Loading...
HomeMy WebLinkAbout1997-05-19 City Council (34)~C~ of Palo Al~o P0 4 TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS AGENDA DATE: MAY 19, 1997 CMR:245:97 SUBJECT:APPROVAL OF AN AGREEMENT WITH STOECKER AND NORTHWAY ARCHITECTS FOR CONSULTANT SERVICES TO PROVIDE TIiE FINAL DESIGN FOR THE RELOCATION OF THE INDUSTRIAL WASTE LABORATORY FOR ~ REGIONAL WATER QUALITY CONTROL PLANT This report requests approval of an agreement with Stoecker and Northway Architects in the amount of $103,200 for consultant services to provide the final design for the relocation of the Industrial Waste Laboratory for the Regional Water Quality Control Plant (RWQCP). RECOMMENDATIONS Staff recommends that Council: Approve and authorize the Mayor to execute the attached agreement with Stoecker and Northway Architects in the amount of $103,200 for consultant services to provide the f’mal design for the relocation of the Industrial Waste Laboratory for the RWQCP. Authorize the City Manager or her designee to negotiate and execute one or more amendments for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $10,000. This contingency amount will be needed if full architectural review of the project is required. POLICY IMPLICATIONS This approval of this agreement is consistent with existing policies. EXECUTIVE SUMMARY This project will design a space to house the Industrial Waste Laboratory. Currently, the Industrial Waste Laboratory and the Plant Toxicity Laboratory are both in the same room at the Pumping PIant Building. Additional equipment needs to be installed in the Toxicity Laboratory in order to conduct newly required tests. The Industrial Waste Laboratory, therefore, needs to be relocated to expand the Toxicity Laboratory. Other project goals are: CMR:245:97 Page 1 of 3 1) to. bring the Industrial Waste Laboratory into compliance with safety requirements, 2) to relieve the overcrowding in the Environmental Compliance Division (ECD) office space, and 3) to provide a storage space for the ECD, and a conference room for the Plant. A request for proposals. (RFP)was issued in 1995 for consultant services to evaluate alternative sites, perform f’mal design, and provide construction management of the lab relocation project. Since the scope of~ the f’mal design could vary significantly depending on the site selection, the RFP stipulated that only the alternative site Study would be awarded in the initial agreement. The City returned the option of awarding a contract to that same alternative alternate site study consultant for the final design and construction management services, or to issue another RFP to contract with other consultants. Stoecker and Northway Architects had the lowest fee among the three qualified consultants interviewed by the selection committee, and was awarded the contract for the-alternative site study by Council. The alternative site study was completed in 1996. The selected site is an extension of the existing Industrial Waste office into an adjacent abandoned structure. The extension would require renovation of the adjacent structure from an open architecture to an enclosed space. Stoecker and Northway Architects has performed well on the alternative site study and proposed to perform the f’mal design and some construction assistance for a fee of $103,200. Stoecker and Northway Architects is already knowledgeable of the project requirements, and familiar with the site. Their familiarity with the site would minimize disruptions to the ECD office routines. Stoecker and Northway Architects’ proposal is very reasonable compared to other projects of similar nature and size. Staff recommends that the contract for the final design and construction assistance be awarded to Stoecker and Northway Architects. Funds for the design of the Industrial Waste Laboratory Relocation Project have been appropriated in the FY 1996-97 CIP #9454. This design project will lead to a future construction project. It is anticipated that the construction will cost approximately $550,000. Funding for the construction is included in FY 1996-97 CIP project #9454 and FY 1997-98 CIP #8865. E AL A E ME This project does not constitute a project under CEQA. CONFLICT OF INTEREST Staff, with the concurrence of the City Attorney, 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. CMR:245:97 Page 2 of 3 ATTACHMENT Agreement with Stoecker and Northway Architects PREPARED BY:Bill Miks, Manager RWQCP DEPARTMENT HEAD REVIEW: GLENN S. ROBERTS " Director of Public Works CITY MANAGER APPROVAL: Assistant City Manager CMR:245:97 Page 3 of 3 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND STOECKERAND NORTHWAYARCHITECTS, INC. 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 STOECKER AND NORTHWAY ARCHITECTS, INC., a California corporation, located at 437 Lytton Avenue, Palo Park, CA 94301 ("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 ere, collectively, the "Project"), as more fully described in Exhibit 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 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, 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 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. CONSULTANT will perform its services with due and reasonable diligence consistent with sound professional practices. 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. 