HomeMy WebLinkAbout1998-04-06 City Council (29)TO:
City
City of Palo
Manager’s Report
HONORABLE CITY COUNCIL
-FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:
SUBJECT:
APRIL 6, 1998 CMR:178:98
APPROVAL OF CONSULTANT CONTRACT WITH CSS
ARCHITECTS FOR LONG TERM COUNCIL CHAMBERS
IMPROVEMENTS, COUNCIL CHAMBERS REFURBISHING,
CIP 19625
RECOMMENDATION
Staffrecommends that Council:
1.Approve and authorize the Mayor to execute the attached contract with CSS
Associates Architects in the amount of $90,100.
Authorize the City Manager or her designee to negotiate and execute one or more
change orders to the contract with CSS Associates Architects for related, additional
but unforeseen work which may develop during the project~ the total value of which
shall not exceed $9,000.
DISCUSSION
Consultant Services Des.cription ’
The work to be performed under the contract is for design of the Council Chambers
improvements approved by the Council in November 1997 (CMR:429:97). The
improvements address areas of safety and accessibility plus five of Council’s concerns
regarding the sound system, public seating, staff area congestion, lighting for the dais, and
the separation of staff and the public. The scope of work includes replacing the carpet
throughout the Chambers; improving the lighting in the Council area; remodeling the staff
area, low wall and podium; upgrading the sound system; removing the TV .booth;
refurbishing the public seating benches; and remodeling the public area for Americans with
Disabilities Act accessibility.
Selection Process
Staff sent a request for proposals to three consulting firms on January 14, 1998. Firms were
given 28 days to respond to the request. One firm submitted a proposal for a cost of $90,100.
CMR:178:98 Page 1 of 2
Those firms not responding indicated that they did not submit a proposal because of the small
size of the project along with their existing workload. CSS Associates Architects is the
consultant that prepared the original report and is very qualified to perform the required
services.
RESOURCE IMPACT
The project was funded by Council in November
accomplished using current staff resources.
1997 (CMR:429:97), and can be
ENVIRONMENTAL REVIEW
The project is exempt from the.California Environmental Quality Act (CEQA) under Section
15301 of the CEQA Guidelines.
ATTACHMENTS
Agreement
PREPARED BY: John A. Carlson, Acting Assistant Director of Public Works
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
GLENN S. ROBERTS
Director of Public Works
Assistant City Manager
CMR: 178:98 Page 2 of 2
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
CSS ASSOCIATES, ARCHITECTS
FOR CONSULTING SERVICES
This Contract No. is entered into ,
by and between the CiTY OF PALO ALTO, a chartered city and a
municipal corporation of the State of California ("CITY"), and CSS
ASSOCIATES, ARCHITECTS, a California corporation, located at
1103 Juanita Avenue, Burlingame, CA 94010 ("CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain~professional consulting
services ("Services") and the preparation and delivery of, without
limitation, one or more sets of documents, drawings, maps, plans,
designs, data, calculations, surveys, specifications, schedules or
other writings ("Deliverables") (Services and Deliverables are,
collectively, the "project"), as more fully described in Exhibit "A’’-,
and
WHEREAS, CITY desires to engage CONSULTANT, including its
emp!oyees, if any, in providing the Services by reason of its
qualifications and experience in performing the Services, and
CONSULTANT has offered to complete the Project on the terms and in
the manner set forth herein;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
.SECTION I. TERM
I.i This C.ontract will commence on the date of its
execution by CITY, and will terminate upon the completion of the
Project, unless this Contract is earlier terminated by CITY. Upon
the receipt of CITY’s notice to proceed, CONSULTANT will commence
work on the initial and subsequent Project tasks in accordance with
the time schedule set forth in Exhibit "A". Time is of the essence
of this Contract. In the event that the Project is not complebed
within the time required through any fault of CONSULTANT, CITY’s
city manager Will have the option of extending the time schedule
for any period of time. This provision will not preclude the
recovery of damages for delay caused by CONSULTANT.
SECTION 2.SCOPE OF PROJECT;CHANGES & CORRECTIONS
2.1 The scope of Services andDeliverables constituting
the Project will be performed, delivered or executed by CONSULTANT
under the phases of the Basic Services as described below.
