Loading...
HomeMy WebLinkAbout1997-04-22 City Council (19)City of Palo Alto City Manager’s,Report 1 TO: "HONORABLE CITY COUNCIL FROM: AGENDA DATE: SUBJECT: CITY MANAGER MAY 19, 1997 APPROVAL GUTIERREZ DEPARTMENT: PUBLIC WORKS CMR:189:97 OF CONSULTANT CONTRACT WITH ASSOCIATES ARCHITECTS FOR DESIGN SERVICES FOR MSC SECURITY WAREHOUSE ENCLOSURE, CIP 19311 REQUEST This is a request for approval of a consultant contract with Gutierrez Associates Architects in the amount of $24,000 for design services to enclose the rear of the Municipal Service Center (MSC) Warehouse building. RECOMMENDATIONS Staff recommends that Council:. Approve and authorize the Mayor to execute the attached consultant contract with Gutierrez Associates Architects in the amount of $24,000 to enclose the rear of the MSC Warehouse. °Authorize the City Manager or her designee to negotiate and execute one or more change orders to the consultant contract with Gutierrez Associates Architects, for related, additional but unforeseen work which may develop during the project, the total value of which change orders shall not exceed $2,500. POLICY IMPLICATIONS The approval of this contract is consistent with existing policies and the MSC Master Plan. EXECUTIVE SUMMARY Consultant Services Description The work to be performed under the contract is for design and construction administration services for the enclosure of the rear of the MSC Warehouse. This will provide for growth of inventory, staging of materials, protection from theft, damage, and for hazardous materials storage area. CMR:189:97 Page 1 of 2 Selection Process Staff sent a request for proposals (RFP) to 16 consulting firms on November 22, 1997. Firms were given 25 days to respond to the request. A pre-proposal meeting was held on December 5, 1996; 10 firms attended the meeting. A total of 6 firms submitted proposals. A selection advisory committee consisting of Public Works staffreviewed the proposals, and 2 firms were invited to participate in oral interviews on January 28, 1997. The selection committee carefully regiewed each firm’s qualifications and submittal in response to the RFP. Gutierrez Associates Architects was selected because of their experience with similar projects and their proposed approach to the scope of work. FISCAL IMPACT Funds for this project are included in the CIP 19311 budget. ENVIRONMENTAL ASSESSMENT These services do not constitute a project for the purposes of the California Environmental Quality Act. CONFLICT OF INTEREST Staff, with the concurrence of the City Attomey, has determined that the consultant is exempt from complying with the financial disclosure provisions of the City’s conflict of interest code, because the consultant’s range of duties and services to be provided under the contract is limited in scope or is primarily ministerial in nature. ATTACHMENTS Agreement PREPARED BY:.Karen Smith, Facilities Manager DEPARTMENT HEAD REVIEW: GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL~y .~i~~ Assistant City Manager CMR:189:97 Page 2 of 2 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND GUTIERREZ/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 GUTIERREZ/ASSOCIATES ARCHITECTS, a sole proprietorship, located at 1616 Franklin Street, Suite 202, Oakland, CA 94612 ("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 employees, 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 bn 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 Contract 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 wo[k 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 completed 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. 970505 syn 0071154 1 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.~he 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 Deliverables, 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 corrected 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 theBasic Services or the Additional 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 that 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. CONSULTANT will furnish to CITY for approval, prior to execution of this Contract, a list of all individuals and the names of their employers or principals to be employed as 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 CONSULTANT will assign EFREN GUTIERREZ as the project director to have supervisory responsibility for the performance, progress, and execution of the Project. ROBERT WENDORF 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 any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior written approval of the project manager. 3.4 CONSULTANT represents and warrants that it will: 3.4.1 Procure all professional 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 as a licensed architect; 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 the Deliverables. 