT from the obligation. 22 980204 syn 0~371348 SECTION 23 NO IMPLIED WAIVER No payment, partial payment, acceptance or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 24 WAIVERS The waiver by either party of any breach or violation of any term, covenant, or condition of this Agreement or. of any provisions of any ordinance or law shall not be deemed to be a waiver of such term, covenant, condition, ordinance o9 law or of any subsequent breach or violation of the same or of any othen 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. SECTION 25 COSTS AND ATTORNEYS’ FEES The prevailing party in any action brought to enfQrce the ~terms of this Agreement or arising out of this Agreement may recover from the other party its reasonable costs and attorneys’ fees expended in connection with such an action from the other party. SECTION 26 NONDISCRIMINATION; PENALTY 26.1 DUTY OF CONSULTANT No discrimination shall be made in the employment of persons under this Agreement because of the age, race, color, national origin, ancestry, religion, disability,, sexual preference, or sex of such person. If the value of this Agreement is, or may be, Five Thousand Dollars ($5,000) or more, CONSULTANT agrees to meet all requirements of.the Palo Alto Municipa! Code pertaining to nondiscrimination in employment, including completing the "Compliance Report~-Nondiscrimination Provisions of City of Palo Alto Contracts" on the form furnished by CITY and attached hereto as Exhibit "D" and made a part hereof by this reference. CONSULTANT agrees that each agreement for services from independent providers shall contain a provision.substantially as follows: "Provider shall provide CONSULTANT with a certificate stating that he (or she) is currently in compliance with all Federal and State of California laws covering nondiscrimination in employment; and that he (or she) will not discriminate in the employment of any person under this contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or sex of such person." 23 980204 syn 0071348 26.2 PENALTY FOR DISCRIMINATION 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 such person was discriminated against, as damages for breach of contract, or both. Only a finding of the State of California Fair Employment "Practices Commission or the equivalent federal agency or officer shall constitute evidence of a violation of contract under this section. If CONSULTANT is found in violation of the nondiscrimination provisions of 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 p~rt, 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 breach of contract, or both. SECTION 27 ARBITRATION Upon agreement of the parties any controversy or claim arising out of or relating to this Agreement may be settled by arbitration in accordance with the Rules of the American Arbitration Association, and judgment upon+ the award rendered by the arbitrators may be entered in any court having jurisdiction thereof. SECTION 28 -NOTICES’ All notices hereunder shall .be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: To CONSULTANT: Office of the City Clerk Post Office Box 10250 Palo Alto, California 94303 Attention of the Project Director at the address of CONTRACTOR recited above SECTION 29 -ALL COVENANTS ARE CONDITIONS All provisions of this Agreement are expressly made conditions. 24980204 syn~71348 SECTIQN $0 -AGREEMENT CONTAINS ALL. UNDERSTANDINGS : This document represents the entire and integrated agreement between CITY and CONSULTANT and supersedes all prior negotiations, representations, and agreements, either written or oral. This, document may be amended only by written instrument, signed by both CITY and CONSULTANT. SECTION $I ..- GOVERNING LAW This Agreement shall be governed by the laws of the State of California. IN WITNESS WHEREOF~ CITY and CONSULTANT have executed this Agreement the day and year first above written. ATTEST: City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Assistant City Manager CITY OF PALO ALTO Mayor WALLACE ROBERTS & TODD Taxpayer Identification No. 231615241 Acting Director of Administrative Services Director of Public Works Risk Manager Attachments: EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF PROJECT & TIME SCHEDULE RATE SCHEDULE & PAYMENT SCHEDULE INSURANCE NONDIS’CRIMINATION COMPLIANCE FORM 25980204~n~71~48 CERTIFICATE OF ACKNOWLEDGEMENT {Clvll Code ~ 1189) STATE OF c2~^) COUNTY OF ~O ) F£8 1 0 1998 , 1998, before me, , a Notary Public in and for said County and .State, personally appeared __~]~ 2~ ~.6~T~~ , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in .his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Skignature of Notary Public SAN DIEGO L;,OUNTYMyCon~misslo¢, Expires R. M. MEDINA NOTAI~ PUBUC~ ~20 W, Broadway, Lobby San Diego, CA ~ 101 26980204 syn 0071348 WALLACE ROBERTS ~" EXHIBIT A Mr. Jim Harrington lanuary 20, 1998 PROJECT OVERVIEW Wallace Roberts & Todd (WRT) and its subconsultants have completed the Master Plan for Downtown Urban Design Improvements. for the City of Palo Alto (City), under contract #C6082953, executed April I, 1996. On August I I, 1997 the Master Plan was approved by Palo Alto City Council, The current project involves implementation of selected improvements recommended in the adopted Downtown Urban Design Improvements Master Plan, The Master Plan improvements are generally, developed to schematic or planning levels of detail, as possible given existing base maps and as-built drawings. The Phase One construction budget is assumed to be $630,000, Improvements to be included in the Phase One project were tentatively identified by City staff, based on the July 1996 Master Plan Improvement Costs developed by WRT. Because the master pl.an opinion of cost was prepared for budgeting purposes only, the final scope of project