Loading...
HomeMy WebLinkAbout1997-11-10 City CouncilTO: City of Palo Alto4 City Manager’s Report HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS AGENDA DATE: NOVEMBER 10, 1997 CMR:388:97 SUBJECT:AWARD OF AMENDMENT TO CONSULTANT AGREEMENT WITH MILTON F. JOHNSON, ARCHITECT FOR THE RINCONADA POOL IMPROVEMENT PROJECT, CIP 19406 REQUEST This report recommends that Council approve an amendment to the consultant agreement with Milton F. Johnson, Architect for $40,968 for consultant design and construction administration services to construct the Rinconada Pool Improvements, CIP .19406. RECOMMENDATIONS 1. Staff recommends that Council approve and authorize the Mayor to execute the attached amendment (Attachment C) with Milton F. Johnson, Architect in the amount of $40,968 for the Rinconada Pool Improvement Project, CIP 19406. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the agreement with Milton F. Johnson, Architect, the total value of which change orders for the additional scope of work shall not exceed $4,000. POLICY IMPLICATIONS Approval of the agreement is consistent with the existing City policies. EXECUTIVE SUMMARY The RinconadaPool Site Improvements project was funded to correct various health, safety, and operational concerns at the site including the replacement of the existing deck around the adult and children’s pools, replastering both pools, minor modifications to the locker room areas, lighting and electrical upgrades, and construction of a permanent storage building. The attached amendment to the consultant’s agreement will increase the scope of the consultant’s work to include the design and construction administration work for replacement of the Children’s pool in addition to the above work. Council approved a budget amendment ordinance for $400,000 on March 24, 1997, for the design and construction of a new Children’s pool. This amendment is the first phase towards implementation of that work. CMR:388:97 Page 1 of 2 The total cost for the design and construction administration services is not-to-exceed $109,318. This includes $3,200 for reimbursable expenses and $9,000 for additional services. FISCAL IMPACT Funds have been appropriated in CIP 19406. ENVIRONMENTAL ASSESSMENT This project is exempt from CEQA under Section 15301 of the CEQA guidelines. ATTACHMENTS A - CMR:162:97 B - CMR:521:95 C - Amendment - PREPARED BY:Karen Smith, Manager of Facilities Maintenance and Projects DEPARTMENT HEAD-!~EVIEW: CITY MANAGER APPROVAL: GLENN S. ROBERTS Director of Public Works EIV~LY ~SON Assistant City Manager CMR:388:97 Page 2 of 2 City City of Palo Alt Manager’s Repor_tl_ 3 TO: FROM: HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: Public Works & Community Services AGENDA DATE: MARCH 24, 1997 CMR:162:97 SUBJECT:]BUDGET AMENDMENT ORDINANCE FOR THE RINCONADA POOL IMPRO_VEMENTS PROJECT - CIP 19406 !REOUEST Provide additional fimding in the Rinconada Pool Site Improvements CIP to replace the existing Children’s pool at Rinconada. RECOMMENDATIONS St~ff recommends that Council: 1.Approve the attached Budget Amendment Ordinance in the amount of $400,000 to fund the replacement of the Rinconada Children’s pool (Attachment D). Apprbve the attached CIP description for Rinconada Pool Improvements, CIP 19406 (Attachment E). POLICY IMPLICATIONS Approval of this Budget Amendment Ordinance (BAO) is consistent with existing policies. EXECUTIVE SUMMARY The Rinconada Pool Site Improvements project was funded to correct various health and safety concerns at the site including the repair or replacement of the existing deck around both pools, replastering both pools, minor modifications to the locker room areas, and lighting and electrical upgrades. The project also included repairs to the Children’s pool "m correct the problems caused by the uneven settling of the pool, provide proper drainage to meet current County Health Department standards, and install a ramp into the pool to comply with the Americans with Disabilities Act (ADA). CMLR:162:97 Page 1 of 4 Although the history of the original p0ol structure ~vas known, no structural or construction drawings were available for review. The wading pool was originally built as a cooling pond for the former generator plant, in or around 1915. Modifications to the pool were made in the 1960’s and the 1980’s adding a false bottom, mechanical equipment, drainage and coping to the pool to further its use as a recreational facility. Due to the lack df available information regarding the original structure and the impact the required modifications would have upon the structure, fui-ther investigation into the cause of the pool. settlement was required. During the design phase, investigations of the soil condition sun’ounding the Children’s pool and of the pool’s structural inte~ity were completed to determine the reason for the settling of the pool, the appropriate method of repair, and the appropriate design for the support of the handicap ramp. The determination of these factors required emptying the pool and the use of both intrusive and nonintmsive testing methods. Soil borings were taken around the pool, test pits du~ on opposing sides of the pool to determine the pool footing construction, core samples taken of the concrete walls and into the slab structures, and Profometer (electronic detection) readings taken to determine the location and size of steel reinforcing bars. Through the testing process, the consultants determined that the various stages of modification to the pool had not been structurally interconnected. The concrete tank walls and bottom were built with minimal or no reinforcing steel, The bottom of the tank appears to have been poured-in-place without any means of connection to the tank walls. In addition to the settling of the pool, cracks and leaks in the pool xvall structure were discovered during the investigation phase (Attachment A). Due to the age of the original structure and its cun’ent condition, the project architect recommends that it be replaced (Attachment B). The soils engineering report and the structural engineer’s report are available upon request. The funds requested through this BAO will be used to replace the .Children’s pool with a comparable structure in the same basic location. The replaci:ment of the pool will require some additional modification to the mechanical equipment to comply with the County health standards. The new pool xvill have a gradually sloped entry on one side to comply with the ADA requirements. As an incidental benefit, replacement-will also enable minor changes to the pool layout and design at only a minimal additional cost, which will enhance its functionality for the programs it serves. In addition to the proposed repairs, design changes are being made that will provide five different activity areas to the Children’s pool including a fountain play apparatus, a water slide, a sloped walk-in area for toddlers and the disabled, and an instructional area. By C1~fR:162:97 Page 2 of 4 introducing these new elements into the facility, a greater variety of water activities will be available to the youth in our community. Additionally, it will enhance our instructional program. Improved seating areas and landscaped areas will be provided for parents and family who are supervising their young children. These changes will provide a more attractive and colorful environment for Palo Alto’s children to enjoy (Attachment C). Rinconada Pool is a valuable and extensively used resource to the community. More than 73,000 children and adults utilize the pool for swim lessons, conditioning and recreational swimming annually. The Rinconada Masters and Palo Alto Youth Swim Club also utilize the pool, and three major swim meets are hosted annually, The Children’s pool is used’ extensively for lessons, wading and play by youngsters. - Now that there is the opportunity, ~ve are attempting to make the Rinconada Pool complex more attractive and aesthetically pleasing, as well as encourage use by families. Clearly, there is a significant linkage between the Children’s pool and the overall use of the facility-. by family groups. When the Children’s pool was closed for repairs during a six-week period last summer, a 65 percent decrease in overall attendance occurred resulting in a significant revenue loss. Funding is requested at this time due to scheduling concerns and the conditic~n of the existing structure. If approved, the project would be scheduled for construction over the winter of 1997-98. Work will commence immediately following the 1997 swim season and be completed in time for use during the 1998 summer swim season. If approval of funding were to be delayed in order to coincide with the budget schedule, work would then be delayed to the following year (1998-99). If replacement is deemed undesirable, it is rec~inmended tha( the Children’s pool be permanently closed, removed, and filled in, since it cannot continue to meet the applicable standards for public pools which are administrated by the County Health Department. .. FISCAL IMPACT The attached Budget Amendment Ordinance in the amount of $400,000 is requested from the Budget Stabilization Reserve to supplement fund!ng appropriated in the Rinconada Pool Site Improvements - CIP 19406. ENVIRONMENTAL ASSESSMENT This project is categorically exempt under the provisions environmental review is necessary. ATTACHMENTS of CEQA and no further C1VIR:162:97 -.Page 3 of 4 Attachment A - Report Summary of On-Site Exploration and Concrete Testing: DCI Attachment B - Summary of Findings: Milton F. Johnson, Architect Attachment C - Proposed Children’s Pool Attachment D - BAO Attachment E - CIPdescription PREPARED BY: Karen Smith, Manager of Facilities Maintenance & Projects DEPARTMENT HEAD REVIEW: GLENN S. ROBERTS Director of PubliG Works CITY MANAGER APPROVAL: DEPARTMENT HEAD REVIEW: PAUL THILTGEN Director of Community Services ty Manager CMR:162:97 Page 4 of 4 Corporate Offices bla t e r’i~L~/Ch e rni~ try Laboratori~ 415 F~Ud ~ve Mount~ View, Cali~omln 94~3 Telephone:(4t5) 967~982 Facs~He:(415) 967-6955 DYNAMIC CONSULTANTS, INC. Testing & Inspection Services ATTACHMENT A Branch Office 26 Hang~ Way, Suite F Watsonville, California 95076 Telephone: (408) 724.2234Fac~nLle: (408) T24-gI66 City of Palo Alto Public Works Department P. O. Box 10250 Palo Alto, California 94303 October 22, 1996 Attention: Bill Shaddle PROJECT:RINCONADA PARK CHILDREN’S P 0 0 L NW Com~er,of Newell and Embarcadero, Palo Alto, CA DCI No.: 2437-M09 Lab No.: 39455 SUBJECT:On-Site Exploration and Concrete Testing As requested, Dynamic Consultants, Inc. (DCI) has performed a limited surv.ey of the existing concrete foundations and slabs which were a part of the original pool construction at the subject project. This work was performed at the project site during the pe_riod October 1 to 4, 1996. The following report represents the results of our testing ahd observations. Background We understand that the City of Palo Alto proposes to construct a handicap ramp entrance to the existing children’s pool at the project site. DCI was retained to assist in exploring the condition and extent of the foundation system associated with the old original cooling pool structure. The pool has apparently undergone some differential movement as evidenced by an uneven water level. The pool structure appears to tilt down from north to south approximately one (1) inch. This condition has created concern about what has caused the apparent movement and how it might affect the future performance of the pool. Also of interest is whether there would be adequate foundation support for the new handicap ramp. The existing pool has undergone at least a couple of renovations over the years. We understand the original pool structure was constructed many years ago as a cooling water pond for a power plant. It was later converted to a wading pool, with the addition of a concrete edge around the pool and other improvements associated with this conversion to a public pool. According to a 1986 drawing by Godwin B. Steinberg Associates, . the pool was ~gain renovated by adding a new shallower concrete floor slab, along with some other related improvements. (Page 1 o.f 4) City of Palo Alto Public Works Department DCI. DYNAMIC CONSULTANTS, INC. October 22, 1996 DCI No.: 2437-M09 Lab’No.: 39455 Page 2 of 4 Scope of Work The following scope of work was developed based on Cecil H Wells, Jr. & Associates letter of July 8, 1996 bY Richard Cassidy, DCI’s proposal of September 11, 1996, and various job sitemeetings and discussions with Karen Smith, Bill Shaddle, and other City personnel, as well as Milt Johnson, Project Architect, and Richard Cassidy, Project Structural Engineer. 