980325 syn 0071388
2.2 CITY may order substantial changes in the scope or
character of the Basic Services, the Deliverables, or the Project,
either decreasing or increasing the amount of work required of
CONSULTANT. In the event that such changes are ordered, subject to
the approval of CITY’s City Council, as may be required, CONSULTANT
will be entitled to full compensation for all work performed prior
to CONSULTANT’s receipt of the notice of change and further will be
entitled to an extension of the time schedule. Any increase in
compensation for substantial changes will be determined in
accordance with the provisions of this Contract. CITY will not be
liable for the cost or payment of any change in work, unless the
amount of additional compensation attributable to the change in
work is agreed to, in writing, by CITY before CONSULTANT commences
the performance of any such change in work.
2.3 Where the Project entails the drafting and
submission of Del~verables, for example, construction plans,
drawings, and specifications, any and all errors, omissions, or
ambiguities in the Deliverables, which are discovered by CITY
before invitations to bid on a construction project (for which the
Deliverables are required) are distributed by CITY, will be
corrected by CONSULTANT at no cost to CITY, provided CITY gives
notice to CONSULTANT.
2.4 Any and all errors, omissions, or ambiguities in the
Deliverables, which are discovered by CITY after the construction
contract is awarded by CITY, will be performed by CONSULTANT, as
follows: (a) at no cost to CITY insofar as those Services,
including the Basic Services or the Additional Services, as
described below, or both, will result in minor or nonbeneficial
changes in the construction work required of the construction
contractor; or (b) at CITY’s cost insofar as those Services,
including the Basic Services or the Additional Services, or both,
will add a direct and substantial benefit to the construction work
required of the construction contractor. The project manager in
the reasonable exercise of his or her discretion will determine
whether the Basic Services or the Addit±0nal Services, or both,
will contribute minor or substantial benefit to the construction
work.
SECTION 3.
CONSULTANT
.QUALIFICATIONS, .STATUS,AND DUTIES OF
3.1 CONSULTANT represents and warrants hhat it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services and Deliverables. CONSULTANT further
represents and warrants that the project director, and every
individual, including any consultant (including CONSULTANTs),
charged with the performance of the Services are duly licensed or
certified by the State of California, to the extent such licensing
or certification is required by law to perform the Services, and
that the Project will be executed by them or under their
supervision. CONSOLTANT will furnish to CITY for approval, prior
to execution of this Contract, a list of all individuals and the
2980325 syn 0071388
names of their employers or principals to be employed
consultants.
3.2 In reliance on the representations and warranties
set forth in this Contract, CITY hires CONSULTANT to execute, and
CONSULTANT covenants and agrees that it will execute or cause to be
executed, the Project.
3.3 CONSULTA~4T will assign MARTIN L. DREILING as the
project director to have supervisory responsibility for the
performance, progress, and execution of the Project. MARTIN L.
DREILING will be assigned as the project coordinator who will
represent CONSULTANT during the day-to-day work on the Project. If
circumstances ’or conditions subsequent to the execution of this
Contract cause the substitution of the project director or project
coordinator for anz_.reason, the appointment of a substitute project
director or substitute project coordinator will be subject to the
priorwritten approval of the project manager.
3.4 CONSULTANT represents and warrants that it will:
3.4.1 Procure all permits and licenses, pay all
charges and fees, and give.all notices which may be necessary and
incident to the due and lawful prosecution of~the Project;
3.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws,ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract and any materials used in CONSULTANT’s
performance of the Services;
3.4.3 At all timeS observe and comply with, and cause
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances, regulations, orders and decrees mentioned above; and
3.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to theDeliverables.
3.5 Any Deliverables given to, or prepared or assembled
by, CONSULTANT or its consultants, if any, under this Contract will
become the property of CITY and will not be made available to any
individual or organization by CONSULTANT or its consultants, if
any, without the prior written approval of the city manager.
3.6 CONSULTANT will provide CITY with ten (i0) copies of
any documents which are a part of the Deliverables upon their
completion and acceptance by CITY.