improvements will be determined at the end of the design development phase, after confirmation of site conditions, further development of the designs and preparation of more accurate cost estimates, Public art elements to be incorporated into Phase One will be commissioned by the City ~lnder separate contracts with the artists; however, WRT will coordinate design, production and installation of the elements as part of this scope of work. The project site is described on the attached Project Area Map. It is a 17-block area generally bounded by Alma ,Street, Lytton Avenue, Middlefield Road and Hamilton Avenue; and includes University Avenue, Lytton Plaza, Cogswell Plaza, public streets, sidewalks and parking lots in downtown Palo Alto. SCOPE OF WORK I.SCOPE ITEMS Master Plan recommendations which were identified for implementation in the Phase I design and construction project include improvements to: Pedestrian areas at four major University Avenue intersections, to include: 2. 3, 4, 5. 6. 7, 8. Renovation of existing concrete walls with artist-designed tile and metalwork. New metal railings incorporating artist-designed metalwork Custom metal rail supports for standard modular newsboxes Street furniture Replacement and addition of street lights Renovation of plantings and irrigation as necessary Sidewalk repair, including brick pavement areas Bike racks L:\961068~ADMIN~CDPROP2.WPD 2 Mr. Jim Harrington January 20, 1998 University Avenue sidewalks (outside the four maior intersection areas), to include: I,Street furniture 2,Custom metal rail supports for standard modular newsboxes 3.Replacement and addition of street lights at intersections 4,Sidewalk repair Downtown cross street sidewalks, to include: 2, 3. 4. 5, 6. 7. Street furniture Custom metal rail suppo~ for standard modular newsboxes Replacement of selected street lights Sidewalk repair Coordination with tree well improvements by the City Bike racks Tree wells Emerson/Hamilton intersection, to include: I,Sidewalk widening on two corners, with associated drainage improvements" 2.Street furniture 3.Custom metal rail supports for standard modular newsboxes 4.Replacement of selected street lights Coordination with public restroo~n installation.by the City Parking lot, directional and street signage. II. III. WORK PHASES The Scope of Work includes the following phases: A,Design Development B,Construction Documents C.Construction Administration SUBCONSULTANTS WRT shall retain and coordinate the services of professional consultants for the following items: A.Civil engineering, including vehicular pavements and storm drainage improvements B,Electrical engineering, including street and pedestrian lights and associated electrical service, C,Structural engineering D.Irrigation design, L:\961068V~DMIN~CDPROP2,WPD 3 Mr. Jim Harrington January 20, 1998 IV.SCOPE OF SERVICES Ao Design Development Phase Upon receipt of a signed contract or authorization to proceed, WRT shill provide those services necessary to prepare the Design Development documents from the approved Master Plan. The purpose of the Design Development Phase is to define the scope, detail and expected cost of the Phase I improvements listed in section I, to a level which will allow preparation of Construction Documents to begin. During the Design Development Phase, existing conditions will be surveyed or field checked, and the scope and character of improvements will be refined as necessary to respond to specific site conditions, applicable CiS/details, work of other City consultants and other City improvement projects such as street resurfacing, traffic signal upgrades and implementation of the newsrack ordinance. I.Design Development Tasks and Deliverables: Topographic Survey ¯ Prepare topographic surveys as necessary to create an accurate CAD base map for areas targeted for construction (primarily the four major University Avenue intersections and the Hamilton/Emerson area of sidewalk widening). ¯CAD base maps provided by the City, which are not based on topographic survey, will be used to describe improvements outside the surveyed areas. Preliminary Demolition, Layout and Materials Plan ¯Indicate extent of demolition and elements to be removed. ¯Indicate proposed site elements, including pubtic art elements, lighting, signage, furnishings and paving. ¯Give dimensions of major site elements, including public art elements to assist the metal and tile artists with layout and development of designs. Preliminary Grading and Drainage Plan ¯Indicate intended grading concept and extent of regrading. ¯Indicate existing and proposed drainage structures, and necessary modifications to the existing storm drain system. Note drainage improvements by others to accommodate Phase II T-intersection sidewalk widenings. Preliminary Planting Plan ¯ Define new planting areas, existing planting areas to be replanted and existing planting areas to be renovated and enhanced. ¯Develop preliminary plant lists Preliminary assessment of irrigation improvements L:\961068VkDMI N~CDPROP2.WPD 4 Mr. Jim Harrington January 20, 1998 ¯Assess existing irrigation system in planting areas to be replanted, renovated and enhanced, for adequacy and need for alteration. Preliminary Electrical Drawings ¯Determine service points and requirements for electrical systems. ¯Site lighting fixtures and materials, and proposed light intensities. ¯Site lighting layout, including diagrams of service equipment, feeders and panels other than branch circuits, Preliminary Site Details In coordination with artists developing metalwork and tile, indicate proportions, use of materials, interface with existing structures, support, materials, colors and other features of site elements such as the bunker walls and newsrack railings. ¯Samples of proposed materials, colors