1. Excavate two test pits-to expose and explore the original pool wall and foundation. Perform Profometer/Pachometer Survey to determine presence of existing vertical and horizontal reinforcing steel in the original pool wall and footing. Determine the depth and size of pool wall foundation. !.Determine the connection between the pool wall and original floor, including.size and spacing Of - any dowel reinforcing. Drill core specimens from the pool wall at both test pit locations to determine construction details and test cores for compressive strength. Measure any water infiltration occurring into the test pits and test water to determine if it could be coming from the pool. rocedures he two t~es~ pit locations to be exposed were selected at Opposite slides of the pool in order to :plore both a wet and dry subgrade and foundation condition immediately adjacent to the pool-. ~_st pit No. 1 (TP-1) was located at t.he south end which is.at the !ow side in the same location as the cent test pit previously explored by Earth Systems. This was done to furthei: explore a crack ~served in the pool wall which was leaking water into the surrounding soil. Test pit No. 2 (TP-2) ~s located at the north end of the pool, which is at the higl~ side and presumed to be in a dry ndition. (Photos 1, 2, 9, 10, 19, 20) te test pits were excavated by saw c.utting a 4 foot by 6 foot opening in the concrete sidewalk slab d removing the concrete and soil to the bottom of the pod wall foundation with a back hoe. The posed concrete wal! and footing were cleaned off by hand and small portion of the bottom of the ~ting was dug out to measure its width and depth. Measurement~ and photographs were taken the exposed wal! and foundation. (Photos 5, 6, 7, 8, 1!, 12, 21, 22) City of Palo Alto Public Works Department DYNAMIC CONSULTANTS, INC. October 22, 1996 DCI No.: 2437-1vi09 Lab No.: 39455 Page 3 of 4 A Profometer was used to survey the exposed wal! area to determine the presence and location of reinforcing steel. A Profometer is an electronic metal sensing device which is designed and calibrated to detect reinforcing steel embedded in concrete at depths up to six inches. This was also used to survey the existing wading pool floor and wall to verify the reinforcing steel used in the previous renovations. Cores were drilled (two from each location) horizontally through the pool wall and into the concrete floor immediately behind the wall. This provided core specimens for compressive strength testing as well as visual evidence of the connection between the original pool wall and floor. These cores also provided an indication of some of the past renovation construction. These core specimens were examined, measured and photographed as they were removed from the ,,vail. Richard Cassidy, Project Structural Engineer, was present during the core drilling process and participated in the interpretation of the information obtained from the exposed foundations and the drilled cores. (Photos 15, 16, 25, 26) The core holes were patched by using, a bonding agent and then filling with a concrete. The excavated test pits were refilled with uncompacted soil up to the top of the existing sidewalk sl~b, and the two openings were covered with plywood. (Photo 18) In order to check the 16velness of the pool, the City of Palo Alto performed an elevation survey of the pool floor slab and points around the edge structure of the pool. The Public Works Department has a topographic map of the entire pool area which shows measurements taken previously on February 15, 1996 and then updated August 30, 1996. We have included.a copy of the wading pool level survey data in this report for your information (Appendix 2). DCI measured the approximate distance from the water surface (while water was still) to the top of the flow lip around the edge of the pool. This data was compared to the City’s data to determine the difference in elevation between the high and low sides of the pool. (Photos 3, 4) 3ummarv of Findings summary of our findings-and observations are detail in this report . We have included 9hotographs and sketches of th.e.exposures as well as other details to assist in the documentation ~nd description of our Observations, The following is a summary of our conclusions. The bottom of the original concrete pool wall (footing) is about 40 to 43 inches deep from the edge of the pool and 9 to 10 inches wide. The tested core compressive strengths averaged 3630 psi. No rebar was detected in the wall. The w.all appears to have been placed separately from the original floor slab and no connection or attachment was discovered. City of Palo Alto Public Works Department D DYNAMIC CONSULTANTS, INC. October 22, 1996 DCI No.: 2437-M09 Lab:No.: 39455 Page 4 of 4 The original concrete pool floor slab behind the wall is about 33 inches below the po01 edge. The slab thickness varied, but appeared to be at least 5 inches. No rebar was detected. The edge structure appears to contain some minor reinforcing and may have been constructed in more than one placement or phases of construction. The newer concrete slab and interior perimeter wall contain reinforcing which is apparently consistent with the earlier renovation details shown on drawing PL-1 by Goodwin B. Steinberg Associates, dated 1/8/86 (Appendix 1). Water is apparently leaking out of the pool, at least at the south side. It appears to be leaking _through the construction joints in the pool slab, traveling underneath to the perimeter wall, and then out into.the surrounding soil. 6. The. pool structure is tilted down to the south end approximately 1 inch. Limitations The findings and conclusions Offered in this report are based on a limited sur.vey using destructive and non-destructive techniques of selected areas of the project structure. The size and location of reinforcing steel, as determined by the Profometer and Pachometer, are based on judgement and interpretation of the data collected. We have performed our services in accordance with the standard of practice and care normally exercised by similar firms in the area. No other warranty or ~uarantee is offered or implied. . eve are pleased to have been of service to you on this project. Contact the undersigned if you have ~ny questions regarding this report. ~,es submitted, ~Y ~_lifford g, P.E. enior Engineer TS, INC. ’.nclosures: Summary of Findings (8 Pages) Photographs (18 Pages) Appendix (7 Pages) lc: Milt Johnson 1’c: Cecil H Wells, Jr. & Associates/Richard Cassidy [][] MILTON F. j,L, rlNSOb’ November 25, 1996 ATTACtt3X4ENT B #9521R City of Palo Alto/Public Works Dept. Facilities Management Division P. O. Box 10250 Palo Alto, CA 94303 ’ At~:MsKaren Smith Re:Pdnconada Park Pools Renovation Subj:Children’s Pool - Summary of findings Gentlemen: This is a synopsis of the geological, structural and materialtesting investigations that have been conducted on the existing Childrens’ Pool. I. Historical: The original cooling pond was built as an adjunct to the former stationary electric generator plant constructed some time after WWI, presumably in the early or mid-twenties. The purpose of the cooling pond was to store aerated (sprayed) water for re-use in order to cool the internal combustion engine(s) that drove the electric generators. As noted in the report prepared by Dynamic Consultants, Inc. (DCI) of Mountain View, CA, the circular concrete tank walls and bottom were without reinforcing steel. The bottom of the tank appeared to have been poured-in-place without any means of connection to the tank walls, i.e., a cold joint construction and no dowels or keyed joints. The adjacent swimming pool presumably was constructed prior to WWII, of cast-in-place, reinforced concrete utilizing conventional retaining wall (vertically cantilevered walls on tee-section footings) design. The pool originally measured 50 by 100 feet, but was enlarged after WWIIIi6 provide a width of 75 feet and 1 inch for 25 yard swimming (length-of-course)events. At about the same time (19607) that the swimming pool was enlarged, modifications were made to the Childrens’ Pool that included a new false bottom and an entirely new perimeter recirculation gutter and piping system. Similar revisionswere also made during 1986. Again, as noted in the report prepared by DCI, the various parts and additions were not structurally interconnected. This analysis is further supported.by the attached report, dated October 18, 1996, by C. H. Wells & Associates, Structural Engineers of San Mateo, CA. The scope-of-work for Project CIP19406 envisioned re-leveling the perimeter overflow gutter lip because the pool was one inch out-of-plumb. Also, a new handicapped access ramp at the south rim of the Childrens’ Pool was to be added. An assessment of the existing geological conditions was requested (January 21, 1996) at the commencement of the design process. An independent 81 HARBERN WAY HOLLISIER. CALIFORN~ 95023 ~,08/637.3810 To; City of Palo Alto~ublic Works Dept., Attn: Ms Karen Smith, November ~2fi,. 1996, P. 1!- geological reconnaissance was undertaken by -Earth Systems Consultants (ESCNC) of Fremont, CA, and’a report was submitted on May 31, 1996. Essentially, the analysis predicted a possible 3- inch settlement of the Childrens’ Pool at the southwest portion of the pool because of relatively soft soil when compared to soils at the opposite side. A supplemental report by ESCNC was issued on October 7, 1996; recommending that the proposed handicap ramp be independently supported on a raft type foundation and that no additional loads should bear on existing structure of the Childrens’ Pool. It was also noted that the vertical crack in the side of the existing pool wall (and foundation) included a 1/16 inch offset that was leaking about 1/2 gallon of water per minute. The supplemental report by ESCNC preceded the DCI report by two weeks, but both consultants concluded that the lack of a cohesively integrated structure con~ibuted to the pro~essive failure of the pool vessel to contain water. In essence, the existing st~uctare falls woefully short of being redeemable and does not justify any expenditure of funds to salvage it. II. Conclusion/Recommendation: The estimated cost of attaining the programmed revisions to the existing Childrens’ Pool is $75,000. There can be no assurances that the pool would remain level, even if this amount’of money were expended. Pipes can be repaired or replaced, but the potential sources of leaks through the existing smicture are too great. It is recommended that the existing pool be demolished and that saturated soils be removed from the site. Under the direction of the soil engineer, the site should be prepared for imported fill material to be placed. Stabilizing adjacent areas to protect the existing mainpool and bathhouse is equ .ally as important as stabilizing the area of the Children’s Pool. A ne~v Children’s Pool of similar size and shape, designed to contain more. and diverse activities, . can enhance swimming opportunities for th~ smaller children and certainly can be as unique as the existing facility. Pool Con lnson / ATTACHMENT D ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 1996-97 TO PROVIDE AN ADDITIONAL APPROPRIATION FOR CAPITAL IMPROVEMENT PROJECT 19406,RINCONADA POOL SITE IMPROVEMENTS,FOR REPLACEMENT OF THE CHILDREN’S POOL WHEREAS, pursuant to the provisions of section 12 ~fArZicle III of the Charter of the City of Palo Alto, the Council on June 24, 1996 did adopt a budget for fiscal year 1996-97; and WHEREAS, Capital Improvement Project (CIP) Number 19406~i~-~:~=h~ Rinconada Pool Site Improvements, was approved to p[ovide for a variety of pool, deck, and mechanical improvements, and later :increased to address additional health and safety concerns in both the wading and lap pools; and WHEREAS, further investigation of the wading pool has uncovered extensive structural problems which have led to uneven settling, as well as cracks in the original pool wall; and WHEREAS, due to the.age of the structure and its current condition, it is recommended that the structure be replaced. completely with a comparable structure in the same location; and WHEREAS, CIP Number 19406 must be increased by $400,000 to fund the replacement; and WHEREAS, City Couhcil authorization is needed to amend the 1996-97 budget as hereinafter set forth. NOW, THEREFORE, the Council of the City of Palo Alto does ORDAIN as follows:’ .SECTION i. The sum of Four Hundred ~housand Dollars ($400,000) is hereby appropriated to Capital Improvement Project No. 19406, Rinconada Pool Site Improvements, and the Budget Stabilization Reserve is correspondingly reduged. SECTION 2. This transaction will reduce the Stabilization Reserve from.