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 three(3) copies of any documents which are a part of the Deliverables upon their completion and acceptance by CITY. 3 970505 syn 0071154 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 any, 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 following 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 CONSULTTiNT 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 an exhibit 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 CONSULTANT. CITY’s estimated time of review and approval will be 4 970505 svn 0071154 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. BILL SHADDLE 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 HUGO ESTRADA, Engineering Technician.~ 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 twenty-four thousand dollars ($24,000). 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 two thousand five hundred dollars ($2,500). An employee’s time will be computed at a multiple of one(l) 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 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 970505 syn 0071154 5 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, 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 willbe 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 mut-ually agreed upon by the parties, as set forth in Exhibit "B", or within thirty (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 be made 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 required -to be paid to CONSULTANT. These originals will be delivered to CITY. 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, and hold harmless CITY, its Council members, officers, employees and agents, from any and all demands, claims, or liability of any nature, inciuding 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 omissions, 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 0f 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 violation by the other party of any covenant, term, condition or provision of this Contract 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 and professional 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 Ratinq Guide ratings of A:X or higher 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 Contract, identical insurance coverage, naming CITY as an additional insured under such policies as required above° 970505 syn 0071154 7 9.3 Certificates ofsuch 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 willnot be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Contract. Notwithstanding the policy or 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 terminatedor 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! OR 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 a£ter submission to CITY by CONSULTANT of any completed item ofBasic 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 Projecti 8 11.3 Upon such suspension or termination by CITY, CONSULTANT will be compensated for the Basic Services and Additional Services 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 or suspension of work on 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 a notice 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 the preceding 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’s independent 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 or interest in or to the same or any part thereof without the prior 9970505 syn 0071154 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 Palo Alto, CA 94303 To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 14.CONFLICT OF INTEREST 14.1 In 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 confli~ct 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. C0~SULTANT 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 ofthe 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: i0 "[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; that [Name of Provider] will pursue an affirmative course of action as required by the Affirmative Action Guidelines of the City of Palo Alto; 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 per.formance of this Contract, it will be in default of this Contract. 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. 0nly 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 or the applicable Affirmative Action Guidelines pertaining to 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 incompliance with this provision as d~mages for breach of contract, or both. SECTION 16. MISCELLANEOUSPROVISIONS 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. 970505 syn 0071154 11 16.3 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 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 this Contract will apply to, and will bind, the heirs, successors, 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. 