and textures. Catalog cuts of manufactured items. ¯Concept design of footings for railings; footings for furnishings, if necessary. ¯Vehicular and pedestrian pavement finishes Phasing Plan, based on projected funding levels, for future phases of work. Study models and mockups, as determined necessary by WRT. Coordination ¯Work of subconsultants ¯Elements to be designed and produced by artists, including production of a full-size samples of tile and metalwork for approval by the Art Commission. Identification of items to be coordinated with other City construction projects, i.e. street resurfacing and traffic signal upgrades. Site visits as necessary to check proposed design with existing site conditions Design Development level opinion of cost Design Development Submittals 50% completion: plans, sections, details, catalog cuts 100% completion: plans, sections, details, catalog cuts, mockups, irrigation assessment, design development opinion of cost and phasing plan. Design Development Meetings and Presentations Public Art Commission and/or ARB: 2 meetings Working sessions with City staff: 3 meetings. L:\961068~ADMIN~CDPROP2.WPD 5 Mr. Jim Harrington January 20, 998 Construction Document Phase Upon review of the design development documents and approval to proceed from the City, WRT shall provide those services necessary to prepare the Construction Documents for Phase I improvements from the approved Design Development Documents. I.Construction Document Tasks and Deliverables Demolition Plans Layout Plans ¯Baseline, location and overall dimensions of proposed site elements ¯Existing and proposed paving and ~lanting areas Grading and Drainage Plans and Details ¯ Original and proposed finished grades within identified construction areas. The grading will be consistent with ADA regulations. ¯Invert and rim elevations for all existing and proposed drainage structures, and necessary modifications to the existing storm drain system. ¯Details of proposed drainage improvements. Planting Plans and Details ¯New planting areas, existing planting areas to be replanted and existing planting areas to be renovated and enhanced, ¯Planting details ¯Plant list and schedule. Irrigation Plans and Details ¯For new planting areas and existing planting areas in which the Irrigation Assessment determined a need for modifications to the existing irrigation system. Electrical Plans and Details ¯ Electrical plans including light layout and circuiting, power layout and circuiting, lighting fixture schedules, single line diagrams, panelboard schedules, sections and details. ¯Electrical calclulations including lighting level, electrical loads, voltage drop and short circuit calculations. Construction Details ¯Structural details for sitework footings. ¯Paving details ¯Wall details Specifications ¯Technical Specifications ¯Include requirements for qualification of metal fabricators and performance standards for metalwork fabrication. L:\961068~ADMIhACDPROP2.WPD 6 Mr. Jim Harrington January 20, 1998 ¯Include requirements for coordination of construction and fabrication with metal and tile artists, and submittals including full-sized sections of metal and tilework installed in the field. Coordination ¯Work of ~ubconsultants ¯Design and production of elements produced by artists Site visits as necessary to check proposed design with existing site conditions Construction Documents level opinion of cost Construction Documents Submittals 50% completion ¯ 8 sets of plans, details, technical specifications and construction cost estimate for City review, 100% completion ¯3 sets of plans, details, technical specifications and final construction cost estimate for City approval. Bid Set ¯One reproducible set of all approved plans, documents and forms submitted to the City for reproduction. Construction Documents Meetings and Presentations a.Working sessions with City staff: 3 meetings. Bidding Phase Upon approval to proceed from the City, WRT shall provide assistance to the City’during the bidding of the project. Attendance at a pre-bid conference. Assisting the City in with pre-bid questions, clarifications and issuance of addenda Assisting the City as necessary with analysis of the bids. D0 Construction Administration Phase Upon approval to proceed from the City, WRT shall provide construction administration services during the construction of the project. L:\961068M, DMI N~CDPROP2.WPD 7 Mr, lira Harrington January 20, 1998 WRT shall endeavor to secure compliance by the contractors to the plans and specifications. On the basis of its observations while at the site, V~/RT will keep the City informed of the progress of construction. WRT may recommend to the City the rejection of work failing to conform to the design intent of the contract documents. V~/RT shall not be responsible for construction means, methods, techniques, sequences or procedures in connection with the work and V~RT shall not be responsible for the contractor’s errors of omission or failure to carry out the work in accordance with the contract documents. Construction Administration Tasks and Deliverables: Review submittals, including shop drawings, samples, manufacturers’ literature and prototypes, to determine general conformance with the construction documents. Respond to clarification request. Review contractor proposals for change order work and provide ’ recommendations to the City. Assist the City in negotiation of change order work with contractors as necessary. Participate in up to nine site visits during construction to observe the progress of the work and to determine in general if the construction is proceeding in accordance with the design intent and construction documents. These visits shall be scheduled approximately as follows: ¯Layout of maior intersection