$20,679.,l14 to $20,279,114. Budget SECTION 3. Alto Municipal Code, a two-thirds vote required to adopt this ordinance. As specified in Section 2.28.080(a) of the Palo of the City Council is ~ECTION 4. This project has been categorically exempt under Section , 15302 Environmental Quality Act. determined to be of ~ the CaIif0rnia SECTION 5. As provided in Section 2.04.350 of the Palo Alto Municipal Code, this ordinance shall become effective upon adoption. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST:APPROVED: City Clerk Mayor APPROVED AS TO FORM:City Manager Senior Asst. City Attorney Deputy City Admini s trat ive Department Manager, Services Director of Public Works ! ATTACHMENT E PRr’POSED REVISION IIlNCONADA POOI, SITE IMPROVEMENTS (19406) project Description: This project upgrades elements of Rinconada Pool to meet health and safer y requirements and storage needs. The children’s pool. will be replaced with one of similar size in the same location, supply and return piping will be replaced to both pools, the adult pool will be replastered, lighting will be iast’,.dled in the adult pool, new electrical service will be installed on the deck %r operation of pool equipment, and the deck will be replaced. The locker room ventilation will be hnproved, and the floors will be sloped for proper drainage, A new building will be constructed to house office space for swim groups and storage of pool equipment. .Project Components: Design and construction P~_P.~ect Justificatimu This project \viii resolve several health and safety concerns and will bring the facility into compliance with County and State standards. The children’s pool which has settled and has cracks in the pool wall structure will be replaced. The age of the original structure, its condition, and changes in the code requiring upgrades to the pool and equipment, make it cost effectiv~ to replace ratimr than repair the pool. The current deck is in very poor condition presenting tripping and foot injury problems. Other repairs include upgrading the mechanical equipment for improved ventilation in the locker rooms, improving the drainage.of the locker room floors, and rcplastering the adult pool. In addition to the health and safety issues, this project \viii provide enclosed storage space for pool equipment. It is an@ipated that this will be the last capita! project request for the pool until it requires re-plastering again, in 8-10 years. Impact and Suppor+l: Analysis: ¯ Enviromnental:Categorically exempt under Section 15301 of CEQA, minor change to existing facilities. Design elements:Project is subject.to ARB review. o Operating:Public Works/Facilities- will ’reduce maintenance requirements ¯ ’ Teleconmaunications’ None. ,Comprehensive Plan:This project furthers Policy 5 of the Schools and Parks Eletnent relating to makiug parks safer for users. JF|nancial A~: PY $530,000 1996-97 $175,000 $400,000 Mid-year BAO ,1997-98 1998-99 Source of Funding: General Fund Project Liaiso.n Contact: Karen Smith City City of Palo Alto Manager’s-Report 5 TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER , DEPARTMENT: PUBLIC WORKS AGENDA DATE: December 18, 1995 CMR:521:95 SUBJECT:Award of Agreement for the Rinconada Pool Improvement Project, CIP 19406 . - REQUEST This report recommends that Council approve an agreement for $64,350 with Milton F. Johnson, Architect for consultant design and construction administration/management services to construct the Rinconada P0ol Improvements, CIP 19406. RECOMMENDATIONS 1. Staff recommends that Council approve and authorize the Mayor to execute the attached agreement with Milton F. Johnson, Architect in the amount of $64,350 for the Rinconada Pool Improvement Project, CIP 19406. o Authorize the City Manager or her designee tO negotiate and execute one or more change orders to the agreement with Milton F. Johnson, Architect, the total value of which change orders shall not exceed $9,700. POLICY IMPLICATIONS Approval of the agreement does not represent any change to the existing policy. EXECUTIVE SUMMARY Because consultants experienced in the public health and safety requirements associated with municipal swimming pool design and construction are limited in number, staff reviewed th’e qualifications of selected consultants by phone before distributing the request for proposal (RFP). As a result of this pre-qualifying, staff mailed RFPs to four consultants,- two sub- consultants, and an advertising service; and a notice of bidding.was placed on the Internet. Proposals were received from two qualified consultants on October 10, 1995; Milton F. Johnson, Architect and David Evans and Associates, Inc. The consultant selection committee consisted of a Recreation Superintendent from the Community, Services Department and a Senior Engineer and Facilities Projects and CMR:521:95 Page 1 of 2 Maintenance Manager from the Public Works Department who reviewed the proposals and interviewed the firms. The committee ranked the firms based upon the criteria of knowledge of design requirements, experience, organization, compliance with RFP - requested information, references, proposed fee and oral presentation. Staff was very impressed with Milton F. Johnson, Architect, because of his thirty years of experience in pool design and construction. The new Rinconada Pool improvements consist of rriodifications to the piping infrastructure, resurfacing the pool deck, upgrades to the mechanical/electrical system, construction of a new pool storage facility, expansion of the Master’s swim club room, modifications to quiet the public address, system loudspeakers, installation of an ADA compliant access ramp to the children’s pool and miscellaneous repairs. The project will also include an option to replaster both pools, dependent upon availability of funding. FISCAL IMPACT Funds have been appropriated in the FY 1995-96 Capital Improvement Program. ENVIRONMENTAL ASS_ESSMENT This project is exempt from CEQA under Section 15301 of the CEQA guidelines. ATTACHMENTS A - Summary of Proposals B - Agreement P1LEPAR.ED BY:Karen Smith, Facilities Manager DEPARTMENT HEAD REVIEW: CITY MANAGER APPROVAL: GLENN S. ROBERTS Director of Public Works cc:Barry Weiss CMR:521:95 Page 2 of 2 ATTACHMENT "A" SUMMARY OF PROPOSALS for RINCONADA POOL IMPROVEMENT PROJECT, CIP 19406 No.Advantages Disadvantages 1 1. Consultant Name Milton F. Johnson, Architect David Evans & Associates 1.Over 30 years of experience in the design and construction of public swimming pools. 2. Excellent references. 1.Lots of experience with water related projects, ie., reservoirs, tanks, etc. 2.Highly organized, strong project management. One person firm. Not always available by phone. According to references it’s sometimes difficult to keep him on schedule. 1.Limited experience with pools. AGREEMENT BETWEEN THE CITY OF PALO ALTO AND MILTON F. JOHNSON, ARCHITECT FOR PROFESSIONAL ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES FOR THE RINCONADA POOL ~ IMPROVEMENT PROJECT, CIP 19406 ~A~. " .TH!S AGREEMENT, made and entered into this // day of~ , 1995, by and between the CITY OF PALO ALTO, a municipal corporation of California, hereinafter referred to as "CITY~." and MILTON F. JOKNSON, ARCHITECTS (Taxpayer Identification No. 77-0047777), a sole proprietorship, with offices at 81 Harbern Way, Hollister, cA95023, hereinafter referred to as "CONSULTANT"; W I TNE S SETH: WHEREAS,. CITY desires certain professional consultant services hereinafter described; and WHEREAS, CITY desires to engage CONSULTANT to provide these services by reason of its qualifications and experience for performing such services and CONSULTANT has offered to provide the required services on the terms and in the manner set forth herein; NOW; THEREFORE, in consideration of their mutual covenants, the parties hereto agree as follows: SECTION I~- DEFINITIONS i.i CITY California. The term "CITY" shall mean the City of Palo Alto, 1.2- CITY MANAGER The term "City Manager" shall mean the duly appointed City Manager of the City of Palo Alto, California, or his or her designated representative. The term. "City Clerk" shall mean the duly appointed City Clerk of the city of Palo Alto, California, or his or her designated represente~ive. 1.4 RISK MANAGER The term "Risk Manager" shall mean the duly appointed Risk Manager of the City of Palo Alto, California, or his or her designated representative. 1 951211 syn 0070889 1.5 PROJECT The term "Project" shall mean the services and improvements, if any, described in Exhibit "A" entitled "Scope of Project and Time Schedule," attached hereto and made a part hereof by this reference. SECTION 2 -PROJECT COORDINATION 2.1 CITY The c~ty Manager will be the representative of CITY for all purposes under this Agreement. PATRICK STONE hereby is designated as the Project Manager for the City Manager and he or she shall supervise the progress and execution of this Agreement. 2.2 CONSULTANT CONSULTANT shall assign a single Project Director to have overall reSponsibility for the progress and execution of this Agreement for CONSULTANT. MILTON F. JOHNSON hereby is designated as the Project Director for CONSULTANT and shall represent CONSULTANT during the day-to-day work on the Project. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute Project Director or Project Coordinator for any reason the Project Director or Project Coordinator designee shall be subject to the prior written, approval of the Project Manager. SECTION 3 SCOPE OF PROJECT The scope of the Project to be executed by CONSULTANT under the phases of the Basic Services described in Section 4.1 of this Agreement, and the time schedule for the Project, are described in Exhibit A. SECTION 4 -DUTIES OF CONSULTANT 4.1 BASIC SERVICES ~tages of Work. The Basic Services shall be furnished in the stages of work as described below and as more particularly described in Exhibit A. 4.1.1 Desiqn Stage The Design Stage shall consist of the following phases of work and shall include, but not be limited to, the usual professional services of architecture, civil, structural, electrical and mechanical engineering, and environmental planning, as applicable. CONSULTANT’S specific responsibilities under each of these phases are described below. 2 951211 syn 0070~9 4.1.1.1 Design Development Phase (a) CONSULTANT shall attend a pre-design conference with CITY staff and appropriate user groups called by the Project Manager at a time to be established by the PROJECT MANAGER, as described in Exhibit "A", to discuss the requirements of the Project and to provide the CONSULTANT with information and drawings on ~the existing pool and facilities, and develop an overall understanding of .CITY’S goals’ regarding the Project. (b) CONSULTANT shall work with CITY’S staff to secure .approvals of the Design Development Phase by City Council and/or other appropriate committees and commissions. If required by CITY, CONSULTANT shall make personal presentations of the Design Development Phase to the City Council, any City Council committee to which the Project is referred, the Planning Commission, any community advisory groups, and/or the Architectural Review Board. (c) CONSULTANT shall work with CITYstaff to secure approval of the conceptual design by the Architectural Review Board (ARB). CONSULTANT shall accomplish this by presenting a package showing two architectural schemes including tissue renderings and/or manufacturer’s drawings for the pre- fabricated pool ~ storage shed and the Master’s/Palo Alto Swim Club/Adult conditioning Building. The package shall also include color pallets., material boards and graphics. CONSULTANT shall submit to the ARB as soon as possible after the agreement is awarded (three (3) meetings total; one (i) with CITY staff and two (2) maximum with the ARB). (d) CONSULTANT shall attend a total of two (2) prerdesign meetings with CITY staff and the appropriate user groups; one (i) with staff and one (i) with the appropriate user groups). (e) CONSULTANT shall design all improvements to conform to applicable laws regarding the design, construction and mechanical operation of public swimming pools as contained in the California Health and Safety Code, the California Code of Regulations, the Uniform Building Code, ADA requirements, as they may apply to the existing pools and City of Palo Alto Municipal Code. (f) CONSULTANT shall provide a cost estimate for CITY. staff review and approval at the beginning of the Design Development Phase and update it at the completion of the Design Development Phase. (g) CONSULTANT shall attend a meeting with CITY staff~at the 60 percent Design Development Phase point to coordinate the preliminary and final design (I meeting). 