39~0325 ~yn 00713~,
3.7 If CITY requests additional copies of any documents
which are a part of the Deliverables, CONSULTANT will provide such
additional copies and CITY will compensate CONSULTANT for its
duplicating costs.
3.8 CONSULTANT will be responsible for employing or
engaging all persons necessary to execute the Project. All
consultants of CONSULTANT will be deemed to be directly controlled
and supervised by CONSULTANT, which will be responsible for their
performance. If any employee or consultant of CONSULTANT fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or consultant will be discharged immediately from further
performance under this Contract on demand of the project manager.
3.9 In the execution of the Project, CONSULTANT and its
consultants, if an~, will at all times be considered independent
contractors and not agents or employees of CITY.
3..10 CONSULTANT will perform or obtain or cause to be
performed or obtained any and all of the fo~lowing Additional
Services, not included under the Basic Services, if so authorized,
in writing, by CITY:
3.10.1 Providing services as an expert witness in
connection with any public hearing or meeting, arbitration
proceeding,or proceeding of a court of record;
3.10.2 Incurring travel and subsistence expenses for
CONSULTANT and its staff beyond those normally required under the
Basic Services;
3.10.3 Performing any other Additional Services that
may be agreed upon by the parties subsequent to the execution of
this Contract; and
3.10.4 Other Additional Services now or hereafter
described in Exhibit "A" to this Contract.
3.11 CONSULTANT will be responsible for employing
all consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The appointment of consultants must
be approved, in advance, by CITY, in writing, and must remain
acceptable to CITY during the term of this Contract.
SECTION 4.DUTIES OF CITY
4.1 CITY will furnish or cause to be furnished the
services listed in Exhibit "A" and such information regarding its
requirements applicable to the Project as may be reasonably
requested by CONSULTANT.
4.2 CITY will review and approve, as necessary, in a
timely manner the Deliverables and each phase of work performed by
980325 ,,yn 0071388
4
CONSULTANT. CITY’s estimated time of review and approval will be
furnished to CONSULTANT at the time of submission of each phase of
work. CONSULTANT acknowledges and .understands that the
interrelated exchange of information among CITY’s various
departments makes it extremely difficult for CITY to firmly
establish the time of each review and approval task. CITY’s failure
to review and approve within the estimated time schedule will not
constitute a default under this Contract.
4.3 The city manager will represent CITY for all
purposes under this Contract. JOHN A. CARLSON.is designated as the
project manager for the city manager. The~project manager will
supervise the performance, progress, and execution of the Project,
and will be assisted by ELIZABETH AMES, the Project Engineer.
4.4 If CITY observes or otherwise becomes aware of any
default in the performance of CONSULTANT, CITY will use reasonable
efforts to give written notice thereof to CONSULTANT in a timely
manner.
SECTION 5 ....COMPENSATION
5.1 CITY will compensate CONSULTANT for the following
services and work:
5.1.1 In consideration of the full performance of the
Basic Services, including any authorized reimbursable expenses,
CITY will pay CONSULTANT a fee not to exceed Sixty-Seven Thousand
Seven Hundred Dollars ($67,700). The amount of compensation will be
calculated in accordance with the hourly rate schedule set forth in
Exhibit "B", on a time and materials basis, up to the maximum
amount set forth in this Section. the fees of the consultants, who
have direct contractual relationships with CONSULTANT, will be
approved, in advance, by CITY. CITY reserves the right to refuse
payment of such fees, if such prior approval is not obtained by
CONSULTANT.
5.1.2 In consideration of the full performance of
Additional Services, the amount of compensation set forth in
Exhibit "B" will not exceed Twenty-Two Thousand Four Hundred Dollars
($22,400). An employee’s ~time will be computed at a multiple of
one (I) times the employee’s direct personnel expense described
below. The rate schedules may be updated by CONSULTANT only once
each calendar year, and the rate schedules will not become
effective for purposes of this Contract, unless and until
CONSULTANT gives CITY thirty (30) days’ prior written notice of the
effective date of any revised rate schedule.
