HomeMy WebLinkAbout1997-04-22 City Council (20)City of Palo Alto
City Manager’s Repo ,
5
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER ¯ DEPARTMENT: PUBLIC WORKS
AGENDA DATE: APRIL 22, 1997
SUBJECT:APPROVAL OF A CONTRACT ~WITH HIBBARD MARINE
SERVICES FOR CONSULTANT SERVICES TO INSPECT THE
LARGE DIAMETER SEWERS FOR THE REGIONAL WATER
QUALITY CONTROL PLANT
This report requests approval of a contract with Hibbard Marine Services, in the amount of
$78,635 for consultant services to inspect the large diameter sewers for the Regional Water
Quality Control Plant (RWQCP).
RECOMMENDATIONS
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract (Attachment C) with
Hibbard Marine Services in the amount of $78,635 for consultant services to inspect
the large diameter sewers for the RWQCP.
Authorize the City Manager or her designee to negotiate and execute one or more
amendments to the agreement with Hibbard Marine Services for related additional but
unforeseen services which may develop during the project, the total value of which-
amendments shall not exceed $7,000. This contingency amount is needed if excessive
pipeline abnormalities are encountered that would prolong the inspection process.
POLICY IMPLICATIONS
This approval of this agreement is consistent with existing policies.
EXECUTIVE SUMMARY
This project will inspect the condition of two major sewers for the RWQCP: 1) a 28-year-
old 72-inch influent pipe from Mountain View and Los Altos, and 2) a 34-year, old 54-inch
effluent pipe that discharges the plant’s treated wastewater to the Bay. As part of the
preventive maintenance program, these sewers are due for a thorough inspection.
CMR:198:97 Page 1 of 3
Although sewer inspections are commonly done, extra care must be taken on this project
because of the location of the sewers. The request for proposals included special
requirements to address two concerns that are related to the location of the sewers:
The 72-inch influent pipe crosses the environmentally sensitive marsh area. The
inspection equipment and technique must have minimal impact to the marsh and the
habitat. The timing of the inspection is confined to a small window of two summer
months after the nesting season and before the wet weather season, as def’med by
the Army Corps of Engineers.
Both sewers lie on Bay mud that provides very little support. The condition of the
grit deposit, the bottom of the pipe below the water line, and the top half of the pipe
must be identified.
A Request for Proposals (RFP) was issued on January 10, 1997 to six firms who are
regularly engaged in similar projects. The RFP holders list is attached (Attachment A).
A non-mandatory pre-proposal conference was held; and three firms inspected the project
sites. Three proposals were received on February 25, 1997. Those firms not responding
indicated they could not.meet all the proposal requirements.
A selection committee consisting of representatives from the RWQCP operations and
engineering group, and Kennedy/Jenks Consultants (the designer of both large diameter
sewers) reviewed the proposals. All three firms were interviewed by the selection
committee. The proposals were evaluated based on the Proposers technique, abilities to
address the City’s concerns, qualifications, experience, cost for the services proposed, and.
reference checks. An evaluation of the three proposals is attached (Attachment B).
The proposed fee ranges from a low of $30,535 to a high of $92,400, which is a direct
reflection of the proposed efforts to meet the special requirements. The . selection
committee unanimously selected Hibbard Maine Services for this project because its
proposed technique and equipment will adequately address the City’s concerns.
Funds for the sewer inspection .have been appropriated in the FY1996-97 Wastewater
Treatment Capital Improvement Project #9504. This project will lead to subsequent repair
projects. It was estimated that the minimum repair project would involve the cleaning and
removal of grit deposits and some minor repairs at a cost of approximately $800,000.
Funds for the minimum project have been included in the proposed FY1997-98 budget for
Wastewater Treatment Capital Improvement Project #9504. ~-
CMR:198:97 Page 2 of 3
ENVIRONMENTAL ASSESSMENT
This project is a preventive maintenance project that only performs the pipeline impection
with no repair or comtruction activities. It utilizes a special inspection technique that has
no impact to the marsh. This inspection project is categorically exempt from CEQA under
Section 15301. The subsequent repair project may require CEQA review depending on
the extent and scope of the repairs.
A - RFP Holders List
B - Proposal Evaluation
C- Contract with Hibbard Marine Services
PREPARED BY: Bill Miks, Manager RWQCP
DEPARTMENT HEAD REVIEW:
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
Assistant City Manager
CMR:198:97 Page 3 of 3
INSPECTION OF LARGE DIAMETER SEWERS
¯ ATTACHMENT A
RFP HOLDERS LIST
- RWQCP
o
o
Specialty Sewers Services, Inc.
¯ Hibbard Marine Services
Sonex, LTD.