3951211 syn 0070889 (h) CONSULTANT shall furnish four (4) bound sets of blueline drawings to staff for review and approval at the 60 percent design completion stage. (i) CONSULTANT shall furnish four (4) sets of an outline of the technical and general requirement specifications to staff for review and approval at the 60 percent Design Development Phase point. ¯ (j) CONSULTANT shall perform its obligations under this Design Development Phase within the time period permitted~in the Schedule Exhibit "A". (k) CONSULTANT shall return all phone calls from the CITY within 36 hours unless approved otherwise by the CITY. (i) Upon written approval by CITY for the completion of the Design Development Phase, CONSULTANT shall proceed to the Construction Document Phase. (m) CONSULTANT Shall submit to the Project Manager, in triplicate, copies of any and all calculations, sketches, diagrams, computer print outs, and other documents prepared during this phase of the Basic Services. 4.1.1.2 Construction Document Phase (a) CONSULTANT shall prepare from the- approved design development drawings, the construction documents consisting of drawings and other data to fix and describe the size and character of the entire Project, including materials and such other essentials, as maybe appropriate. In particular, CONSULTANT shall develop final detailed Drawings, Project Specifications and a listing of all comments received during the review~processes to develop final detailed Drawings, Project Specifications, and other items as described in Exhibit "A" setting forth in detail the requirements for the construction of the Project. CONSULTANT shall advise City of any adjustment in costs due to the general market.conditions by -making necessary corrections in the cost estimate. The contract Specifications shall be written -in conformance with the Construction Specifications Institute-Part III format for section numbering and organization. The Contract Specifications shall consist of Bidding and Contract Requirements (Division 0), General Requirements (Division i), and Technical Specifications (Divisions 2-16). CONSULTANT shall prepare all required sections of the Contract Specifications except for Division 0 and I, which will be provided by CITY. (b) If required by CITY, CONSULTANT shall make personal presentation of the Construction Document Phase to the City Council, any Council committee to which the Project is referred, the Planning Commission, any community advisory group 9512|1 ~yn 0070~9 and/or the Architectural Review Board. CONSULTANT shall attend a minimum of one (i) meeting and a maximum of two (2) meetings during this Phase. (c) CONSULTANT shall submit to the Project Manager, in triplicate, copies of any and all calculations, sketches, diagrams, computer printouts and other documents prepared during this~phase of CONSULTANT’S Basic Sel-vices. (d) CONSULTANT shall ~provide cost estimate for CITY staff review and approval at the 90 percent and i00 percent Construction Document Phase. (e) CONSULTANT shall work closely with CITY staff to assure the project costs do not exceed the project budget. (f) CONSULTANT shall assist staff to obtain a building permit from the building department by furnishing all necessary drawings and calculations. (g) CONSULTANT shall furnish four (4) bound sets of blueline drawings and other Agreement documents as required and described in Exhibit A to staff for review and approval at the 90 percent and i00 percent Construction Document Phase. (h) CONSULTANT shall furnish four (4) sets of the technical ’and general requirement specifications to staff for review and approval at the 90 percent and i00 percent Construction Document Phase. (i) CONSULTANT shall prepare a recommended construction phasing plan to be included in the specifications indicating an efficient and effective means for the CONTRACTOR to follow to minimize pool down time and disruption to pool users during construction. (j) Upon completion of final drawings CONSULTANT shall submit one complete set of full size original drawings to the CITY for review and approval, signature and reproduction by the CITY. (k) CONSULTANT shall attend meetings between the CITY and regulatory agencies at critical phases of the work and shall assist CITY in obtaining approval of regulatory agencies when required by such agencies. (i) CONSULTANT shall submit to Project Manager two (2) copies of any and all revisions to each o9 the calculations, sketches, diagrams, computer printouts, and other documents that were initially submitted during the Design Development Phase and any new calculation diagrams, computer printouts and other documents. 5 951211 syn 0070889 (m) The Project Manager shall issue his written approval to the CONSULTANT upon completion of the Documents Phase for supplying the appropriate number of reports, drawings, .specifications and documents to the CITY and otherwise complying with the provisions of this subparagraph 4.1.2 to the CITY’S sole satisfaction. (n) CONSULTANT shall return all phone calls from the CITY within 36 hours unless approved otherwise by the CITY. 4.1.1.3 Bid Phase (a) CONSULTANT shall assist staff in preparing any necessary addendums during the bid phase. (b) CONSULTANT shall assist CITY at the pre-bid conference in answering questions, and making recom- mendations concerning the request for bids for construction of the Rinconada Pool Improvements. CONSULTANT shall be available at all timesto answer CONTRACTOR’S questions about the Drawing and Project Specifications during the bid period~ (c) CONSULTANT shall assist CITY at and after the pre-bid conference, if required, in obtaining and analyzing bids, awarding the contract. (d) Upon award by the City Council of the construction contract, CONSULTANT shall proceed to the Construction Stage. (e) CONSULTANT shall return all phone calls from the CITY within 36 hours unless approved otherwise by the CITY. 4.1.2 Construction Contract Construction Staqe--Administration of the (a) The Construction Stage will commence with the award of the_construction contract and will terminate when final payment is made by CITY to the contractor or upon the filing and recordation of the notice of completion, whichever is later. (b) CONSULTANT shall attend pre-construction meetings and answer questions regarding the plans and specifica- tions prepared by CONSULTANT. -(c) CONSULTANT shall at all times have access to the work Wherever it is in preparation or in progress. (d) CONSULTANT and/or his subconsultantsshall make periodic visits to the site as necessary to become familiar with the progress and quality of the work and to determine if the work is proceeding in accordance with the contract documents. 0ntHe basis of on-site observations, CONSULTANT shall 6951211 syn endeavor to guard CITY against defects and deficiencies in the work of the contractor, including advising and consulting with CITY on technical instructions to the contractor and disapproving the contractor’s work if it fails to meet the requirements of the contract documents. CONSULTANT shall not be required to make continuous on-site inspections to check the quality or quantity of the work, provided that the limited extent of on-site observation furnished by CONSULTANT in no way shall reduce or lessen its responsibility or liability hereunder. CONSULTANT shall not be responsible for the construction means, methods, techniques, sequences or procedures, or for safetyprecautions and programs employed in connection with the work, and shall not be responsible for the contractor’s failure to carry out the work in accordance with the terms of the contract documents. CONSULTANT shall make periodic visits to the site to observe the quality and quantity of the work an average of two (2) times per week unless directed otherwise by the engineer. (e) CONSULTANT shall interpret the technical -requirements of the contract documents and advise CITY on the issuance of £echnical instructions to the contractor. (f) CONSULTANT shall review and take appro- priate professional action on laboratory, shop and mill tests, reports of equipment performance, shop drawings, samples, and other submissions of the contractor for conformance with the design concept of the Project and for compliance with the construction contract documents. (g) CONSULTANT shall prepare supplementary sketches required in order to clarify or supplement the original contract documents during the Construction Stage of work. (h) CONSULTANT shall observe the initial operation of the Project, or of performance tests required by the contract plans and specifications. (I) If required by¯ CITY, CONSULTANT shall assist CITY in the start-up, testing and operation of the equipment prior to acceptance of the Project by CITY. (j) CONSULTANT shall conduct site visits, accompanied by a representative of CITY, to determine the dates of substantial completion and final completion. Further, CONSULTANT shall make a declaration that the Project is in Conformance with the design concept and is in substantial compliance with the contract documents. (k) CONSULTANT shall attend meetings at least once each week (meeting may be held concurrent with weekly visit) throughout the Construction Stage with the contractor and representatives of CITY and shall submit to all concerned minutes of the meeting attended° 951211 syn 0070889 (i) CONSULTANT shall assist the CITY in preparing contract field orders, extra work authorizations, change orders, issue proposal requests, respond to requests for information and monitor claims and legal notices. (m) CONSULTANT, at its expense, shall provide the Project Manager with one copy of the specifications and a complete set-¯of four mil minimum thickness, single matte, good quality transparent mylar."as-built drawings" ("Record Drawings") of the Project. Mylars may be produced using the electrostatic method or the photographic "fixed line" process with reverse printing. Diazo (Ammonia) process drawings are not acceptable. In addition, CONSULTANT shall furnish CITY with copies of all design calculations and similar documents. (n) CONSULTANT shall not be responsible for damages or injuries caused solely by acts or omissions of the contractor, or any subcontractor, or any agent or employee of the contractor or any subcontractor, or of any other persons performing any of the work. CITY for contract. the (0) CONSULTANT shall provide assistance to the administration/management of the construction (p) CONSULTANT shall return all phone calls from the CITY-.within 24 hours unless approved otherwise by the CITY. (q) CONSULTANT shall assist the CITY to review progress payment invoices submitted by the contractor. (r) CONSULTANT ¯shall prepare and maintain applicable c4nstruction records, i.e., records of material tests, log of submittal, field diary for all field visits, non-conformance reports-and necessary photo documentation. (s) CONSULTANT shall assist the CITY during the final inspection walk-throughs. 4.2 ADDITIONAL SERVICES CONSULTANT Shall perform or obtain any and all of the following additional services if so authorized in writing by CITY, and shall be paid as.provided in Section 7 of this Agreement: studies. (a~ Provide financial feasibility or other special (b) Provide planning surveys, site evaluations, or comparative studies of prospective sites. (c) Make measured drawings of existing construction when required for¯ planning additions or alterations thereto. 