5.1.3 The full payment of charges for extra work or
changes, or both, in the execution of the Project will be made,
provided such request for payment is initiated by CONSULTANT and
authorized, in writing, by the project manager. Payment will be
made within thirty (30) days of submission by CONSULTANT of a
statement, in triplicate, of itemized costs covering such work or
98325 syn 0071388
5
changes, or both. Prior to commencing such extra work or changes,
or both, the parties will agree upon an estimated maximum cost for
such extra Work or changes. CONSULTANT will not be paid for extra
work or changes, including, without limitation, any design work or
change order preparation, which is made necessary on account of
CONSULTANT’s errors, omissions, or oversights.
5.1.4 Direct personnel expense of employees assigned
to the execution of’the Project by CONSULTANT will include only the
work of architects, engineers, designers, job captains, surveyors,
draftspersons, specification writers and typists, in consultation,
research and design, work in producing drawings, specifications and
other documents pertaining to the Project, and in services rendered
during construction at the site, to the extent such services are
expressly contemplated under this Contract. Included in the cost
of direct personnel expense of these employees are salaries and
mandatory and customary benefits such as statutory employee
benefits, insurance, sick leave, holidays and vacations, pensions
and similar benefits.
5.2 The schedule of payments will be made as follows:
5.2.1 Payment of the Basic Services will be made in
monthly progress payments in proportion to the quantum of services
performed, or in accordance with any other schedule of payment
mutually agreed upon by the parties, as set forth in Exhibit
or within thfrty (30) days of submission, in triplicate, of such
requests if a schedule of payment is not specified. Final payment
will be made by CITY after CONSULTANT has submitted all
Deliverables, including, -without limitation, reports which have
been approved by the project manager.
5.2.2 Payment of the Additional Services will be
made in monthly progress payments for services rendered, within
thirty (30) days of submission, in triplicate, of such requests.
5.2.3 No deductions will be made from CONSULTANT’s
~compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from payments to general contractors.
SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS
6.1 Records of the direct personnel expenses and
expenses incurred in connection with the performance of Basic
Services and Additional Services pertaining to the Project will be
prepared, maintained, and retained bY CONSULTANT in accordance with
generally accepted accounting principles and will bemade available
to CITY for auditing purposes at mutually convenient times during
the term of this Contract and.for three (3) years following the
expiration or earlier termination of this Contract.
6.2 The originals of the Deliverables prepared by or
under the direction of CONSULTANT in the performance of this
Contract will become the property of CITY irrespective of whether-
the Project is completed upon CITY’s payment of the amounts
980325 syn 0071388
6
.required to be paid to CONSULTANT. These originals will be
delivered to CITY without additional compensation. .CITY will have
the right to utilize any final and incomplete drawings, estimates,
specifications, and any other documents prepared hereunder by
CONSULTANT, but CONSULTANT disclaims any responsibility or
liability for any alterations or modifications of such documents.
SECTION 7.INDEMNITY
7.1 CONSULTANT agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents, from any and all .demands, claims, or liability of any
nature, including death or injury to any person, property damage or
any other loss, caused by or arising out of CONSULTANT’s, its
officers’, agents’, consultants’ or employees’ negligent acts,
errors, or omissiQD~, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONSULTANT in the
performance of or failure to perform its obligations under this
Contract.
SECTION 8. WAIVERS
8.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract or of the provisions of any ordinance or law will not be
deemed to be a waiver of any such covenant, term, condition,
provision, ordinance, or law or of any subsequent breach or
violation of the same or of any other covenant, term, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or viol~tion
by the other party of any covenant, term, condition or provision of
this Contra~t or of any applicable law or ordinance.
8.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 9., INSURANCE
~9.1 CONSULTANT, at its sole cost and expense, will
obtain and maintain, in full. force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONSULTANT and its consultants, if any, but also,
with the exception of workers’ compensation, employer’s liability
andprofessional liability insurance, naming CITY as an additional
insured concerning CONSULTANT’s performance under this Contract.