970428 syn 0071157 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 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, wil~ be corrected by CONSULTANT at no cost to CITY, provided CITY gives notice to CONSULTANT. SECTION 3. QUALIFICATIONS, STATUS, AND DUTIES OF CONSULTANT 3.1 CONSULTANT represents thatit has the expertise and professional qualifications to furnish orcause to be furnished the Services and Deliverables. CONSULTANT further represents thatthe 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 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 CLARE MALONE as the project director to have supervisory responsibility for the performance, progress, and execution of the Project. CLARE MALONE 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. 2970428 syn 0071157 3.4 CONSULTANT represents that it will: 3.4.1 Arrange for the procurement of all permits and licenses, and give all notices which may be necessary and incident to the due and lawful prosecution of the Project; 3.4.2 Keep itself informed of existing 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 put forth reasonable professional efforts 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 be come the property of CITY. 3.6 CONSULTANT will~ provide CITY with reproducible copies of any documents 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. 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: 3970428 sya 0071157 3.10ol 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; 3o10.3 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 under task F of Phase III of Exhibit "A" 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. CONSULTANT will not employ soils or civil engineers. ~ 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 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. 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 the performance of CONSULTANT, CITY will use reasonable efforts to give written notice thereof to CONSULTANT in a timely manner. 4970428 syn 0071157 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 Bas±c Services of Phase II, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed sixty-seven thousand two hundred dollars ($67,200). 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 fhll performance of the Basic Services~of Phase III, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed twenty-one thousand dollars ($21,000). 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 maximumamount 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 reserve the right to refuse payment of such fees, if such prior approval is not obtained by CONSULTANT. 5.1.3 In consideration of the full performance of Additional Services, the amount of compensation set forth in Exhibit "B" will not exceed~fifteen thousand dollars ($15,000). 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 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. 5.1.4 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 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. 5.1.5 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, 5 970428 syn 0071157 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. 5.1.6 Direct Expenses are those costs incurred on or directly for the project including, but not limited to, reasonable and necessary transportation cost, including current rates for CONSULTANT’s vehicles, meals and lodging; laboratory tests and analysis; .computer services; word processing services, telephone, printing, ~reproduction charges; all reasonable and necessary costs associated with outside consultants, subconsultants and other outside services and facilities; and other similar costs. Reimbursement for Direct Expenses will be on the basis of actual charges when furnished by commercial sources and other basis of current rates when furnished by CONSULTANT. A service charge for ten percent (10%) will be added to Direct Expenses. -~ 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 "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 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 reproducible copies of the Deliverables prepared by or under the direction of CONSULTANT in the performance of this 6970428 syn 0071157 Contract will be delivered to CITY irrespective of whether the Project is completed upon CITY’s payment of the amounts required to be paid to CONSULTANT. 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 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 CITYwill operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 9.INSURANC~ 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 CONSULTANTand 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 ~his Contract. 9.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Rating 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. 7970428 syn 0071157 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 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 negligently 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 withh61ds or withdraws its request for the initiation or continuation of Basic Services or the execution of the Project. 11.3 Upon 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 8970428 syn 0071157 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 obe subject to renegotiation and, if necessary, approval of CITY’s City Council. 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. 