8951211 syn 0070889 (d) Revise previously approved drawings, specifica- tions or other documents to accomplish changes not initiated by CONSULTANT. (e) Provide consultation concerning replacement of any work damaged by fire or other cause during construction, and furnishing basic professional services of the type set forth in this Agreement as may be .required in~onnection with the replace- ment of such work. (f) Provide professional services made necessary by the default of the contractor in the performance of the construction contract. (g) Provide contract administration and observation of construction after the contract time has been exceeded by more than twenty percent (20%) through no fault of CONSULTANT. (h) Provide services, other than the completion of the Record Drawings and the related. Project close-out, after final payment to the contractor. (I) Provide services as an expert witness in connection with any public hearing, arbitration proceeding, or proceeding of a court of record. (j) Provide services directly Lapplicable to the preparation of environmental impact stu-dies and reports. (k) Make detailed mill, shop, and/or laboratory inspection of materials and equipment. (li Furnish property, boundary, rights-of-way, topographic and utility surveys, and related office computations and drafting and surveying, (m) Furnish field surveys, photogrammetry, and field lay-outs of construction. (n) Furnish special photography, models, printed reports and additional copies of contract drawings and documents above the number specified in this Agreement. (o) Prepare applications and supporting documents for governmental grants or advances for public works projects, and implementing such grants or advances. (p) Instruct CITY employees in the operation and maintenance of newly installed equipment. (q) Incur travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under Basic Services of this Agreement. 9 951211 syn 0070889 (r) Prepare operation and maintenance manual. (s) Perform any other services that may be agreed upon by the parties subsequent to the execution of this Agreement. 4.3 GENERAL DUTIES OF CONSULTANT 4.3.1 CONSULTANT represents that it has the expertise and professional qualifications to furnish the services described under this Agreement. CONSULTANT further declares that he and all of its subconsultants, if any, are licensed by the State of California -tQ perform their services, if required, and that these services will be performed by them or under their supervision. CONSULTANT shal! furnish to CITY for approval, prior to execution of this Agreement, a list of all firms or corporations to be employed as subconsultants. 4.3.2 CONSULTANT states that it is aware of 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 shall comply with or ensure by its advice that compliance with such provisions will be effected pursuant to the terms of this Agreement. 4.3.3 CONSULTANT at no extra cost to CITY shallpreparein the contract documents alternative bid items, in addition to base bid items, in compliance with Section 6 hereof. 4.3.4 CITY reserves the right to retain theservices of a construction cost CONSULTANT to prepare estimates of cost independent of those prepared by CONSULTANT during each phase of design. CONSULTANT shall meet with the construction cost CONSULTANT and CITY representatives to resolve major differences in their respective estimates. 4.3.5 CONSULTANT shall furnish CITY with everyreasonable opportunity for CITY to ascertain that the services of CONSULTANT are being performed in accordance with the requirements and intentions of this Agreement. SECTION5 DUTIES OF CITY 5.1 CITY shall provide full information regarding its requirements for the Project. 5.2 CITY shall examine documents submitted, by CONSULTANT and shall render decisions pertaining thereto promptly, to avoid unreasonable delay in the progress of CONSULTANT’S work. 5.3 CITY shall furnish a land survey of the site including, as applicable, grades and lines of streets, alleys, pavements and adjoining property; rights of way, restrictions, easements, encroachments, zoning, deed restrictions, boundaries and I0 951211 ~yn~70889 contours of the site; locations, dimensions and complete data pertaining to existing buildings, other improvements~ and trees; and known information concerning available service and utility lines both public and private, above and below grade, including inverts and depths and relative elevations of existing improvements as may be required. 5.4 CITY shall furnish environmental, structural, mechanical and other laboratory test~, inspections and reports as required by law or by the contract documents. 5.5 CITY shall furnish such legal, accounting and insurance counseling services as may be necessary for the Project, and such auditing services as may be required to ascertain how or for what purposes the contractor has used the-omoneys, paid to it under the construction contract. 5.6 The services, information,~ surveys and reports required by paragraphs 5.1 and 5.3 through 5.5 inclusive shall be furnished at CITY’S expense, and CONSULTANT shall be entitled to rely upon th~ accuracy thereof. ~ 5.7 If cITY observes or otherwise becomes aware of any fault or defect in the Project or nonconformance with the contract documents, CITY to the extent it is feasible to do so shall give prompt written notice thereof to CONSULTANT. 5.8 CITY shall require the contractor’s liability insurer to indemnify and defend CONSULT-ANT and his consultants, as the CITY’S representative, as~ provided for in the. contract documents. CITY shall cause the contractor to purchase and maintain Builder’s Risk Insurance in an amount equal to 100% of the Contract Sum, protecting the CITY and holding the--CITY, and~ CONSULTANT and his subconsultants,~ as the CITY’S representative, harmless against all claims, and waiving rights of recovery under terms of this requirement. ~.. SECTION 6 -EXCESS ESTIMATED CONSTRUCTION COST AND BID 6.1 BIDS IN EXCESS OF FINAL ESTIMATE OF CONSTRUCTION COST If the lowest responsible bid for the Project received by CiTY exceeds one hundred ten percent (110%) .of the amount of the- approved final detailed estimate of construction cost, CITY shall (a) give written approval of an increase in such fixed limit, ~r (b) authorize rebidding of the Project within a reasonable time, or (c) cooperate in revising the Project scope and quality as required to reduce the construction cost. In the case of .(c), CONSULTANT, without additional charge, shall modify the drawings- and specifications as necessary to bring the construction cost within the fixed limit. The providing of this service shall be the limit of CONSULTANT’S responsibility in this regard, and having done so, CONSULTANT shall be entitled to its fees in accordance with Section 7 of this Agreement. Ii 951211 ~n~70889 6.2 FIXED MAXIMIIM LIMITOF CONSTRUCTION COST When a fixed maximum limit of construction cost is established as a condition of this Agreement, pursuant to subparagraph (c) of paragraph 6.1, CONSULTANT shall be permitted to determine, with approval of the Project Manager, the materials, equipment, component systems, .and typ~s of construction which are to be included in the contract documents to bring the Project cost within the amount of the fixed limit; however, at all times hereunder, the principles of value engineering shall be adhered to. CONSULTANT also may make adjustments in the scope of the Project and include in the contract documents alternate bids to adjust the construction costs to the fixed limit, all with the express prior approval of the Project Manager. 6.3 CONSTRUCTION COST ESTIMATE The statements of probable construction cost and detailed final estimate of construction cost prepared by CONSULTANT represent it~ best judgment as a design professional familiar with the construction industry. It is recognized, however, that neither CONSULTANT nor CITY has any control over the cost of labor, materials- or equipment, over the contractors’ methods of determining bid prices, or over competitive bidding or market conditions. Accordingly, CONSULTANT cannot and does not guarantee that bids will not vary from any statement of probable construction cost or other cost estimate prepared by him. SECTION 7 PAYMENT Payment shall be made by CITY only for services rendered and within thirty (30) days of submission in triplicate of monthly progress payment requests. Each invoice shall be itemized as to the type of payment described in this .section. 7.1 CONSULTANT’S FEES In consideration for the full performance of the Basic Services and Reimbursable Expenses described in Sections 4 and 7 of this Agreement, CITY agrees to pay CONSULTANT a fee ngt to exceed thirty-six thousand eight hundred ninety dollars ($36,890) for the Design Stage and eighteen thousand three hundred sixty dollars(S20,360) for the Construction Stage, for a total contract price of fifty-seven thousand two hundred fifty dollars ($57,250). The amount of CONSULTANT’S compensation shall be calculated as set forth in Exhibit "B", entitled "Rate Schedule," attached hereto and made a. part hereof by this reference, on a time and materials basis, up to the maximum amount set forth in-this paragraph 7.1. 7.1.1 Subconsultants. Fees for subconsultants,hired directly by CONSULTANT, shall be approved by CITY in advance. of incurring such fees. 12 95~! ~n0070~9 7.1.2 For Additional Services. For CONSULTANT’S additional.services, as described in Section 4 of this Agreement, compensation shall be as prescribed in Exhibit B but shall not exceed five thousand dollars ($5,000). 7.1.3 For Extra Work or Changes. Payment for extra work or changes in the work not initiated by CONSULTANT and authorized in writing by the Project,Manager shall be made within thirty (30) days of submission by CONSULTANT of a statement in triplicate of itemized ’costs covering such work. Prior to commencing such extra work or changes, CONSULTANT and CITY shall agree upon an estimated not-to-exceed cost for such extra work. In no event shall CONSULTANT be paid for design work or change order preparation which is necessary because of CONSULTANT’S errors or oversights. 7.1.4 Calculation of Direct Personnel Expense. Direct personnel expense of employees engaged on the Project by CONSULTANT shall include only_the work of architects, engineers, designers, j.ob captains, draftspersons, specification writers and typists, in consultation, research and design, in producing drawings, specifications and other documents pertaining to the Project~ and in services during construction at the site. 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. 7.1.5 Reimbursable Expenses.ReimbursableExpenses under the Agreement shall not exceed two thousand one hundred dollars ($2,100). Reimbursable Expenses are in addition to the compensation for Basic and Additional Services and include actual expenditures made by CONSULTANT, its employees, or its professional consultants in the interest of the Project for expenses listed in the following paragraphs: (a) Expense in connection with the Project for long distance telephone calls and telegrams and fees paid for securing approval of authorities having jurisdiction over the’ Project. (b) Expense of reproduction, graphics, postage and handling of drawings and specifications, except for those required to be furnished by CONSULTANT in Section 4 and for use in CONSULTANT’S office. (c) Only if authorized in advance in writing by CITY, expense of overtime work requiring higher than regular rates, expense of renderings or models for CITY’S use, and expense of computer time when used in connection with Additional Services under Section 4. 13 951211 syn 0070B~9 7.2 PAYMENT SCHEDULE 7.2.1 For Basic Services. Payments for Basic Services shall be made monthly in progress payments in proportion to the services performed for each Stage. The final progress payment shall be made by CITY after CONSULTANT has submitted all required Record Drawings and reports. 7.2.2 For Additional Services. Payments for Additional Services of CONSULTANT as defined in Section 4 shall be made as part of the monthly progress payments for services rendered. 7.2.3 For Reimbursable Expenses. payments for Reimbursable Expenses of CONSULTANT shall-be made as part of the monthly progress payments for services rendered. 7.2.4 Deductions. No deductions shall be made from CONSULTANT’S compensation on account of penalties, liquidated damages, or.other sums withheld from payments to contractors. 