9.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:X orhigher which are admitted to transact insurance business in
the State of California. Any and all consultants of CONSULTANT
retained to.perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
7980325 syn 0071388
Contract,identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
9.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
the CITY’s city clerk thirty (30) days’ prior written notice of such
cancellation or alteration, and that the City of Palo Alto is named
as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
.insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
9.4 The procuring of such required policy or policies
of insurance will not be construed to limit CONSULTANT’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding- the policyor policies of insurance,
CONSULTANT will be obligated for the full and total amount of any
damage, injury, or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION i0.WORKERS’ COMPENSATION
I0.i CONSULTANT, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured 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, as applicable, before
commencing the performance of the Project.
PROJECT
SECTION ii TERMINATION OR SUSPENSION OF CONTRACT 0R
Ii.i The city manager may suspend the execution of the
Project, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
thereof to CONSULTANT, or immediately after submission to CITY by
CONSULTANT of any completed item of Basic Services. Upon receipt
of such notice, CONSULTANT will immediately discontinue its
performance under this Contract.
11.2 CONSULTANT may terminate this Contract or suspend
its execution of the Project by giving thirty (30) days’ prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of Basic Services or the execution of the Project.
980325 8yn 0071388
11.3 Upon
CONSULTANT will be
Additional Services
such suspension or termination by CITY,
compensated for the Basic Services and
performed and Deliverables received and
approved prior to receipt of written notice from CITY of such
suspension or abandonment, together with authorized additional and
reimbursable expenses then due. If the Project is resumed after it
has been suspended for more than 180 days, any change in
CONSULTANT’s compensation will be subject to. renegotiation and, if
necessary~ approval of CITY’s City Council. If this Contract is
suspended or terminated on account of a default by CONSULTANT, CITY
will be obligated to compensate CONSULTANT only for that portion of
CONSULTANT’s services which are of direct and immediate benefit to
CITY, as such determination may be made by the city manager in the
reasonable exercise of her discretion.
11.4 In the event of termination of this Contract orsuspension of work-~n the Project by CITY where CONSULTANT is not
in default, CONSULTANT will receive compensation as follows:
11.4.1 For approved items of services, CONSULTANT will
be compensated for each item of service fully performed in the
amounts authorized under this Contract.
11.4.2 For approved items of services on which anotice to proceed is issued by CITY, but which are not fully
performed, CONSULTANT will be compensated for.each item of service
in an amount which bears the same ratio to the total fee otherwise
payable for the performance of the service as the quantum of
service actually rendered bears to the services necessary for the
full performance of that item of service.
11.4.3 The total compensation payable under thepreceding paragraphs of this Section will not exceed the payment
specified under Section 5 for the respective items of service to be
furnished by CONSULTANT.
11.5 Upon such suspension or termination, CONSULTANT
will deliver to the city manager immediately any and all copies of
the Deliverables, whether or not completed, prepared by CONSULTANT
or its consultants, if any, or given to CONSULTANT or its
consultants, if any, in connection with this Contract. Such
materials will become the property of CITY.
11.6 The failure of CITY to agree with .CONSULTANT’sindependent findings, conclusions, or recommendations,, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONSULTANT to fulfill its obligations under this Contract.
SECTION 12. ASSIGNMENT
12.1 This Contract is for the personal services of
CONSULTANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
9980325 syn 0071388
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of CITY will be void and, at
the option of the city manager, this Contract may be terminated.
This Contract will not be assignable by operation of law.
SECTION 13 ....NOTICES
13.1 All notices hereunder will be given, in writing,
and mailed, postage prepaid, by certified mail, addressed as
follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
--Pa!o Alto, CA 94303
To CONSULTANT: Attention of the project director
at the address of CONSULTANT recited above
SECTION 14. CONFLICT OF INTEREST
14.1 I~ accepting this Contract, CONSULTANT covenants
that it presently has no interest, and will not acquire any
interest, direct or indirect, financial or otherwise, which would
conflict in any manner or~ degree with the performance of the
Services.
14.2 CONSULTANT further covenants that, in the
performance of this Contract, it will not employ contractors or
persons having such an interest mentioned above. CONSULTANT
certifies that no one who has.or will have any financial interest
under this Contract is an officer or employee of CITY; this
provision will be interpreted in accordance with the applicable
provisions of the Palo Alto Municipal Code and the Government Code
of the State of California.