12 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. APPROVED AS TO FORM: CITY OF PALO ALTO Senior Asst. City Attorney Assistant City Manager APPROVED: Director of Public Works Deputy City Manager, Administrative Services GUTIERREZ/ASSOCIATES ARCHITECTS Taxpayer’s I.D. No. 94-2560032 Risk Manager Attachments: EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 970505 syn 0071154 13 CERTIFICATE OF ACKIWOWLEDGMENT (Civil Code § 1189) STATEOF ~A ) ) ss. COUNTY OF ~L~m ~) On 5- ~? , 1997, before me, a Notary Public in and for said County and State, personally appeared EFR~N G~~ , person~lly 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 ha~d and ’official seal. Signature of Notary Public CO~M. #t0~5980NOTARY PUBLIC; - CALIFORNIA m ALAMEDA COUN’fY ~ 14 970310 svnO071154 MSC W~EHOUSE EXP~SION EXHIB~A Description of the Work Existing Condition: The existing warehouse of 3,840 square feet has an open end consisting of three bays. Some material stored there are sensitive to weather. An additional mission is to provide storage for palleted 50 lb. bags of Sodium Fluoride (a salt). This material has a low hazard rating except for contact with the dust or when mixed with water the solution will attack aluminum and even glass. The existing toilet rooms near the front office area have no direct ADA accessibility and are not compliant to current standards. Scope of Work: At rear of Warehouse building, a new wall structure, and a new entry door at the end of the main corr!,dor to enclose the existing covered, unwalled area. New Hazardous Materials StorageRoom with 10 exterior door. Power, lighting, and heating. At front office area of Warehouse building, redesign restroom and exterior stairway for accessibility. The Budget for the project is $200,000. .Scope of Services Preliminary Design: The Key Personnel from Gutierrez/Associates AIA will be Efren Gutierrez, Project Director, and Robert Wendorf, Project Architect, who will be in authority and responsible throughout the work until completion at warranty review. To begin Preliminary Phase, meet with appropriate personnel to finalize requirements and prepare schematic level drawings suitable for Municipal Service Center (MSC) and Facilities Management P.ublic Works (the Client), and City of Palo Alto Architectural Review Board (ARB) submittal and review. Receive approvdl for the schematic from Client prior to submittal to the ARK Determine Fire Marshal ’ requirements for Hazardous Materials Storage Building and other agency requirements. Attend ARB meeting to present project. Upon approval by ARB, completion of single option, with Preliminary Cost Estimate fo~ decision making purposes and outline specification to be in CSI format with general conditions section. The ¯ Preliminary Design package will fix the scope, scale and character of the project~ and will describe the extent of all architectural and engineering work to be completed. Submit Package to the Client for review and approval. Contract Documents: Complete Contract Documents, including Specifications, to 90% and submit to Client for review. All engineering including Mechanical, Electrical, and Structural (if required) will be included. Include Final Cost Estimate at 90% completion. Final 100% Contract Documents will be approved by the City and suitable for bidding. Work for Preliminary Design and Contract Documents will be completed in 90 days. Bidding: Assist the Client as required to expedite the obtaining of responsible bids. Includes addendums pre-bid conference, clarifications, review of pre-bid substitutes, and assistance in. evaluation of bids. Construction Administration: Weekly Site Visits will be made during Construction. Attend a pre- ’ construction conference. Monitor Shop drawings, proposed changes, change orders and action items. Warranty Period: At one year following construction, review the building under the guidelines of the Client’s warranty with the Contiactor. One complete set of reproducible Mylar record drawings reflecting as-built conditions will be submitted to the City. EXHIBIT B _L.ump Sum Fee The fee for this project is a fixed fee of $23,000. All architectural and engineering work is included as described in Exl~ibit A, to the completion o~ project. " Reimbursables not-to-exceed $1,000 are not included in the lump sum fee. Reimbursable costs are printing of drawings and specifications for client review, agency approvals and bidding purposes. Reimbursables are not travel and telephone, which are included in the lump sum fee. Additional Services not to exceed $2,500 will be billed at an Hourly Rate or by agreed-upon lump sum. All work required as additional services must be approved in writing by the City prior to commencement. Hourly Rates for Additional Services: Personnel Hourly Billing Principal Architect/Engineer $95 PrOject Manager Architect/Engineer $80 Architect/Engineer $70 Draftspersons $55 Clerical $35 Reimbursables for additional services include xerox copying, blueprints, and other materials used exclusively for the completion of the client’s project. Reimbursables for do hot include travel and telephone (included in fee). Reimbursables will be billed at 1.1 times the amount not- . to-exceed $1,000. Rates are good for the length of the project. CERTIFICATION of NONDISCRIMINATION SECTION 410 Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo.AIto, the firm and individuals listed below certifies that they do not discriminate in employment with regards to age, race, color, religion, 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; and that they agree to demonstrate positively and aggressively the principle of equal opportunity in employment. The Bidder agrees specifically: 1.0 To establish or observe employment policies which affirmatively promote opportunities for’minority persons at all job levels.. 