11o5 Upon such suspension or termination, CONSULTANT will deliver to the city manager immediately copies of the completed Deliverables prepared by CONSULTANT or its consultants, if any, or given to CONSULTANT or its consultants, if any, in connection with this Contract. 11o6 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 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 lawo 9970428 syn 0071157 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 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 Alt0 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; that [Name of Provider] will pursue an affirmative course of action as required by the Affirmative Action 970428 syn 0071157 :I.0 Guidei±nes 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 contra’ct, or both. SECTION 16. MISCELLANEOUS PROVISIONS 16.1 CONSULTANT represents that it has knowledge of the requirements of~the federal Americans with Disabilities Act of "1990 ("ADA"), 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 use its reasonable professional efforts to interpret applicable ADA requirements and other local laws, rules, codes, ordinances and regulations as they may apply to the Project. CONSULTANT cannot and does not warrant or guarantee that the Project will comply with interpretations of ADA requirements and/or requirements of other federal, state and local laws, rules, codes, ordinances, and regulations as they apply to ¯ the Project. 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. Ii970428 syn 0071157 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. ’ 12970428 syn 0071157 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 Deputy City Manager, Administrative Services STOECKER AND NORTHWAY Taxpayer’s I.D. No. 94-2524542 Architect License: C-7093 Risk Manager Attachments:EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 13970428 syn 0071157 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1189) CaliforniaSTATE OF ) Santa Clara ) ss. COUNTY OF ) On 5/14/, 1997, before me, Tana Sheppard , a Notary Public in and for said County and State, personally appeared John Co Northway , 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 off :ary Public ~~ ~ANT GA LARA GOUNI"Y %,/ 14 AFFIRMATIVE ACTION GUIDEUNES SECTION 00820 COMPLIANCE REPORT Non-Di~;rimin~1;Jon Provision~ of Palo. Alto ¢ontract~ IMPORTANT This report must be completed by prime contractor and each subcontractor. Complete all items unless otherwise instructed. Use extra sheets if necessary. SUBMIT ORIGINAL OF THIS REPORT DIRECTLY TO: . Project Environmental O3mpliance !.ab .Relocation Name of Firm Stoecke~ .Architects, Inc. Telephone 1,415) 327-7070 Manager of Purchasing Civic Center 250 Hamilton Avenue Palo Alto, CA 94301 Name of person preparing form, person to contact. Jol~ C. No~.hway __Ext.# Circle One: Part I Complete the Following: Subcontractor. Description: 1. Full name and address of firm or other reporting unit covered by this report. 2. Name and address of principal official or manager~ 3. Name and address of principal office of company. 4. Name and address of parent company if affiliated corporation. 5. Name and address of prime contractor (complete only if this is a subcontractor’s report. 6. Signature and title of authorized representative, Type or Write in Here: Stoecker and Northway Architects, 437 Lytton Avenue Palo Alto~ CA 94301 John C. Northway (address as in i. above) N/A BY: DATE: 5/12/97 PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-4 AFFIRMATIVE ACTION GUIDELINES Part il=Policy Information ¯ SECTION 00820 Attach a statement of your company’s policy on equal employment opportunity to all persons without regard to r’ace, creed, color, national origin, or ancestry, and describe what steps have been taken to put this policy into effect. Part ill=Circle the Proper Answer. Have you informed company offcials and representatives regarding the non- discrimination provisions of City of Pal. Alto Contracts? Have you examined your company’s practices regarding assignments, layoffs or transfers of your employees from one job to another for evidence of a practice or employment pattern that might appear to be discriminatory and basecl upon sex, race, color, ancestry, religion, national origin or disability? Are they non-discrlminatory7 , Do you have educational or training prog.rams sponsored or financed f6r the benefit of employees or prospective employees. "~ a. 5 How many people participate in these programs? b.4 How many are minorities? 4. Yes No N/A 5. Yes(~ Does your employment advertising state you are an equal opportunity employer? Ne do .not advertise for employees. Are any apprentices obtained from sources outside the employer’s work foPce?’ If yes, have you circulated information about apprenticeship openings or opportunities to the following. Yes No State Employment Offices Yes No Newspapers or other media Yes No Yes No High Schools, including those in minority group areas. Local trade or vocational schools, including those with minority group Students. Yes No Yes No Agencies or organizations.specializing in minority employment. Federal or’ State apprenticeship representatives. Who? Others PURCHASING ADMINISTRATION: Affirmative Action . SECTION 00B20-5 AFFIRMATIVE ACTION GUIDELINES SECTION 00820 6.