SECTION 15 .NONDISCRIMINATION
15.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment of persons under this
Contract because of the age, race, color, national origin,
ancestry, religion, disability, sexual preference or gender of such
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONSULTANT agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
15.2 CONSULTANT agrees that each contract for services
from independent providers will contain a provision substantially
as follows:
"[Name of Provider] will provide CONSULTANT
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
15.3 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 Contract, it will be in
default of this Co~tract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to
discrimination, as damages for breach of contract, or both. Only
a finding of the State of California Fair Employment Practices
commission or the equivalent federal agency or officer, will
constitute evidence of a breach of this Contract.
15.4 If CONSULTANT is found in default of the
nondiscrimination provisions of this Contract, CONSULTANT will be
found in material breach of this Contract. Thereupon, CITY will
have the power to cancel or suspend this Contract, in whole or in
part, or to deduct from the amount payable to CONSULTANT the sum of
two hundred fifty dollars ($250) for each calendar day during which
CONSULTANT is not in compliance with this provision as damages for
breach of contract, or both.
SECTION 16. MISCELLANEOUS PROVISIONS
16.1 CONSULTANT represents and warrants that it has
knowledge of the requirements 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 will
comply with or ensure by its advice that compliance with such
provisions will be effected pursuant to the terms of this Contract.
16.2 Upon the agreement of the parties, any controversy
or claim arising out of or relating to this Contract 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.
16.3 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
980325 syn 0071388
ii
16.4 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
16.5 The prevailing party in any action brought to
enforce the terms of this Contract or arising out of this Contract
may recover its reasonable costs and attorneys’ fees expended in
connection with that action.
16.6 This~document represents the entire and integrated
Contract between the parties and supersedes all prior negotiations,
representations, and contracts, either written or oral. This
document may be amended only by a written instrument, which is
signed by the parties.
16.7 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
16.8 The covenants, terms, conditions and provisions of
thisContract will apply to, and will bind, the heirs, successbrs,
executors, administrators, assignees, and consultants, .as the case
may be, of the parties.
16.9 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
16.10 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
16.11 This Contract .may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
16.12 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) at any time within a fiscal
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 16.12 will take precedence in the event of
a conflict with any other covenant, term, condition, or provision
of this Contract.
980325 syn 0071388
12
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Mayor
Senior Asst. City Attorney
APPROVED: --
Assistant City Manager
Director of Public Works
CSS ASSOC., ~HITECTS
Its:
Taxpayer’s I.D. No. 94-2436825
Acting Director of
Administrative SerVices
Risk Manager
Attachments:EXHIBIT "A" :
EXHIBIT "B" :
EXHIBIT "C" :
EXHIBIT "D" :
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
13
9B0325 syn 00713~8
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
On ~le.~ ~o , 1998, before me, the undersigned, a
Notary Public in and for said County and State, personally appeared
V%AAx%~-~ U, C>~ ~ , personally known to
me or proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/~r-e-subscribed to the within instrument
and acknowledged to me that he/s/~th~y--executed the same in
his/~=z~/the~r authorized capacity(ies),and that by his/Ae~/tqTeir
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.
KF-NNETH E, CONSTANTINO
Commission # 1166349
No*,ary PuD~c - Cal~fomia -~ Signature of Notary PublicSan Ma,~..e~= Coun~
14980325 syria71388
¯ EXHIBIT A
COUNCIL CHAMBERS IMPROVEMENTS
SCOPE OF PROJECT
AND
TIME SCHEDULE
The scope of work for the Council Chambers Improvements CIP is detailed in the Consultant
proposal, dated February 10, 1998. Belo~v is a brief description of the scope of work and related
cost.
SCHEMATIC DESIGN
Develop sc-~’matic designs of the co, nfiguration and function of
all systems. Utilize plans, elevations and 3-d modeling where
appropriate. Prepare color and material samples for key interior
components. Prepare cost model.
CONSTRUCTION DOCUMENTS
$15,500
$26,000
Prepare construction documents for public bidding. Prepare
final cost estimate. Assist in issuing bid documents.