7.2.5~ Payment Upon Suspension or Abandonment of Project. If the Project is suspended for more than three months or abandoned, in whole or in part, CONSULTANT shall be paid its compensation for services performed prior to receipt of written notice from CITY of such suspension or abandonment, together with additional and reimbursable expenses then due. i If the Project is resumed after being suspended for more than o~le hundred twenty (120) days, any change in CONSULTANT’S compensation shall be subject to renegotiation and, if necessary, approval by the Palo Alto City Council (the "City Council"). If this Agreement is suspended or terminated for fault of CONSULTANT, CITY shall be obligated to- compensate CONSULTANT only for that portion of CONSULTANT’S services which areof benefit to CITY, as such determination may be made by the City Manager in the reasonable exercise of his or her discretion. SECTION 8 -PROGRESS AND COMPLETION 8.~i TERM OF AGREEMENT; TIME IS OF THE ESSENCE The term of this Agreement shall commence upon its execution by CITY.The Design Development Phase of the work shall start immediately upon receipt by CONSULTANT of a Notice to Proceed. Work on each successive phase of service as specified in Section 4 of this Agreement shall proceed sequentially by stages and phases upon CITY’S written notification, thereof and, until receiving such notification, CONSULTANT shall notproceed with any subsequent item of service. The parties hereto agree that time is of the essence of this Agreement. This Agreement shall terminate upon final completion and acceptance by the CITY of the construction project or as directed by the Engineer. 14 951211 syn~70889 8.2 TIME OF COMPLETION OF EACH PHASE CONSULTANT agrees to perform the phased services within the time limits set forth under the time schedule in Exhibit A provided, however, that any change in the scope of services, or delays not caused by the CONSULTANT, may require a revised time table. The Construction Stage, if’any, shall be dependant upon the length of the contraci, but in no event shall CONSULTANT submit Record Drawings later than ten (I0) working days after completion of construction work, as determined in writing by the Project Manager. CITY agrees to exercise due diligence in performing~its tasks to implement CITY’S time table provided under Exhibit A. 8.3 CITY’S REVIEW AND APPROVAL Between-each phase of work there shall exist a review and approval period by CITY. CITY shall exercise due diligence to complete these tasks; however, it is recognized that the interrelated exchange of information among CITY’S various departments makes it impossible to set a specific time schedule. Normally, C!TY’S estimated period of review and approval will be .furnished to CONSULTANT at the time of submission of each phase of the work if it isdifferent than outlined in the attached schedule (see Exhibit A). 8.4 EXTENSION OF TIME OF COMPLETION In the’event the services called for under this Agreement are not COmpleted by CONSULTANT within the time specified, CITY shall have the option to extend the time of completion. This paragraph does not preclude the recovery of damages for delay of either party. SECTION 9 -CHANGES IN WORK CITY may order major changes in scope or character of work, either decreasing or increasing the amount of CONSULTANT’S services. In the event that such changes are ordered, CONSULTANT shall be entitled to full compensation for all work performed prior to receipt of-notice of change. Increased compensation for major changes shall be determined in accordance with Section 7 of the Agreement, but in-no, event shall CITY be liable for. payment unless the amount of such .extra compensation shall first have been agreed to in writing by CITYo In the event that major changes are ordered pursuant to this section,-the schedule for progress and completion in Section 8 of~ this Agreement, and compensation under Section 7 of this Agreement, shall be adjusted by negotiation between CONSULTANT and CITY, subject to approval, if necessary, by the City Council. 951211 syn 0070889 .15 SECTION I0 TERMINATION OR SUSPENSION OF AGREEMENT I0.I CANCELLATION BY CONSULTANT CONSULTANT may terminate this, Agreement Or suspend work on the Project by providing thirty (30) days’ written notice thereof to CITY, but only in the event of substantial failure of performance by CITY or in the event CITY abandons or indefinitely postpones the Project. 10.2 CANCELLATION BY CITY Without limitation to such rights or remedies as CITY shall otherwise have by law, CITY may terminate this Agreement or suspend work on the Project with or without cause, by providing fifteen (15) days’ written notice thereof to CONSULTANT, or immediately after submission to CITY by CONSULTANT of any completed item of service specified in Section 4 of this Agreement. CONSULTANT agrees to cease all work under this ~greement upon receipt of said written notice. 10.3 COMPENSATION OF CONSULTANT TERMINATION OF THIS AGREEMENT IN THE EVENT OF In the event of termination of this .Agreement or suspension of work on the Project by either CITY or CONSULTANT as provided herein,’UONSULTANT shall receive compensation Ks follows: (a) For approved items Of service under Section4 of this Agreement, compensation shall be in the amount outlined under Section 7 of this Agreement for the items of service fully performed by CONSULTANT. (b) For items of service on which a Notice to Proceed has been issued by CITY, but which have not been fully completed and approved, CONSULTANT -shall be compensated for the items of service in an amount which bears the same.ratio to the total fee otherwise payable for the performance of the service as the service actually rendered bears to the total service necessary for the full performance of the item of service. (c) In no event shall the total compensation paid in .the immediately preceding Paragraphs ~exceed the payment specified in Section 7 for the respective items of service to be furnished by CONSULTANT. (d) Notwithstanding anything, in the preceding paragraphs, upon termination for fa~ult of CONSULTANT, CITY shall be obligated to pay for only that portion of the service, which can be incorporated in the Project. 10.4 DUTIES OF CITY AND CONSULTANT Upon termination of this Agreement or suspension.of workon the Project by either CITY or CONSULTANT, as provided herein, 16 951211 syria70889 all duties of CITY and CONSULTANT, as set forth in Sections 4 and 5 hereinabove, shall terminate. SECTION Ii - CONSULTANT’SACCOUNTING RECORDS Records of the following expenses, pertaining to the Project shall be kept by CONSULTANT in accordance with generally recognized accounting principles and,shall be made available tO CITY at mutually convenient times during the term of this Agreement and for three (3) yeags following the termination of this Agreement: expenses. Agreement). (a) Direct personnel expenses, including CONSULTANT (See Section 7 of this Agreement.) (b). Reimbursableexpenses. (See Section 7 of this (c) Expenses pertaining to Additional Services. (See Section.7 of this Agreement.) SECTION 12 -OWNERSHIP OF ,DOCUMENTS 12.1 OWNERSHIP OF ORIGINAL DOCUMENTS Subject to the provisionsof Paragraph 12.2 below, theoriginal drawings, maps, plans, designs, records of survey, work data, specifications, and any other documents prepared by CONSULTANT in the performance of this Agreement, although instru- ments of professional service, are and shall be the property of CITY whether the work for which they are made is performed or not. ’12.2 TRANSFER TO CItY Upon termination under Section I0 of this Agreement and upon CITY’S payment of the amount required to be paid under same section, the originals and all drawings, .calculations, specifications and any similar documents shall become the property of CITy., and CONSULTANT shall’transfer them to CITY, upon request, without addition~l compensation. CITY shall have the right to utilize any completed or uncompleted drawings, estimates, specifications, and any other documents prepared hereunder by CONSULTANT. SECTION 13 INDEPENDENT OF CITY INTEREST OF CONSULTANT;CONSULTANT In accepting this Agreement, CONSULTANT covenants that it presently has no interest, and shall not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the services hereunder. CONSULTANT further covenants that, in the performance of this Agreement, no subcontractor or person having such an interest shall be employed. CONSULTANT certifies that no one who 17951211 syn 00~/0889 has or will have any financial interest under this Agreement is an officer or employee of CITY. It is expressly agreed that in the performance of the professional services required under this Agreement CONSULTANT, and any of its subconsultants or employees, shall at all times be considered independent contractors and not agents or employees of CITY. ’ SECTION 14 OUTSIDE CONSULTANTS CONSULTANT shall be responsible for employing all outside consultants (subconsultants) necessary to aid CONSULTANT in the performance of the services listed in Section 4 of this Agreement; provided, however, that all such subconsultants shall receive prior approval of CITY in writing and shall remain acceptable to CITY during the term of this Agreement. SECTION 15 -INDEMNITY CONSULTANT agrees to protect, inde~mnify, defend and hold harmless CITY, its Council members, officers, agents, and employees from any and all claims, demands or liability of any nature, including death or injury.to any person, property damage or any loss, caused by or arising out of CONSULTANT’S, its officers’, agents’, subconsultants’ or employees’ negligent acts, errors or omissions, or willful misconduct, or conduct for which the law may impose strict liability on CONSULTANT. in the performance of or failure to perform its obligations under this Agreement: SECTION 16 -INSURANCE 16.1 INSURANCE COVERAGE CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect throughout the entire term of this Agreement, the insurance coverage described .in Exhibit "C" to this Agreement, attached hereto and made a part hereof by this reference, insuring not only CONSULTANT and its subcontractors, if any, but also, with the exception of workers’ compensation, employer’s liability and professional liability insurance, naming as additional insures CITY, its Council members, officers, agents, and employees, and each of them, concerning this Agreement and the Project. All insurance coverage required hereunder shall be provided through carriers with a Best rating of A:X or higher that are admitted to do business in the State of California. Any and all subcontractors of CONSULTANT under this Agreement shall obtain and maintain, in full force and effect throughout.the term of-this Agreement, identical insurance coverage, with CITY named as additional insured under such policies as required above. 18 951211 ~n~70889 16.2 EVIDENCE OF COVERAGE Certificates of such insurance, preferably on the forms provi~ ~d by CITY, shall be filed with CITY concUrrently with the execu~ on of this Agreement. The certificates shall be subject to the a[,proval of the Risk .Manager and shall contain an endorsement stating that the insurance is primary coverage and will not be cancelled or altered by the insurer without thirty (30) days’ prior written notice to CITY of such cancel~ation or alteration, and that the Ci’ty 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 shall be kept on file at all times during the term of this Agreement with the City Clerk. 16.3 NO LIMIT OF LIABILITY T~e procuring of such required policy or policies of insurance shall not be construed to limit CONSULTANT’S liability hereunder ~or to fulfill the indemnification provision and requirements of this Agreement under- Section 15 hereof. Notwithstanding said. policy or policies of insurance, CONTRACTOR shall be obligated for the full and total amount of any damage, injury, or loss caused by the services performed under this Agreement, including after the Agreement has terminated or expired. SECTION 17 WORKERS’ COMPENSATION CONSULTANT, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for wor~ers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions before commencing the performance of the work under this Agreement. SECTION 18 - CORRECTION OF ANY ERRORS, OMISSIONS, AND AMBIGUITIES IN CONTRACT DOCUMENTS Any errors, omissions, or ambiguities in the contract documents prepared by CONSULTANT which are discovered before the Project is invited for bid shall be corrected by CONSULTANT without cost to CITY. CONSULTANT services required to make changes in construction resulting from errors, omissions, or ambiguities in the contract documents which are discovered after the contract is awarded shal! be performed by CONSULTANT without cost to CITY only insofar as they result in unnecessary or non-beneficial changes in ~construction.