2.0 To communicate this policy to all per.sons concerned, including all employees, outside recruiting services, especially tho.se serving minority communities, and to the minority communities at large. 3.0 To take affirmative action steps to hire minority employees within the organization. 4.0 To be knowledgeable of the local, state, and federal laws and regulations concerning affirmative ¯action policies and provide opportunities for employees. Title Of Officer Si ning: Signature ~z~:~_. o ., Please include’ an~" additional information available regarding equal opportunity employment programs now in effect within your company. (Please attach additional pages if necessary) ENDOF SECTION CITY of PALO ALTO: Non-discrimination (6/94)SECTION 410-1 PART III - INSURANCE REQUIREMENTS Lon9 Form City of PaiD Alto:SECTION Insurance Requirements for Contractors CONTRACTOR: PROJECT MANAGER: CONTRACT NAME: Guiterrez and Associates Karen Smith PW- Facilities Mgmt. MSC Warehouse Expansion GENERAL TERMS AND INSTRUCTIONS THIS INSTRUCTION SHEET SHOULD BE GIVEN TO YOUR INSURANCE AGENT/BROKER. CONTRACTORS TO THE CITY OF PALO ALTO, AT THEIR SOLE EXPENSE SHALL OBTAJN AND MAINTAIN INSURANCE FOR THE TERM 0F THE CONI’RACT, CONTRACTORS WILL BEREQUIRED TO PROVIDE A CERTIFICATE EVIDENCING THE INSURANCE AND NAMING THE CITY AS AN ADDmONAL INSURED, ALL INSURANCE COVERAGE REQUIRED SHALL BE PROVIDED THROUGH CARRIERS WITH A BEST RATING OF A:VII OR HIGHER THAT ARE ADMiT’rED TO DO BUSINESS IN THE STATE OF CALIFORNt~ THE CERTIFICATE OF INSURANCE MUST BE COMPLETED AND EXECUTED BY AN AUTHORIZED REPRESENTATIVE OF THE COMPANY PROVIDING INSURANCE, FILED W~’H THE CrrY, AND APPROVED BY THE CITY BEFORE CONTRACT W1LL BE CONSIDERED COMPLETE AS RESPECTS INSURANCE. RETURN THE COMPLETED CERT/FICA TE TO THE CITY OF PAL O AL TO, PURCHASING & CONTRACT ADMINISTRATION, 250 HAM/L TON A VENUE, PAL O ALTO 94301. THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED FOR THIS CONTRACT. TYPE OF COVERAGE REQUIREMENT ~Worker’s Compensation Automobile Liability’ ~L ,Comprehensive General Liability: INCLUDING: ¯PERSONAL INJURY ¯BROAD FORM PROPERTY DAMAGE ¯BLANKET CONTRACTUAL ¯FIRE LEGAL LIABILITY r-i ,Comprehensive Automobile Liability: INCLUDING: ¯OWNED ¯HIRED ¯NON-OWNED ,~Professional Liability: INCLUDING: ¯ ERRORS AND OMISSION~ ¯ MALPRACTICE (If Applicable) ¯ NEGLIGENT PERFORMANCE Statutory BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED EACH OCCURRENCE LONG FORM (Minimum Limits) $1,000,060 $1,000,000 BODILY INJURY (Each Person) BODILY INJURY (E.ch Occ~r*.~,) PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED ALL DAMAGES $1,000,000 $1,000,000 ,THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED D. E. F. The City 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. Where the wod~ involves grading, paving, excavating, drilling or other undergroundwork, the policy includes destruction of wires, conduits, pipes, mains, or other similar property or any apparatus in connection therewith below the surface of the ground whether owned by third parties or the City of Paid Alto. Where the work involves excavating, co!lapse coverage is provided in the amounts above. The policy includes a "Severability of Interest" provision. Deductibles over $5,000 must be indicated and are subject to approval. If such policies are canceled or changed during the period of coverage as 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 The liability insurance policy includes a contractual liability endorsement providing insurance .coverage for Contractor’s agreement to indemnify thecity. The coverage afforded under the policies is subject to all terms of the policies designated herein and meets all of the provisions called for herein. END OF SECTION CITY OF PALO ALTO: Insurance Requirements (REV.6/94)SECTION 00650-1 CERTIFICATE OF INSURANCE This certifies that [] STATE FARM FIRE AND CASUALTY COMPANY, Bloomington, Illinois [] STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois insures the following policyholder for the coverages indicated below: Name of policyholder _EFREN GUTIERRF.Z Address of policyholder DBA GUTIERREZ ASSOCIATES 1616 FRANKLIN sT STR 202: (]A~<T,A~:~.A qz~19_9806 Location of operations ON F I LE POLICY PERIODPOLICY NUMBER TYPE OF INSURANCE Effective Date i Expiration Date [] Comprehensive " i ....~.7..-...6..0...-_3...o..6..7. =..o. ...........G..e.n..e.r.a! ~.a..~JI!V. ............F...E..B.. ,..1..9..,~.9..7..;...Z J;..B.....~. 9. ,. 9.~: [] Manufacturers and ; ............................................ .c..o.n.!r..a.c.t.o..rp....u~a..~)[.~. ..............................i ........................ [] Owners, Landlo?ds, ............................................ .~n~..T.e.n..a.n..t.s.~L.~.![.~. ....." "i ¯ This insurance includes:[]Products ~ Completed Operations []Owners or Contractors Protective Uabi{ity []Contractual Uabllity []Professional Errors and Omissions []Broad Form Property Damage []Broad Form Comprehensive General Liability POLICY PERIODPOLICY NUMBER TYPE OF INSURANCE Effective Date’ i Expiration Date 97-GB9771-4 EXCESS LIABILITY [] Umbrella [] Other []Workers’ Compensation and Employers Liability I £PRIL4,1995 APRIL 1998 [] Dual Limits for:. Each Occurrence $. Aggregate $ LIMITS OF LIABILITY BODILY INJURY Each Occurrence $ Aggregate* PROPERTY DAMAGE [] Combined Single Umit for: Each Occurrence Aggregate BODILY INJURY AND PROPERTY DAMAGE CONTRACTUAL LIABILITY LIMITS (if different from above) BODILY INJURY Each Occurrence PROPERTY DAMAGE Each Occurrence Aggregate BODILY INJURY AND PROPERTY DAMAGE (Combined Single Limit) Each Occurrence Aggregate Part 1 STATUTORY Part 2 BODILY INJURY Each Accident Disease Each Employee Disease - Policy Limit $ $ $1,000,000 $1,000,000 "Agg~ga~ no~ ~ ff Ownem, 12n~:J~s, ~ Tenants Ll~b~i~y In~urence excludes THIS CERTIFICATE OF INSURANCE IS NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS, OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN. Name and Address of Certificate Holder AND ADDITIONAL INSURED: AGBILL SHADDLE ~ FACILITIES PROJECTS SUPERVISOR APRIL I,MSC WAREHOUSE EXPANSION DateCITY OF PALO ALTO ~ Ag~lt’SCOdeSlzul~pPALO ALTO,’CA F6-994.10 P,~v, 1~91 Prated In U.G.A. 1997 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND-CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DEALEY,RENTON& ASSOC. P.O. Box 12675 Oakland,CA-94604 510-465-3090- Gutierrez/Asso¢iates 1616 Franklin Street, Ste. Oakland, CA 94612 202 DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE CO~A~ LETTER A ~TTER B A~ociated Internat’l In~ Co ~A~LETTER C ~A~LETTER D LETTER E THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO ThE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHST ANDING ANY REOUIREMENT, TEI:~4 OR CONDITION OF ANY CONTRACT OR OT HER DOCL~ENT WITH RESPECT TO WHICH T HIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TEI:~MS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. L~ITS SHOWNMAY HAVE BEEN REDUCED BY PAID CLAIV~S. POLIOV NUMBER POt.IO¥ Et~’EOTIVE POLIOY swXPIR ATIOR LIMITS DAT~ (MM/DD/VY) DAT1E (MM/DOIVY) AUTOMOBILE LIAG~.ITY ANY AUTO ALL OWNED_AUTOS SCHEDULED AUTOS HIRED AUTOS NON-0WNED AUTOS GARAGE LIABILITY A EXeESSLIAGILITV~UMBRELLA FORM OTHER THAN LIIVIBRELLA FORM WORKER’S O MI~N~ATION EMPLOYERS’LIABILITY OTHER Professional Liability AEP 450 369C DESCRIPTION OF OPERATIONSILO~ATION~JVEH I~,i,.~PEOIAL iTEMS 12/03/96 12/03/97 GENERAL AGGREGATE $ PRODUCT S-COMP/OP AGG.$ PERSONAL & ADV. INJURY $ EACH OCCURRENCE $ FIRE DAMAGE (An~, one fire)$ MED. EXPENSE (An~, one perso~$ COMBINED SINGLE $LIMIT 80DILY INJURY $(Per person) BODILY INJURY ! $(Per accident PROPERLY DAMAGE $ EACH OCCURRENCE AGGREGATE I STATUTORY LIMITS EACH ACCIDENT DISEASE-POLICY LIMIT DISEASE-EACH EMPLOYEE $1,000,000 per claim & annual aq~reqate. EXPIRATION DATE THEREOF, THE ISSUINC COMPANY WILL ENDEAVOR TO iMAIL 30 DAYSWRITTENNOTICETOTHECERTIFICAIEHOLDERNAMEDTOTHE The C i ty o f P a I o A I to LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IvIPOSE NO OBLIGATION OR A t t n : ,B i I I Sh a d d I e LiABiLIT Y OF ANY KIND UPON THE COMPANY, IT S AGENT S OR REPRESENT A TIVES. M S C Warehouse Expansion iii!AUTHO~IZ~RI~PRESENTAT~~ Confirmation of Liability Coverage P.O. Box429186, S~nFran¢i~co, CA 94142-9186 NAMED INSURED: GUTIERREZ,EFREN;OR TAMARA M 21 HACIENDAS RD ORINDA CA 94563 POLICY NUMBER B5-59-33.3 POLICY EXPIRATION DATE 10 29 1997 EFFECTIVE DATE t0/29/96 [] Additional insured Bodily Injury and Property Damage is: wl~ieh, subject to all terms and conditions of the CSAA Members Car Policy, shall have the rights of coverage and defense 9ranted to organizations by subpart (3) of the section entitled "Additional Definition Used In this Part Only" under Part I-Liability. []The Bureau will give 10 days Notice of Cancellation for r)on-paymcnt of premium, 20 (|ay~ notioe of Cancellation for any other reason or lapse of policy to: [] Coverage are extended to: which, subject to all terms and conditions of the CSAA Members Oar Policy, shall Ilavo the rights of coverage and defense 9ranted to organizat!ons by subpart (3) of the sectiorl entitled °’Additlol~al Definition Used in It]is Part Only" under Part I-Liability. The policy of automobile insurance includes the oovorages and limits of liability as show~ below. The policy will expire on the date shown unless cancelled by the insurecf or by the Bureau prior thereto. MAKE OF CAR POR$c MERCE ROVER BMW YEAR 80 94 94 069408 8ALHVI244RA641520 WBABE6321RJC147 VEHIGLE |DENTIrlCATION NUMBER (VIN) LIABILITY COVERAGES ~-- ’ BOEILY [N_J_URY LIABILITY LIMITS _Q.E..L!ABILITY~Eeoh Ooourr~c~ ~1 ,o0o,00o PROPERTY DAMAGE LIMIT Each Occurrence 121t0790 03/27/1997 GCDLOW