improvements, including review of submittal of sample a~t metal and art tile installation. ¯Layout of sidewalk extension,s) ¯Layout of street furnishings and other landscape elements ~2 visits). ¯Layout and testing of the irrigation system. ¯Planting. ¯Preliminary and final project close out. ¯Conclusion of the maintenance period. Participation in two field visits to the nursery to select and review plant materials for the project. Preparation of record drawings as required. Construction Administration Meetings a.Working sessions/coordination meetings: 6 meetings EXCLUSIONS TO SCOPE OF SERVICES The City shall provide the following information or services required for performance of the work. WRT assumes no responsibility for the accuracy of this or any information or services supplied by the L:\96106~ADMIN~CDPROP2,WPD 8 Mr. Jim Harrington January 20, 1998 City or their other consultants and shall not be liable for errors or omissions therein, Should WRT be required to provide services obtaining this information, or altering our work due to errors or omissions, such services shall be charged as Extra Services, F. G. H. Accurate and up to date topographic survey of areas of improvements, including verification of dimensions of existing streetscape improvements at major University Avenue intersections. Utilities block maps of the proiect area, orthophotogrammetric maps and as-built drawings of University Avenue streetscape improvements. Street and property boundary information. Planning studies which have been prepared for the project site and surrounding area. Soils and other technical reports, including recommendations for on-grade paving and other structures, Soi! fertility analysis, if required, Further analysis of existing planting by an arborist or horticulturalist, if so required. Engineering other than that provided within the Scope of Services Design approvals from government bodies. WRT shall prepare construction documents to reasonably conform to applicable cod6s and regulations of government bodies having iurisdiction over the work at the time of preparation. Should design approvals from such government bodies be required during the course of the project, the City shall be solely responsible for securing all such approvals. VI.EXTRA SERVICES Extra services shall be provided only upon the City’s request and approval, and will be billed according to the WRT Hourly Fee and Expenses Schedule. Extra services include but are not limited to the following: Bo C. D, E, Preparation of revisions to ,approved drawings when such revisions are inconsistent with data or approvals previously given by the City. Changes in the design program, budget or schedule, Preparation of environmental or other documentation for government agency approval. Providing services as listed in the Exclusions to Scope of Services. Any other service not described within the scope described herein. L:\961068M~MIN~CDPROP2.WPD 9 Mr. Jim Harrington January 20, 1998 VII.FEES AND EXPENSES Fees for professional services for this scope of work shall be billed monthly based on percent completion of each phase, Fees for each phase shalt be the following: Design Development Construction Documents Bidding Construction Administration 25,250. 44,220, 2,640. 13,950. Total Labor 86,060. Expenses Reimbursable expenses shall be billed according to the WRT Hourly Fee and Expenses Schedule, Reimbursable expenses are estimated to be: Travel 500, Reproduction 2,600. Miscellaneous (phone, fax, delivery, etc,)500, Total Expenses 3,600, Total Labor and Expenses $89,660. L:\961068~ADMIN~CDPROP2.WPD Palo AJto Downtown Urban Design Improvements Project COST PROPOSAL PHASE I IMPLEMENTATION I. DESIGN DEVELOPMENT ia, Base preparation b Preilm. ~emo & layout plan c. IPrehm" grad~ng/drmnage plan d. Prelim. planting plan e, IAssess irrlgat~on imprs. f. Prehm. electrical drawings g. IPreliminary site details h. Phasing plan ~, /Study models, mockups I, /Coord’na~on k. /Site vis~s 1, !Opinion of cost m./Meet~ngs and presentationsIDD PHASE TOTAL 2. CONSTRUCTION DOCUMENTS al Demolnion plar~ b. Layout plan c. IGrad~ng plan and details d. Planting plan and detads e./Irrigation plan and det~ds f. Electrical plan and details g. IConstruct~on details h. Technical specifications i. Coord~nabon j. ]Site vls~ " k, IOpinion of cost I. IMeetings and presentations /CD PHASE TOTAL 3. BID01NG a. IPre-bid conference b. Bid assistance c.Analysis of bids B D PHASE TOTAL 4. CONSTRUCTION ADMINISTRATION a. I Review submittals b. IClarifications and change orders c. I$ite v~sits (9. incL 3 meetings) d. INursery vis~ e. I Record drawings f. ICoord~nation g. !Meetings (3) CA PHASE TOTAL To~al L~bor _ ¯ DireCt Expenses Subtotal TOTAL 961068VkDMIN\CDFEES.XLS, Och~ Hrs I $ 0 3 270 o 2 18o 0 0 16 1,44o 2 180 o 4 360 4 i 360 2 ,180 4 360 3.330 180 36O0 360 9O 90 720 36O 360 360 180 22/98 Wallace Roberts & Todd Lee HrsI $ 8 I 520 8 !520 2 I 130 4 I 260 Total $ MTH Electrical Eng. Hrs ! $ 5HJ Butzbacl~ Engineers Structural Eng, Brookwater Irrigation Des.Davis Support Hrsl $ Hrsl $ 32 I 1,440 0 8 I 360 0 0 0 12 I 540 ’0 0 0 0 0 0 0 0 0 16 I 720 ’0 0 0 12 I 540 ’0 8 I 360 ’0 0 0 3,960 0 32 [ I,~400 o 32 I,i40 24 1,080 16 I 720 8 3600 I 6,120 540 0 o o 0 0 o o o 0 o 0 24 1,080 0 0 0 o o I 1,080 0 Total by Phase 1360 1,150 130 980 26O 130 4.040 700 1 140 t1400 1,420 1,060 88O 15,350 4 t 260 1,000 2 [130 40 I 2,600 8 I 82O B I 8~d ’ 16 I 1,040 8 I 520 8 1 520 8 I 520 I 8,060 1 1,000 25,250 1,240 2,840 260 2,840 480 480 4,400 2,040 4,260 2,120 1,760 1,400 24,120 8 520 16 l 1,04d 4 260 16 I 1,040 6 I 390 6 l 390 40 12 ]780 60 3,900 16 1,040 16 1,040 16 1,040 I 14,040 5,000 I 12,59o 12.500 700 1,800 20,000 300 20,300 8 520 4 I 260 4 260 ’,040 2,900 1,000 2300 1,000 24 1,560 16 1,040 36 2,340 8 520 2 130 40 2,600 12 780 8,970 2.000 0’ ~3,000 520 260 260 1,040 1,560 1.040 2,340 520 2,600 78O 10,050 :50,560 3,000 53,560 44,220 2,640 13,950 3,600 89,660 ~ ’3AV NO±qlINVH ’3AV N O.LL.k7 E] 7 "3AV NO.L’IINVH "~^V AllS"d ~AIN n ’~AV N O.LLA-1 WALLACE ROBERTS ~" TOOD EXHIBIT B FEE SCHEDULE 1998 Hourly Billing Rates Partner Associate Senior Landscape Architect Landscape Architect Junior Landscape Architect Senior Planner Planner Junigr Planner Senior Designer Designer Junior Designer Administrator Secretary. 