~ CONSULTANT services required to make changes in construction resulting from errors, omissions, or ambiguities in the contract documents which are discovered after the contract is awarded shall be performed by CONSULTANT and shall be paid for by CITY only insofar as they add a benefit to the construction work. 19 951211 syria70889 SECTION 19 AUDITS CONSULTANT agrees to permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’S records pertaining to matters covered by this Agreement~ CONSULTANT further agrees to maintain such records for at least three (3) years after the termination of this Agreement. ’ SECTION 20 - AGREEMENT BINDING The terms, covenants, and conditions of this Agreement shall apply to, and shall bind, the heirs, successors, executors, administrators., assigns, and subcontractors, as the case may be, of both parties. SECTION 21 -NONASSIGNABILITY 21.1 PERSONAL SERVICES OF CONSULTANT B~th parties hereto recognize that this Agreement is for the personal services of CONSULTANT and cannot be transferred, assigned, or subcontracted by CONSULTANT without the prior written consent of CITY. 21.2 SERVICES OF SUBCONSULTANTS AND THEIR EMPLOYEES CONSULTANT shall be responsible for employing or engaging all persons necessary to perform the services of CONSULTANT hereunder. No subconsultant of CONSULTANT will be recognized by CITY as such; rather, all subconsultants redeemed to be employees of CONSULTANT, and it agrees to be responsible for their performance. CONSULTANT shall give its personal attention to the fulfillment of the provisions of this Agreement by all of its employees and subconsultants, if any, and shall keep the work under its control. If any employee or subconsultant of CONSULTANT fails or refuses to carry out the provisions of this Agreement or appears to be incompetent or to act in a disorderly or improper manner, he or she shall be discharged immediately from the work under this Agreement on. demand of CITY. SECTION 22 - RELIANCE UPON PROFESSIONAL SKILL OFCONSULTANT It is mutually understood and agreed by and between the parties hereto that CONSULTANT is skilled in the professional calling necessary to perform the work agreed to be done hereunder and that CITY relies upon the skill of CONSULTANT to do and perform the work in the most skillful manner, and CONSULTANT agrees to thus perform the work. The acceptance of CONSULTANT’S work by CITY-does not operate as a release of CONSULTANT from the obligation. 20951211 ~yn~70889 SECTION 23 -NO IMPLIED WAIVER No payment, partial payment, acceptance or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTION 24 WAIVERS The waiver by either party o~ any breach or violation of any term, covenant, or "condition of this Agreement or of any provisions of any ordinance or law shall not be deemed to be a waiver of such term, covenant, condition, ordinance or law or of any subsequent breach or violation of the same or of any other term, covenant, condition, ordinance or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, covenant, or condition of this Agreement or of a~y applicable law or ordinance. SECTION 25 -COSTS AND ATTORNEYS’ FEES The prevailing party in any action brought to enforce the terms of this Agreement or arising out of this Agreement may recover from the other party its reasonable costs and attorneys’ fees expended in connection with such an act±on from the other party. SECTION 26 -NONDISCRIMINATION; PENALTY 26.1 DUTY OF CONSULTANT No discrimination shall be made in the employment of persons under this Agreement because of the age, race, color, national origin, ancestry, religion, disability, sexual preference, or sexof such person. If the value of this Agreement is, or may be, Five Thousand Dollars ($5,000) or more, CONSULTANT agrees to meet all requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the "Compliance Report--Nondiscrimination Provisions of City of Palo Alto Contracts" on the form furnished by CITY and attached hereto as Exhibit "D" and made a part hereof by this reference. CONSULTANT agrees that each agreement for services from independent providers shall contain a provision substantially as follows: "Provider shall provid~ CONSULTANT with a .certificate stating that he (or she) is currently in compliance with all Federal and State of California laws- covering nondiscrimination in employment; that he (or she) will-pursue an affirmative course of action as required by the Affirmative Action Guidelines of the City of Palo Alto; and that he (or she) will not discriminate in the employment of any person under this contract 21 951211 syn~70889 because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or sex of such person." 26.2 PENALTY FOR DISCRIMINATION If CONSULTANT is found in violation of the nondiscrimination provisions of the ’State of California Fair Employment Practices Act or similar provisions of federal law or executive order in the performance of this Agreement, it shall thereby be found in material breach of this Agreement. Thereupon, CITY shall have the power to cancel or suspend this Agreement, in whole or in part, or to deduct from the amount payable to CONSULTANT. the sum of Twenty-five Dollars ($25) for each person for each calendar day during which such person was discriminated against, as damages for breach of contract, or both. 0nly a finding of the .State of California Fair Employment Practices Commission or the equivalent federal agency or officer shall constitute evidence of a violation of contract under this section. If CONSULTANT is found in violation of the nondiscrimination provisions of this Agreement or the applicable affirmative action guidelines pertaining to this Agreement, CONSULTANT shall be found in material breach of this Agreement. Thereupon CITY shall have the power to cancel or suspend this Agreement, in whole or in 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 foundto have been in suhh noncompliance as damages for breach of contract, or both. SECTION 27 - ARBITRATION Upon agreement of the parties any controversy or claim arising out of or relating to this Agreement may be settled by arbitration in accordance with the Rules of the American Arbitration Association, and judgment upon the award rendered by the arbitrators may be entered in any court having jurisdiction thereof. SECTION 28 -NOTICE~ All notices hereunder shall be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk Post Office Box 10250 Palo Alto, California 94303 To CONSULTANT:’Attention of the Project Director at the address of CONTRACTOR recited above 22 951211 syria70889 CALIFORNIA ALLoPURPOS,~ ACKNOWLEDGMENT State of personally appeared Neme(s) [] personally known to me - ORead"proved to me on the basis of satisfactoryevidence to be the persop.(-s’F whose name(,sa-iS/~bscribed to the within instrument and acknowledged to me that he/sbe, Lth,e~executed the same in his~ authorized capacity(iee’)Tand that by hisJ.herCtt’~r signatureJre)~n the instrument the persor.K-siT’, or the entity upon behalf of which the person(~cted, executed the instrument. WITNESS my hand and official seal. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached ~:~ocument . ,,,/’Document Date:" ,,",=~/~/,,~".d"---~ ~q’umber of Pages: ,,~ Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: [] Individual [] Corporate Officer Title(s): [] Partner-- [] Limited [] General [] Attorney-in-Fact [] Trustee [] Guardian or Conservator [] Other: Signer Is Representing: Top of thumb here Signer’s Name: [] Individual [] Corporate Officer Title(s): [] Partner-- [] Limited [] General [] Attorney-in-Fact [] Trustee [] Guardian or Conservator [] Other: Signer Is Representing: Top of thumb here 1994 National Notary Association ¯ 8236 Remmet Ave,, P.O, Box 7184 ¯ Canoga Park. CA 91309-7184 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 SECTION 29 -ALL COVENANTS ARE CONDITIONS All provisions of this Agreement are. expressly made conditions. SECTION 30 - AGREEMENT. CONTAINS ALL UNDERSTANDINGS; AMENDMENT This document . represents the entire and integrated agreement between CITY and CONSULTANT and supersedes all prior negotiations, [epresentations, and agreements, either written or oral. This document may be amended only by written instrument, signed by both CITY and CONSULTANT. SECTION 31 - GOVERNING LAW This Agreement shall be governed by the laws of the State of California. IN WITNESS WHEREOF, CITY and CONSULTANT have executed this Agreement the day and year first above written. ATTEST:CITY OF PAL0 ALTO City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: City Manager .iton F. State License No. C4181 Taxpayer Identification No. 77-0047777 Deputy City Manager, Administrative Services Director of Public Works Risk Manager Attachments: EXHIBIT ’ "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF PROJECT & TIME SCHEDULE RATE SCHEDULE & PAYMENT SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 23 951211 syria70889 CERTIFICATE OF ACKNOWLED~NKENT (Civil Code § 1189) STATE OF ) ) COUNTY OF ~) On , before me, the undersigned, a notary public in and for said County, personally appeared 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) a~ted, executed the instrument. WITNESS my hand and official seal. 24951211 syn 0070889 []J MILTON F.JOHNSON ARCHITECT EXHIBIT A-I RS:City of Palo Alto - Rinconada Park Pools Subj:Scope-of-design-work for renovation ~ - (Ba.sc Bid): I. Engineering hydraulics calculations and pipe sizing and single line diagrams for replabqmg all ~L-’rtxt pool water recirculation lines from pools to mechanical room. 2. Engineering hydraulics calculations and select method to appropriately dispose of filter backwash effluent to existing sanitary sewer to south of bathhouse.. 3. EMs. ign new d~k drainage and collection system in conjunction with partial deck removal and replacement, including resurfacing of entire pool deck areas and a~opriate expansion joints. 4. Redesign plumbing and fittings to connect new drinking fountains to meet current Code and acca~ requirements. 5.Redesign surge!balance pit piping, and aeccssibility to isolation/balance valves and water levelsensing systems. 6. Redesign piping and location of chemical probes for monitoring chemieal condition of each pool. 7. Redesign existing public address system to mitigate neigttborhood complaints, including acoustic evaluation of ~sed system changes. 8. Redesign perimeter deck coping at competition pool, including integral cantilevered deck, deck inserts for stanchion anchors, take-off platforms, mandated deck depth markers and warning signs, and new recessed deck hydrant boxes for l’mndicapped liR stations (2) access compliance, 9.Redesign ladder access to comply with Title 2g-Part II at competition pool. 10.Design an access ramp and handrailings to meet Sta~ and ADA requirements, at wading pool. 1 1. Provide design documents for a pool storage building for equipment and supplies stipulated in tim City’s RFP. 12; Provide design documents for an addition to the existing Masters’/Palo Alto Swim Club facilities for adult conditioning progi-ams (to be developed in cooperation with organizations involved). 13. Specify installation of a flow switch (with magnetic interlock to the main recirculation pump) to sense loss-of-flow in the reticulation System. EXHIBIT A-I Re: ~, P, inconada Park Pools (conL)Pag~ 2 - ~ (Add Alternates): 1. Provide design documents to del~e.~te substrate preparation for alternaterefinishing systems for the pool re.surfacing. 2. Provide de.sign documents to delineate installation of an all new underwater light system for competition pool meeting NEC 680 r~uh--cmen~. 3. Provide design documents for new elec~cal distribution system for a minimum of four (4) new duplex outlets for pace clocks and other relatod timing devices l:movid~ by others. 