CONSTRUCTION SERVICES (Additional Services).
Provide full Construction Services. Attend weekly meetings and
prepare minutes and action items. Assist City in processing
payment invoices, Requests.foi" Information, and Change Orders
$22,400
COST ESTIMATES $3,500
Provide on going Cost Model, updated at design proceeds.
Formal submittals will be made at the end of the Schematic
Design and Construction Documents phases.
MEETINGS $15,000
Attend meeting at the direction of the City. Cost will be billed
on an hourly basis.
REIMBURSABLES
TOTAL CONTRACT AMOUNT
$7,700
$90,100
PROJECT SCHEDULE: 150 calendar days to complete design phase.
EXHIBIT B
RATE SCHEDULE
Professional Fee Schedule
For Time and Materials Agr~,ements
1998
The following information describes compensation to CSS Associates Architects for basic and additional
services rendered on an hourly ba_.~si.s and expenses incurred’bn behalf of the Owner or other authorized parties.’
Compensation for Professional Services:
Principal ArcNtecti .$105.00/Hour
Architect:$85.00/Hour
Technical Staff:$65.00/Hour
Clerical Staff:$40.00/Hour
Reimbursable Expenses
The Architect shall be reimbursed for all directly related project expenses except those covered under the Basic
Services Agreement. Reimbursable expenses will include a mark-up of 15% to cover related overhead
expenses. Reimbursable expenses shall include but not be lift, ted tb the following:
Reproductions, plotti.ng, photo-drafting, travel expenses,, agency fees, couriers,, etc.
Reimbursable expenses will not include Fax charges, long distance communications, postage and \
other incidental costs.
¯ Terms of Payment
Fees and other charges w~ll be billed on the first day of each month for services rendered during the previous
month.
Rates are computed on the basis of a multiple of 3.0 times actual personnel costs. Rates are subject to change
at annual intervals due to personnel reviews’ and salary adjustments. Rates will remain consistent within any
given phase of work for a particular.job but may change without further notice upon commencement of.a new
phase of work. Work that is suspended for any reason for a period of ninety days or more shall be subje.ct to
current rates when work recommences.
The Owner agrees to notify the Architect of any alleged inaccuracies, discrepancies, or errors in the invoices
within thirty days of date of invoice so as to prevent disputes that may arise due to misunderstandings or
miscommunications.
January 199~
EXHIBIT C
PART il - INSURANCE REQUIREMENTS SECTION
Insurance Requirements for Contractors
CONTRACTOR-:CSS Associates Architects
PROJECT MANAGER:John Carl~on
CONTRACT NAME:Consultant Services for Council Chamber Refurbishing Project,
RFP # 103284
GENERAL TERMS AND INSTRUCTIONS
THIS INSTRUCTION SWEET SHOULD BE GIVE"t TO YOUR IhSURANCE AGEh"r £~,C,~,~E=
.CONTRACTORS TO THE CITY OF PALO ALTO. AT THEIR SOLE EXPENSE SHALL OBTAIN AND MAINTAIN !NSURANCE FOR THE TERM OF THE CONTRACT CONTRACTORS
W/ILL BE REQUIRED TO PROVIDE A CERTIFICATE EVIDENCING THE INSURANCE AND NAMING THE CITY AS AN ADDITIONAL INSURED ALL INSURANCE COVERAGE
REQUIRED SHALL BE PROVIDED THROUGH CARRIERS WITH A BEST RATING OF A: X OR HIGHER THAT ARE ADMITTED TO DO BUSINESS IN THE S TA TE OF CALIFORNIA,
THE CERTIFICATE OF INSURANCE MUST BE COMPLETED AND EXECUTED BY AN AUTP~ORIZEO REPRESENTATIVE OF THE COMPANY PROV!DING IhSURANCE FILED WITH
THE CITY AND APPROVED BY THE CITY BEFORE CONTRACT WILL BE CONSIDERED COMPLETE AS RESPECTS INSURANCE
RETURN THE COMPLETED CERTIFICATE TO THE CITY OF PALO ALTO, PURCHASING & CONTRACT
ADMINISTRATION, 250 HAMILTON AVENUE. PALO ALTO 94301.
THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED FOR THIS CONTRACT.
TYPE OF CCVERAGE REQUIREMENT
Worker’s Compensation
Automobile Liability,
I~ .Comprehensive General Liability:
INCLUDING
¯PERSONAL INJURY
¯BROAD FORM PROPERTY DAMAGE
¯BLANKET CONTRACTUAL
¯FIRE LEGAL LIABILITY
,Comprehensive Automobile Liability:
INCLUDING:
¯OWNED
¯HIRED
¯NON-OWNED
Professional Liability:
INCLUDING’
¯ERRORS AND OMISSIONS
¯MALPRACTICE (If A~¢li(::able)
¯NEGLIGENT PERFORMANCE
LONG FORMIMimmum L~mlts)
St,OC0 0O0 $1,000 0CO
$I,0C0,C00 $1,000,000
Statutory
BODILY INJURY
PROPERTY DAMAGE
BOCILY INJURY & PROPERTY
DAMAGE COMBINED
BODILY INJURY (Each Person)
BOCILY INJURY IE~ Oc~r,-.~:-.~
PRG#ERTY DAM,aGE
BCDtLY INJURY & PROPERTY
DAMAGE COMBINED
$t,C¢0 660
ALL DAMAGES
THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED>
$1,0C0.060
S1,000,000
A.The C~ty of PaiD Alto, its officers, agents and employees are named as additional insured, but only as to work performed under contract.
Said coverage as to the City of Paid Alto, etc., shall be primary coverage; without offset against City’s existing insurance and any other
insurance carried by the City being excess insurance only.
B.Where the work involves grading, paving, excavating, drilling or other underground work, the policy includes destrucbon of wires, conduits,
pipes, mains, or other simila: property or Bey apparatus in connection therewith below the surface of the ground whether bwned by th=rd
parties or the City of Paid Alto.
C Where the work involves excavating, collapse coverage is provided in the amounts above.
D The policy includes a "Severability of Interest" provision.
E Deductibles over $5,000 must be indicated and are subject to approval.
F.If such policies are canceled or changed during the period of coverage a’s stated herein, in such a manner as to affect the Certificate, thirty
(30) days written notice will be mailed to the City of Paid Alto, Contract Administration, P.O. Box 10250, 94303
G The liability insurance policy includes a contractual liabiJ~-~endorsement providing insurance coverage for Contractor’s agreemenl to
indemnify the C~ty ~ I ~//F "}-/
-j o/~11 ter~si ~ ~,e~igf~a!# tJ ,r.~ry~nd meek’t, a l of the provisions calledHThe coy=rage afforded under the policies is sub’ect t ~ef the ~ e des~ at d er ’ ~’
for herein ,’DATE. J’anuary 14. 1998 CONT CTMANAGE !?i,,f iJ ,f
ALL INSURANCE COVERAGE REQUIRED SHALL BE PROVIDdDz]!HROUGH CARRIERS WITH A BEST RATING OF A’ X OR HIGHER THAT A,qr-
ADMITTED TO DO BUSINESS IN THE STATE OF CALIFORNI,~
END’OF SECTION
CITY OF PALO ALTO: INSURANCE REQUIREMENTS (103063)SECTION 00650
EXHIBIT D ,,,
PART III - CONTRACT ADMINISTRATION INSTRUCTIONS AND FORMS SECTION 4’10
PROJECT TITLE: CONSULTANT SERVICES FOR THE COUNCIL CHAMBERS
REFURBISHING PROJECT
Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo Alio, the
firm and individuals listed below certify that they do not discri’ninate in .employment with regards to
age, race, color, reiigion, sex, national origin, ancestry, disability, or sexual preference; that they
are in compliance with all Federal, State and local directives and executive orders regarding
nondiscrimination in employment.
Firm: CSS Associates Arcl~if.ects
Title of Officer Signing: president
Signature.. "~’~~
DATEI 2/10/£8
END OF SECTION
CITY OF PALO ALTO: CERTIFICATION OF NONDISCRIMINATION RFP #103284 SECTION 410