125.00 - 185.00 100.00 - 125.00 75.00- 100.00 55.00 -75.00 45.00 -55.00 75.00- 100.00 55.00 -75.00 45.00 -55.00 75.00- 1.00.00 55.00 -75.00 45.00 -55.00 45.00 -60.00 30.00 -45.00 Rates are subject to increase January 1, 1999. Reimbursables: Employee Car @ $.3 i/mile, or current’government allowance Rental Car, Airline Tickets, Taxi, and any other transportation charges Subsistence Reproduction (Includes all blueprints, xerox, photography, etc.) Miscellaneous (Includes postage, overnight mail, telephone, messenger, etc.) CADD terminal charges @ $30/hour Consultants There is a 10% administrative fee on all reimbursables. Invoices are due within 30 days from the date of the invoice. Interest of 1.5% per month (18% annual) ’ will be charged on any overdue invoices. 605 CoCo MounI~in VIew, ~4042-0~0 Tel. (45) 969-6900 Fox (415) 969.6472 14 (408) 757.2927 Fax (408) 757.6876 Socm~onb Office tel. (916) P29-9290 Fox (916) 929-9541 SAND5 I’IUMBERCIVIl, ENGINEERS $URVEI’OR$ PL,~NNERS STANDARD HOURLY CHARGE RATES MOUNTAIN VIEW OFFICE Effective July 16, 1999 pFPI~ SERVICES Technical/Clerical Assistance ........$ Computer Draftsperson/Senior Draftsperson .... Engineering/Surveying Technician ........ Assistant Engineer/Surveyor/Planner ..... Project Engineer/Surveyor/Planner ........ Senior Engineer/Surveyor/Planner ........ Principal .... . ................ 4O.OO 80.00 60.00 85.OO 95.00 If0.00 150.00 ~ELD SEBVICES Chief of Survey Crew ..............$ Surveying coordinator ........... 2-Person Survey Crew ............. 2-Person Survey Crew with Apprentice ...... 3-Person Survey Crew .............. 87.00 i00.00 155.00 197.00 223.00 SPECIAL SERVICES Expert Witness (4 hrs. min.) ..........$ ~EIMBURSABLE ~OSTS Printing, Monuments, Materials, Outside Services and Consultants, Agency Fees Advanced, Delivery Service, Express Mail, Travel and per diem, etc., at Cost Plus 15%. 200.00 All overtime charges are invoiced on the basis of one and one-quarter times the above rates. MTH ENGINEERS, INC. SCHEDULE OF CHARGES EFFECTIVE JANUARY 1, 1998TO DECEMBER 31, 1998 PERSONNEL CHARGES I Principal Engineer $110 II Supervising Engineer $95 " III Senior Engineer $85 IV Engineer $75 V Designer $65 VI CAD Designer $60 Vll Clerical/Technical Support $48 The above billing rates are based on personnel salaries, overhead mark-up and profit. REIMBURSABLE EXPENSES Expenses for outside special consultants, reproduction, postage and handling, communications, transportation and. out-of-town living expenses incurred in the interest of the project, will be billed at invoice cost, plus 10% handling charge. SCHEDULE OF PAYMENT Invoices arc payable within 30 days. A late payment charge, computed at the annual rate of fiv~: (5) percent above the Federal Discount Rate, will be billed on an), invoiced balance due commencing thirty (30) days after the invoice date. M.F, IRUINE & RSSOCIRTES ÷ 65032B229~NO.4 BUSINESS INSURANCE CORP. 21 EAST 5TH AVE., STE.205 GONSHOHOCKEN, PA 19428 WALLACE ROBERTS & TOOD 260 SOUTH BROAD STREET BTH FLOOR PHILADELPHIA, PA 19102 COMPANIES AFFOROING COVERAGE COMPANYLm~B A TRAVELERS INDEMNITY OF ILLINIOS COMP^NYLETTER B STATE WORKMENS INSURANCE cOW~NY C C~ INSU~NCE COS, L~ER D COMPANY L~R TH~S ~S TO ~ERT~FY THAT ~E ~LiCI~s OF tNSU~NCE LIS~D BELOW HAVE B~N ISSUED TO ~E INSURED NAMEDABOVE FOR THE POLICY PERIODtND CAT~, NO~ITHSTANDING ~Y REOUIREMENT, TERM OR CONDITION OF ANY CONTACT OR OTHER OOCUMENTWITH RESPECT TOWHiCH THISCERTIFICATE MAY BE ISSUED DR MAY PERTAIN THE INSU~CE ~RPEO eY THE ~LICIE$ DE$CR!~O HEREIN !~ SUBJECT TO ALL THE TERMS, ~CLU60NS AND COED T ONS OF SUCH POL ¢ ES, L M T6 ~OWN MAY HAVE BEEN REDUCED BY PAID C~IM8. CO TTPE OF INSURANCE ( "X (COMMERCtALGt~NERALLIAOILIT~ ~ A~OMOBILE UABILI,Y ~ ~ ~HEDULEP A~O~ .~ ~ OTHER THAN UMB~EL~ FORM B ; OTHER PRO~_SSIONAL LIABILITY UJ6601B9K635997 UJCAP169K615197 UJCUP189K636097 1346601-97 ANN4313082 OESC!~IP~IOH OF OP|~ATIOMSzl, OCA]ION$/VEHICLF.~/5"I~,~SAI. I~m PAT((MMYOO~y) ) Z)A~ (MM~OY~Y) 07/18~7 07/18/98 07~8/97 07/18~7 07/21/97 07/18/98 07/18R8 07/21198 uMI~ ¯ ~NE~ ^~RE=X~’ s 2,000,000 ~e~sON~ ~OV, tmu.~:~S i,OOO,OOO EAC~ ~CURRENCE :, MeO, ~e.s~ (A~?~,F~.on) ’: S 5,000 iO01LY I~J~Y ’(Per pzreon) BODILY INJURY PROPERW ~A~GE . $ 07/!8R7 07/18198 LIMIT AGGR 1,000,000 i OEO EA/CLM 25,000 ADDITIONAL INSURED AS PER FORM CG T4 gl 11 88 (ATTACHED) RE: DOWNTOWN URBAN DESIGN IMPROVEMEN_TS SHOUt.O ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIP~TION DATE THEREOF, THE ISStJING COMPANY WiLL MAIL ~ OAY$ WEll-tEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE P.o. Box ’ / / 02/0~/98 1~:39 M.F. IRDINE & RSSOCIRTES ÷ ~5{~3292~9 POLICY NUMBER: U J 6 6 018 9 E 6 3 5 9-9 7 THIS ENDORSEMENT CHANGES THE POLICY, N0,404 P003/003 CLJMMERCIAL GENERAL LIABILITY ISSUE DATE: 2/09/98 PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- DESIGNATED PERSON OR ORGANIZATION Thls endorsement modifies Insurance provided under the foIIowlng: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Nameofpersonororganization: CITY OF PALO ALTO, ~TS COUNCIL M~HBERS, OFFICERS, ~HPLO¥~S AND ANY AGENTS OF SAHE OF WHOM CONSULTANT HAS KNOWLEDGE OR WHOSE IDENTITIES ARE DISCLOSED TO CONSULTANT. DOWNTOWN URBAN DESIGN IHPROVEH~NTS ~RO3ECT. WHO IS AN INSURED (Section !1) is amended to Include as an insured the person or organlzatfon shown In the