PSS, Inc.
Power Engineering Contractors
Pacific Pipeline Survey
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
HIBBARD MARINE SERVICES
FOR CONSULTING SERVICES
Attachment C ~
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
HIBBARD MARINE SERVICES, a LLC under the laws of the State of
Michigan, located at 477 Gray Woods, Lake Angelus, Michigan("CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain professional consulting
services ("Services") and the preparation and deliverYoOf, 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 "~’;
and
WHEREAS, CITY desires to engage CONSULTANT, including its
employees., if any, in providing theServices 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 Contract will commence on the date of its
execution by CITY, andwill terminate upon the completion of the
Project, unless~this Contract isearlier 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 completed
within the time required through any fault of CONSULTANT,~CITY’s
city manager will have the optionof 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 and Deliverables constituting
the Project will be performed, delivered or executed by CONSULTANT
under the phases of the Basic Services as described below.
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
970410 ~Tn 0071179
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 Deliverables, for example, construction plans,
drawings, and specifications, any and all errors, omlssions, 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
CONSULTANT; 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 tothe construction work
~equired.of the construction CONSULTANT. The project manager in
the reasonable exercise of his or her discretion will determine
whether the~ Basic 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.
970410 syn 0071179
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 JIM HIBBARD as the project
director to have supervisory responsibility for the performance,
progress, and "execution of the Project. JIM HIBBARD will be
assigned as the project~coordinator who will representCONSULTANT
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 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 the Deliverables.
3.5 Any Deliverables given t~, 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 copies of any
documents as specified in Exhibit A which are a part of the
Deliverables upon their completion and acceptance by CITY.
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.
970410 wn 0071179
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
CONSULTANTs 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 subsistenceexpenses 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 an exhibit to this Contract.
3.11 CONSULTANT will be responsible for employing all
sub-consultants deemed necessary to .assist CONSULTANT in the
performance of the Services. The appointment of sub-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 "~’ 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
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
970410 ~yn 0071179
4
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. Daisy Stark 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 Greg MeAmber, the Project Engineer.
4.4 If~CITY observes or otherwise becomes aware of any
default in theperformance 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-Eight Thousand
Six Hundred Thirty-Five Dollars ($68,635.00). The fees of the
consultants, who have direct contractual relationships with
CONSULTANT, will be approved, in advance, by CITY. CITY reserves
the right to refuse payment of such fees, if such prior approval is
not obtained by CONSULTANT.
5.1.~2 In consideration of the full performance of
Additional Services, the amount of compensation set forth in
Exhibit "B" will notexceed Ten Thousand Dollars ($i0,000,00). An
employee’s time will be computed at a multiple of zero (-0-) 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. Paymentwill 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. C0NSULTANTwill 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,
970410 ~yn 0071179
5
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 tothe quantum of services
performed, or in accordance with any other schedule of payment
mutually 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 deduct-ions will be made from CONSULTANT’s
compensation on account of penalties,.liquidated damages, or other
sums withheld by CITY from payments to general CONSULTANTs.
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 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.
6
970410 ~y. 0071179
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 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 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 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 RatingGuide 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.
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
7
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 notbe 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 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.
SECTION Ii TERMINATIONOR SUSPENSION OF CONTRACT 0R
PROJECT
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 underthis Contract.
11.2 CONSULTANT may terminate this Contractor 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.
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 reneg~otiation 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 citymanager immediately any and all copies of
theDeliverables, 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 persona~ ~services ofCONSULTANT, therefore, CONSULTANT will not asslgn, 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
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~
9970410 syn 0071179
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 thelproject 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
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 independent
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 theemployment 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 Go 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; that [Name of
Provider] will.pursue anaffirmative course of
action as required by the Affirmative Action
970410 ~n 0071179
10
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 performance 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 in compliance with this
provision as damages for breach of contract, or both.
SECTION 16.MISCELLANEOUS PROVISIONS
16.~i 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.
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
Ii0704|0 ~vn 007! |70
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 Contractor 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, fromtime
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.
III
III
III
III
12
970410 syn 0071179
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
HIBBARD MARINE SERVICES
/
I t s : _’z~ zz~2~
Taxpayer’s I.D. No.
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
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
" STATE OF W/L/")
) SS.
COUNTY OF )
On /~/~// // , 1997, before me,
a’ Notary Publ~mc in and for sa, id County and State, personally
appeared. _~/2W~ ~. //,~~/ , personally, known to me
or proved.to me on the basis -of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their.authorized capacity(ies), and that by his/her/their
signature(s) .on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
NOTARY POP, LIC - OAKL/S, ND COUNTY,
MY ~OMMISSION EXR ~
14
970410 ~j" 0071179 "