(~No If you are a prime contractor, have all subcontractors covered by these compliance inspection reportsbeen instructed as to their contractual obligations relating to non-discrimination pro.visions of City of Palo Alto Contracts? Explain 7. Yes N/A No Have all recruitment sources been advised that all qualified applicants will receive consideration for employment without regard to sex, race, color, ancestry, religion, national origin, or disability? ~ We do not use recruitn~ent sources.Identify (names and addresses) the employment agencies, personnel recruitment organizations, newspaper advertising or other non-union sources from which the company recruits its personn.el. Part IV--Union/Crafts Information N/A 1. Yes No Have you a collective bargaining agreement with a labor union organization? If yes, specify the Union[s) or organization(s) or other 2. Yes No Have you advised the labor union andlor worker organization of the company’s responsibility under the n0n-discrlmination provisions of City contracts. 3. ~%Approximately what percentage of your employees covered by union agreements are referred by or hired through the unions? PURCHASING ADMINISTRATION: Affirmative Action ¯SECTION 00820-6 AFFIRMATIVE ACTION GUIDEUNES SECTION 00820 Explain procedure for hiring balance. Potential ~-~plo_v~es are evaluated based upon their qualifications oniy. 4. Yes No N/A ¯ 5. Yes(~ Does the company’s collective bargaining agreement or other contract or understanding with a labor union (or unions} or other worker’s organization include a provision for non-discrimlnation in employment? Is there any labor un~on or worker’s organization policy which prevents you from fulfilling your obligations under the non-discrimination provisions of City contracts7 If so, specify.L 6. Yes No . Specify the trade{s} or craft(s} involved in this contract.i Architecture e Use this sl~ace for comment on any answers you have supplied. Note: In compliance with the Americans with Disabilities Act (ADA} of 1990, this document may be provided in other accessible formats. For information, contact: Dianah Neff, ADA Director, City of Palo Alto (415] 329:2313 (voice} or (415) 328-1199 (TDD). PURCHASING ADMINISTRATION: Affirmative Action SECTION 00820-7 AFFIRMATIVE ACTION GUIDELINES DATE: RACIAL MAKEUP OF REPORTING UNIT SECTION 00820 5/’12/9"7 Contract #(Indicate only for monthly report, No. 3) Three types of breakdown are required. This form is used for all three. (Check ,/) ~ -1-Permanent makeup of company. I=1 -2-Estimated makeup for this project. r-I -3-Monthly report for ¯ ~19__. Submit once ~er month for duration of project. 1 = Permanent. 2 = Estimate for project. 3 = Monthly only. Be sure to include all employees in first column, not just minorities. Nos. 1 and 2 below are reQuiredto be filled in and submitted with Comloliance Report. ¯ II ~Catego~ = 1 2 3 1 2 3 1 2 3 1 2 3 1 2 3 Management Professionals Clerical-Office Field Supervisor 2 2 2 2 2 1 2 3 Skilled - .List: b. C. Unskilled - List: 2 Total of Above: The data below should also be included in the cate~’ories above. This is for On Job Training: a.White Collar b.Production This report must be completod by contractor and each subcontractor, The term =Spanish Surnamed" includes all persons of Mexican, Puerto Ricen, Cuban, Latin American or Spanish origin. Report only employees enrolled in formal on.the-job training programs. END OF SECTION PURCHASING ADMINISTRATION: Affirmative Action SECTION 0082Go8 ~FWZPO0700321 "//0t/96 ?/01/97 CI PRO°~mFESSI ONAL 80~tLY¯ , pu~od of Subrogation applies to Horker’s of Pale Alto. P~OP~RTY ~1~ ~. ~m~y s 1000000 Sl,O00,00O PER CLAIM & $2,000,000 GENERAL ENDORSEMENT In consideration of an additional premium it is hereby understood and agreed that the following applies: Check if applicable ~X Additional Insured City of Palo Alto, Members of the City Council, & Elective or Appointed Officers or Employees is/are Additional Imured/s as respects work done by Named Insured Check if applicable _X__ Primary Coverage With respe~ to claims arising out of the operations of the Named Imur~ such insurance as afforded by this polioy is primary and is not additional to or ¢omributing with any other insurance carried by or for the bmtefit of the above Additional InsureM/s. Check if applicable _X~Waiver of Subrogation If is understood and agreed that the Company waives the fight of subrogation against the above Additional Insured/s; but only as respects the job or premises described in the certificate atta~.,hed hereto. Check if applicable ~ Cross Liability Clause 3~ae naming of more titan one person, firm or orporation as imureds under this policy shall nor, for that reason alone, extinguish any rights of the insured against another, but this endorsement, and the naming of multiple insureds, shall not increase the total iiab0ity of the Company under this policy. Check if applicable~X.~Notice of Cancellation It is understood and agreed that in the event of cancellation of the Policy for any reason other than non-paymem of premium, 30 days written notice will be sent to the following holder by mail: City of Palo Alto Real Estate Department Arm: Martha Miller P.O. Box 10250 Palo Alto~ CA 94303 In the event the polioy is cancelled for non-payment of prcmim~ I0 days wriuen notice will be sent to the above. Policy No.: Effoetivo Da~: Insurance Company: Issued to: Authorized P~presentative: Issue Date: CAP608707403 MARCH 19, 1997 - MARCH 19, 1998 NEW HAMPSHIRE INSURANCE COMPANY STOECKER AND NORTHWAY ARCHITECTS DEALEY, RENTON AND ASSOCIATES MAY !3 1997