Schedule as an Insured but only with respect to liability arising out of your acts or omissions. CG T4 91 11 88 Copyright, Insurance Services Office, Inc., 1984 Page I of 1 EXHIBIT AFFIRMATIVE ACTION GUIDELINES PRE-AWARD PHASE OF CONTRACT 1. In addition to the Certificate of Nondiscrimination required to be filed under Section 2.30.090 of the Palo Alto Municipal Code (hereinafter "PAMC"), the bidder shall complete a questionnaire furnished by the City setting forth the affirmative actions the bidder has taken or will take to: a. Recruit minorities in its location for all levels of jobs. b. Select methods assuring equal employment opportunity for all persons. c. Establish a training program for new hires where necessary to assure ample opportunity for the less qualified to more fully qualify. d. Provide adequate opportunity for upgrading and further training to assure equal opportunity in advancement and promotion. e. Provide counselling service for all who may need help to’ &dvance, especially new employees. f. Educate supervisors regarding nondiscrimination practices. 2. In addition to furnishing the completed questionnaire called for under #1 above, each bidder for a construction or service project within the City shall submit the following information for himself and subcontractors. This information shall constitute the bidding contractor’s Minority Employment Program (hereinafter "MEP"). a. The estimated total number by job classification of personnel who shall be used by the contractor and each subcontractor in performance of the contract. These numbers shall include the estimated breakdown by one month for the life of the contract. No estimate furnished under this subparagraph shall be construed or enforced as a hiring quota. b. In preparing these estimates it is expected the bidder will take, or agree to take, these additional steps to assure affirmative action in the field of minority employment. (1) Recruiting for needed help in the local areas inhabited by minority members, including open advertising and use of various p:\typing\-forms\guidelns .mep Sheet 1 of 3 established public and private agencies. [Lists and advice furnished by the Palo Alto Human Relations Council (hereinafter PAHRC)]. (2) Training those less qualified to assure adequate promotional opportunities for all. (3) Providing necessary counseling for upgrading, including use of outside training facilities in this area (Lists available from the PAHRC). (4) Assigning an Equal Employment Opportunity (EE0) coordinat(~r full time or as additional duty and assuring that all supervisors are aware of their responsibilities and that union representatives recognize their responsibiliti.es in the equal employment program. (5) Assuring that all subcontractors are in compliance with the federal and California state laws and regulations relating to nondiscrimination. (6) Where the contract is of sufficient duration, "assuring development of apprenticeship programs with union cooperation. (7) Upon request,, furnishing the City a copy of the latest Federal Form EEO-1, or equivalent form. (8) Providing the name and address of all suppliers whose supplies and/or equipment exceed 5% of the total supply cost for each contract and subcontract for the performance of the contract. c. Any bidder not submitting an MEP shall not be defined as & "responsible bidder" and his bid shall be disregarded in the manner now prescribed by the City. d. The city Manager will analyze the MEP submitted by each bidding contractor with the objective of determining if the program submitted by the contractor for himself and his subcontractors presents a reasonable effort to further minority employment. e.. If the City Manager has questions about a particular bidder’s proposal, he may address such questions to the bidder. The City Manager will be available to answer questions relative o the guidelines and to advise those seeking assistance of resources known to him. He shall not be responsible for the service or lack of service rendered by the resources recommended, nor shall he be responsible for developing an MEP for any bidder, or to serve as a recruiter for any bidder. p:\typlng\-forms\guidelns,mep Sheet 2 of 3 f. Bidders shall be allowed to revise their MEP after consideration. If bidders withdraw their MEP for revision, their revised progra~q must be resubmitted b~ a date which shall be established by the City Manager. Bidders failing to have their revised MEP submitted by the established date shall not be classified as a responsible bidder. g. The City Manager, pursuant to the guidelines, shall make a decision as to the responsibility of each bidder. AWARD PHASE OF CONTRACT: Upon award of the contract by the City, the recipient’s MEP which has been approved and accepted by the City shall be an integral part of the contract and subject to Section 2.30.093 of thePAMC. No contractor shall be deemed in material breach of contract under PAMC Section 2.30.093 when he has made a reasonable and substantial effort to comply with the MEP. C.POST-AWARD PHASE OF CONTRACT: 1. The contractor shall post in conspicuous places, available to employees and applicants for employment, notices to be provided, setting forth the law prohibiting discrimination and advising anyone who feels he is being discriminated against to advise the FEPC. 2. The contractor shall make written progress reports on the performance of his MEP at intervals established by the City Manager. The contractor, however, is encouraged to submit written reports as often and when he deems it relevant to his MEP. 3. The City Manager shall monitor the performance of the MEP until completion of the contract and will report to the PAHRC on the progress of the contractor in living up to his MEP. 4. Any questions of possible breaching of MEP shall be discussed with the contractor by the City Manager. References Resolutions No. 4144 and 4148 Pa/o Alto Municipal Code 2.30. 090 Ordinance No. 2420 p;\typing\-~’orms\guidelns,mep Sheet 3 of 3 ORDINANCE NO.2420 ORDINANCE OF THE COUNCIL OF THE CITY OF PASO ALTO AMENDIN.G THE PALO ALTO MUNICIPAL CODE TO ADD PROVISIONS REGARDING NONDISCRIMINATION IN THE PER- FORMANCE OF CITY CONTRACTS The Council of the City of Palo Alto does ORDAIN as follows: SECTIO~ i. That Section 2.30.090 of the Palo Alto Nunicipal Code be amended to read as follows: "2.30.090 Lowest responsible bidder. In ~ddition to price, in determining the ’lowest responsibl6’bidder,’ consideration will be given to quality and p~rformance of the supplies to be purchased or services provided by the seller. Criteria for determining low bid shall include, but not be limited to the following: (i) The ability, capacity and skill of the bidder’, to perform the contract or provide the supplies or services required. (2) The ability of the bidder to provide the supplies or services promptly, or’within the time specified, without. delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (4) The quality of bidder’s performance on previous purchases or contracts with the city. (5) The ability of the bidder to provide future main- tenance, repair parts and services for the use of the supplies purchased. (6) Current compliance by the bidder with federal acts and executive orders and State of California statutes govern- ing the subject of nondiscrimination in employment, provided that the city manager shall recognize as proo’f of noncompliance only the final decisions and orders of those federa! and state agencies empowered under the law to make such findings. (7) Certification by the bidder that he will pursue an affirmative course of action as required by affirmative action guidelines provided hereinafter reasonably pertaining to the work of the contract and to the nature and size of his work force, to ensure that applicants are sought and employed, and that employees are treated during employment, without regard to their race, color, national origin or ancestry, or religion. (a) Under this section, specific guidelines will be adopted by council resolution from time to time, identifying the nature and scope of ’affirmative action’ desired by the city. (b) Such guidelines shall be made available to all persons desiring to bid on city business." SECTION 2. That Section~2.30.091 be added to the Palo Alto Municipal Code to read as follows: "2.30.091 Certificate of nondiscrimination. Each bidder shall enclose with his bid a certificate stating whether he is currently in compliance with all federal and State of California la~s covering nondiscrimination in employment, and that he will pursue an affirmative course of action as required by affirmative action guidelines as set forth in Section 2.30.090 and resolutions adopted pursuant thereto, and that if awarded the contract he will not discriminate in the em- ployment of any person under the contract because of race, color, national origin or ancestry, or religion, of such person, and that he will participate, if requested, in pro- award review of his qualifications under provisions of this section. The requirements of this section shall apply only to contracts in excess of five thousand dollars for services or for a combination of services and supplies." SECTION 3. That Section 2.30.092 he added to the Palo Alto Municipal Code to read as follows: "2.30.092 ’Penalties for discrimination in employment. ANy contractor who shall be found in violation of the nondis-crimination p~ovisio~s o~ the State of california Fair Employment Practices Act ~r similar provisions of federal law or executive order in the performance of any contract with the city, thereby shall be found in material breach of such contract and thereupon the city shall have powerto cancel or suspend the contract, in whole or in part, or to deduct from the amount payable to such contractor the sum of twenty-five dollars ($25’.00) for each person for each calendar day during.which such person was discriminated against, as damages for said breach of contract, or both. Only a finding of the State of California Fair Emp!oyment Practices Co.-uaission or the equivalent federal agency orofficer shall constitute evidence of a violation of contract under this section.’~ SECTION 4. That Section 2.30.093 be added to the Palo Alto ~tunicipal Code to read as follows: "2.30.093 Penalties for violation of affirmative, action provisions. Any contractor who shall be found by the City Manager to be in violation of his agreement to pursue anaffirmative course of action or in violation of any provision of the affirmative action guidelines pertaining to his con- tract shall be found in material breach of such contract and thereupon the City shall have power to cancel or suspend the contract, in whole or in part, or to deduct from the amountpayable to such contractor the sum of two hundred fifty dollars ($250.00) for each calendar day during which the contractor is found to have been in noncompliance, as dam-ages for said breach of contract, or both." SECTION 5. This ordinance ’shall become effective thirty days ’from the date of its passage. INTRODUCED: March ~8, 19~8 PASSED:April 1, 1968 AYES: Arnold, Deahrs, Bcr\vald, Clark, Cow, stock, Cooley, Dias, Gallagher, Pcarsolb Spaeth, V,’hcatlcy~OES : None ABS~"NT : ~one ATTEST:.APPROVED:’ ... . .M~yor / APPROVED ~ y Attorney - 2 - COMPLIANCE REPORT Non-Discrimination Provisions of. Palo Alto Contracts IMPORTANT This report must be completed by prime contractor and each subcontractor. Complete all items unless otherwise instructed. Use extra sheets if necessary. SUBMIT ORIGINAL OF THIS REPORT DIRECTLY TO: City of Palo Alto Public Works Engineering/Staff Secretary Civic Center- 6th Floor 250 Hamilton Avenue Palo Alto, CA 94301 Circle One" Prime Contractor Part I Complete the Following: Down town U r banDe sign Project Improvemm,ts Project Name of Firm Wallace Roberts & Todd Telephone 415/541-0830 Name of person preparing form, person to contact. Renee Early Ext.# Subcontractor 1. Full name and address of firm or other reporting unit covered by this report. Wallace Roberts & Todd 121 Second Street, 7th Floor 8an Francisco, CA 94105 2. Name and address of principal official or manager. 3. Name and address of principal office of company. 4. Name and address of parent company, if an affiliated corporatior~. Stephen D. Hammond Wallace Roberts & Todd 121 Second Street, 7th Floor San Francisco, CA 94105 Wallace Roberts ~z Todd 260 South Broad Street, 8th Floor Philadelphia, PA 19102 n/a 5. Name and address of prime contractor (complete only if this is a subcontractor’s report. 6. Signature and title of authorized representative. DATE: 15 January 1998 Part II Attach a statement of your company’s policy on equal employment opportunity to all persons without regard to race, creed, color, national origin, or ancestry, and describe what steps have been taken to put this policy into effect. Part III Circle the Proper Answer. Have you informed company officials and representatives regarding the non-discrimination provisions of City of Palo Alto Contracts? Have you examined your company’s practices regarding assignments, layoffs or transfers of your employees from one job to another for evidence of a practice or employment pattern that might appear to be discriminatory and based upon sex, race, color, ancestry, religion or national origin or disability.? Are they non-discriminatory? o you have educational or trainin£) programs sponsored or financed for the benefit of employees or prospective employees. .. How many people participate in these programs? 4.Ye(~s No b.~ How many are minorities? Does your help wanted advertising state that you are an equal opportunity employer? Are any apprentices obtained from sources outside the employer’s work force? if yes, have you circulated information about apprenticeship openings or opportunities to the following. Yes No Yes No Yes No State Employment Offices Newspapers or other media High Schools, including those in minority group areas. Local trade or vocational schools, including those with minority group students. Yes No Agencies and/or organization specializing in minority employment. -2- Federal or State apprenticeship representatives. Who? Others If you are a prime contractor have all subcontractors covered by these compliance inspection reports been instructed as to their contractual obligations relating to non-discrimination provisions of City of Palo Alto Contracts? Explain Have all recruitment sources been advised that all qualified applicants will receive consideration for employment without regard to sex, race, color, ancestry, religion, national origin, or disability? Identify (names and addresses) the employment agencies, personnel recruitment organizations, newspaper advertising or other non-union sources from which the company recruits its personnel. ASLA Joblink (hI~:P://www’asla’°rg) McCall’s ’S~affi~,~g Services, Inc., 351 California Street, Ste 1200, SF, CA 94104 Part IV 1. Yes No Have you a collective bargaining agreement with a labor union or other organization? The discipline is non-union. If yes, specify the Union(s) or organization(s) -3- 2. Yes No n/a 3.% n/a Have you advised the labor union and/or worker organization of the company’s responsibility under the non-discrimination provisiens of City contracts. Approximately what percentage of ,your employees covered by union agreements are referred by or hired through the unions? Explain procedure for hiring balance. 4. Yes n/a Does the company’s collective bargaining agreement or other contract or understanding with a labor union (or unions) or other worker’s organization include a provision for non-discrimination in employment? 5. Yes No Is there any labor union or worker’s organization policy which prevents nTa you from fulfilling your obligations under the non-discrimination provisions of City contracts? If so, specify. 6. Yes No Specify the trade(s) or craft(s) involved in this contract. 7.Use this space for comment on any answers you have supplied. -4- DATE: January 15, ]998 RACIAL MAKEUP OF REPORTING UNIT Renee L. Early, Offic~ AdministratorName of Firm Wallace Roberts & Todd Submitted by., Project Name Downtown Urban Design Improvements Project Contract #.(l~dicate only for monthly report, No. 3) Three types of breakdown are required. This form is used for all three. (Check) ()-1- Permanent makeup of company.( ) -2- Estimated makeup for this project. ( ) -3- Monthly report for.19__. Submit once per month for duration of pro.i, . , 1 = Permanent.2 = Estimate for project.3 = Monthly only. Be sure to include all employees in first column, not just minorities. Nos. 1 and 2 below are required to be filled in and submitted with Compliance Report. JOB CATEGORIES Manaqement Professionals Clerical-Office Field Supervisor Skilled - list a. Technicians b. C. d. Unskilled - list a. b. C. d. TOTAL OF ABOVE Total all .5227 21 Asian American Female Black , American Indian 3 1 I 21 3 11 2 3 1 21 3 1 2 1393 13 17 2 1 5 4 1 1 105 43 2 11 Spanish Surnamed 1 213 l The data below should also be included in the appropriate cateqories above. On Job Training a. White Collar [IIb. Production ’ This re~ort must be completed by contractor and each subcontractor. The term "Spanish Surnamed" includes all persons of Mexican, Puerto Rican, Cuban, Latin American or Spanish origin. Report only employees enrolled in formal 0n-the-job training programs. Rov 11/92 -5-