4, Provide mechanical engineering evaluation of existing bathhouse ventilation system and me, ommendafions to mitigate existing interior conditions, 5.Evaluate existing bathhouse floor drainage and provid~ design documents to mitigate lack of 6.Evaluam feasibility of installin g new me, tal, key-or-coin operated leck~a’s, and pmvi& ~i~ 7. ,Evaluate the in.dent findings of the City’s hired geological consultant (to determine subsurface soil & structural conditions under and surrounding the wading pool) and make recommendations for correcting existing deficiencies of the out-of-level perimeter coping,perimeter roll-out gutter drain, including conceptuM estimates. 8. Specify ngw pool safe .ty/warning signs as required by County Environmental Health as listedfor this project. 9.Specify new labeling of existing exposed filtration #ping in the mechanical room, including valvetagging and operating schematic lx-rmanendy wall mounted. 10. Provide mechanical engineering evaluation of existing ventilation system serving the on- premise chlorine genexation equipment and makz rocomm~ndatiom for City review. 1 1. Provide design documents for enlarging the wading 130o1 recirculatl.on piping to increase the [~Lr~ over rate to 4 hours. MFJ: 11/22/95 EXHIBIT A-I Consultant Construction Stage Tasks - Construction Administration/Management Consultant shall attend and prepare minutes to the pre construction meeting with the contractor and staff. Consultant shall attend ahd prepare minutes to the weekly construction meetings for the duration of construction (construction expected to last approximately 2 months). Consultant shall review and process all contractor submittals. Consultant shall assist the city in preparing contract field orders, extra work authorizations, change orders, issue proposal requests, respond to requests for information, monitor claims and legal notices. Consultant shall assist the city to review progress payment invoices. Consultant shall make periodic visits to the construction site as necessary to observe the quality and quanti[y of work and to observe the general conformance of the work to the contract .specifications - consultant assumes that no more than two (2) visits per week (one to two hours at the site per visit) will be required (this includes weekly construction meeting). Consultant shall prepare and maintain applicable construction records, ie records O~ material tests, log of submittals, field diary for all field visits, non-conformance reports and necessary photo documentation. Consultant shall assist the city with the necessary start-up, testing and operation of all new mechanical/electrical improvements. Consultant shall assist the city during the substantial completion and final inspection walkthroughs. Consultant shall prepare record drawings from contractor’s field copy for staff review and approval. [%le ¢:\user\a~one\$tone\rincon\consul~\constr.agr -I ARTICLE 7,1.0 COMPENSATION AND. METIqOD OF PAYMEb~_ A.Fee for Services: The total contract amount shall be an amount no,t-to-exceed $54,350, which shall include fees in the amount of.$52,250 for services and a tel mbursable expenses allowance of $2,100, For services performed, the City shall pay the Consultant in proportion to services rendered and approved. Total payments on account of the fee for services at the completion and acceptance of each part or phase of services shall not exceed the following percentages or sums of the contract amounts: Category A Services: a)Design Development b)Construction Documen Ls d)Construction Total for Caiegory A Services Ca.tegory B Services: , $ 7,600 $15,200 $ 4,140 a)Prdiminary Design $ 3,5 0 0 b)Construction Doot~ments $ 7,0 0 0 0)Bid $ 700 d)Construction ~ Total Category B Services $ ! 3,7 5 0 Consultant’s Hourly Rate Schedule (in whole dollars): Rates shall be fixed for the duration of this Agreement or as otherwise determined by the parties hereto. Principal $115 Project Manager $ 75 Technician $ 45 Clerical $ 35 [][] MILTON F.JOHNSON EXHIBIT B ARCHITECT COMPENSATION SCHEDULE: 1995’ Classification Principal Associates and Projects Manager Draftsmen : Senior -Intermediate -Junior Clerical Engineering Consultants -Mechanical -Electrical Reproduction/Duplication Miscellaneous Direct Costs Incurred in performance of the work (i.e., specification typists, artist, etc.) Travel Expenses: Public C .artier Private Aircraft Private Automobile Lodging Conmaunication Expenses: Teleph0ne!Telegraph/FAX Poslage/Fteight/Delivery Service Charge Rate $115.00 $75.00 $60.00 $45.00 $35.00 $45.00 $65.00 $85.00 Cost + 20% Cost + 20% Direct Cost Direct Cost ~ $.37 per mile Direct Cost Direct Cost Direct Cost MFJ:bj 1/2/95~Res. 10/95 81 HA~BERN WAY HOLLISTER, CALIFORNIA 95023 408/637-38’10 EXHIBIT B ~ ~(cont.) Sub-Consultants and/or Other Categories: Rates shall be fixed for the duration of this Agreement or as otherwise determine~d by the p~’~:i~s hereto. C.Consultant’s additional fees ~vith its Sub-Consultan. -ts, for additional services rendered on the Project, shall be as follows: Fred E. Hawley, Mechanical Engineer Richard Trainer, Ele~trica! Engineer C. H~-Wells Associates, Structural Engineers Kirby ~liller, Acoustic Consultant -0- $65.00 $85.00 $75.00 $1oo.oo r~- NUMBER OF PAGES (including Cover). EXHIBIT C general endorsement ~~~ate aul:omobile association inter.insurence bureau 150 van hess avenue ¯ p.o. box 1860 0 san francisco, CA 94101 Named Insured: MILTON JOHNSON P.O, BOX 2227 HOLLISTER, CA.95023 policy is hereby amended only with respect to such and ~o many of the changes as are indicated in tl~e Schedule of Changes. hedule of Changes - It is understood and agreed that the: Additionallnsured-BodilylnJuryandProperty DamageLiabilil¥-is CZTV__.O£_~ALO. ALTO~;AC~LZ~$.MANA~NENT_AT~N: PA~ .STOVE PO BOX 10150.,PALO..ALTO~.CA= .~U~ ONL~ I~HILK-A-~£~CLE.DKSCRI3F, D-IN-~E.DECLARATION ~NNDOMF~~K~,FORMZNC PART.OF.2~E POLICY-IS B~ING-OPERATED NAMED INSURED ~N-THE-.COURSEAND SCOBE,-~--HIS--BUSI-NES~;- ...................................... : Prior to cancellation by the Bureau o~ the Insured - ten (10) days notice in writing will be given to: CZ-T~..OF..PALe FACILITIES MANAGEMKNT--ATTN~-.PAT-.S~OVE.. P.O.--BOX"I025~--.PAL{)-.-ALT{>i-C~%; ........................... Policy poriod is from tO Comprehensive and Collision are extended to cover ...........................Cost $ ...................................Item # .....Other Changes )4 IREV.~-eol De¢-04-95 23 : 04 ~I 0 V -- 3 0-- 9 ~ ,T H U 7 ." 4 7 M T I I N ~ ECHIBiT C CQMP~ AFFO]~DING COVERAGE: Iasuranc~ Co of Evansion ~ November 30, 1995 LO~ATION O1~ OPERATION: POI.ICY NIJMBER: BGLl12895 EFFEC’flVE DATE/EXPIKATION DATE: 11,’2P,/95 TO 11/~K/96 GIr.NERAL LIARILiI’Y { I col~;ac~ O’rg,’Eit~d, i.~tU’t~ KDr, moJ’~M. ~: The Certifieats hold~ i~ named ~ an Additional Insured with respects to th~ insur¢o’s operations being ~x, nd~cted on the locatior~ named above. Abo the Certificate holder is added with ~speeb to liabLbD,, as’~ntt out of the ownership, maintenance: or use ofth~ premises ~d by the n~rned insured f~c~.~nmo~A~ ~stm~p~ f.AM_.LT/.!~_~Q~ SHOUbD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELI,ED BEFORE THE EXPIRATION DATE , THEREOF, THE ISSUING COMPANY WII,L ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERT1FICtKTE HOLDER NAMED TO THE BOTTOM, BUT FAIUO1KE TO MAIL SUCH NOTICE SHAI,L IMPOSE NO OBL1GAT/ON OR LIABILrlT OFANY KIND UPON THE COMPANY, ITS AGLC’N2~ OR REPRESENTATIVES. CITY OF PAJI)ALTO FACILITIES M.ANAGEHENT ATTN: P O BOX 10~:,0 PAIjO ALTO, CA., 93~109 ]’AT STONE ?, ! CERTIFICATION of NONDISCRIMINATION SECTION 410 ¯" ’~ As suppliers of goods o’r services to the Cizy of Palo Alto, the firm ~nd individuals listed below cettlfibs that they do not discriminate ~n emoIoyment with reoards to age, race. color, religion, sex, national origin, ancestry, disability, or sexual preference; that they ate in compliance with all Federal, State and local directive= and executive orders regarding nondiscrimination in employment; end that they agree to demonstrate positively and aggressively the principle of equal ODpOrtun~t¥ in employment. The Bidder agrees specifically: 1.0 To e~abllsh ot observe employment policies which affirmatively promote opportunities for minority persons at all iob levels. 2,0 To om-muni¢~te this policy tO all persons concerned, including ell employees, outsld~ recruiting services, especially those serving m~nority commun~tles, and to the minoriw communities at larg~. 3,0 TO take affirmative act=on step~ to hire minority employees within the organization. ’4.0 To be knowledgeable cf the local, ~tate, and federal laws and regulations concerning affirmative action policles and ~rovide ol~portunides for eml~loyeas. Signature ~ , Please include" any additional informa~rion available regarding equal Ol~portunity employment ~rogram~ now in effect within ¥ou~ company. END OF SECTION ALTO. Non-diacri~lion ,SECTION 410-1 AMENDMENT NO. ONE TO CONTRACT NO. C6081168 BETWEEN THE CITY OF PALO ALTO AND MILTON F. JOHNSON, ARCHITECT This Amendment No.One to Contract No. C6081168 ("Contract") 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 MILTON F. JOHNSON, ARCHITECT, a sole proprietor, located at 81 Harbern Way, Hollister, CA 95023 ("CONSULTANT"). RECITALS: WHEREAS, the Contract was entered_ into between the parties for the provision of design and construction and administration services for the Rinconada Pool Improvements Project; and WHEREAS, the parties wish to amend the Contract; NOW, THEREFORE, in consideration Of the covenants, terms, conditions, and provisions of this Amendment, the parties agree: SECTION I.Section 7 is hereby amended to read as follows: "SECTION 7 - PAYMENT Payment shall be made by CITY only for services rendered and within thirty (30) days of submission in triplicate of monthly progress payment requests. Each invoice shall be itemized as to the type of payment described in this section. 7.1 CONSULTANT’S FEES In consideration .for the full performance of the Basic Services and Reimbursable Expenses described in Sections 4 and 7 of this Agreement, CITY agrees to pay CONSULTANT a fee not to exceed ninety-seven thousand one hundred eighteen dollars ($97,118) for the Design Development, Construction Documents, Bid Phase support and Construction Administration. The amount of CONSULTANT’S compensation Shall be calculated as set forth in this paragraph 7.1. 7.1.1 Subconsultants. Fees for subconsultants, hired directly by CONSULTANT, shall be approved by CITY in advance of incurring such fees. 7.1.2 For Additional Services. For CONSULTANT’S additional services, as described in Section 4 of this 970905 syn 0071276 Agreement, compensation shall be as prescribed in Exhibit B but shall not exceed~nine thousand dollars ($9,000). 7.1.3 For Extra Work or Chanqes. Payment for extra work or changes in the work not initiated by CONSULTANT and authorized in writing by the Project Manager shall be made within thirty (30) days of submission by CONSULTANT of a statement in triplicate of itemized costs covering such work. Prior to commencing such extra work or changes, CONSULTANT and CITY shall agree upon an estimated not-to-exceed cost for such extra work. In no event shall CONSULTANT be paid for design work or change order preparation which is necessary because of CONSULTANT’S errors or oversights. 7.1.4 Calculation of Direct Personnel Expense. Direct personnel expense of employees engaged on the Project by CONSULTANT shall include only the work of architects, engineers, designers, job captains, draftspersons, specification writers and typists, in consultation, research and design, in producing drawings, specifications -and other documents pertaining to the Project, and in services during construction at the site. 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. 7.1.5 Reimbursable Expenses. Reimbursable Expenses under the Agreement shall not exceed three thousand two hundred dollars ($3,200). Reimbursable Expenses are in addition to the compensation for Basic and Additional Services and include actual expenditures made by CONSULTANT, its employees, or its professional consultants in the interest of the Project for expenses listed in the following paragraphs: (a) Expense in connection with the Project for long distance telephone calls and telegrams and fees paid for securing approval of authorities having jurisdict&on over the Project. (b) Expense of reproduction, graphics, postage and handling of drawings and specifications, except for those required to befurnished by CONSULTANT in Section 4 and for use in CONSULTANT’S office. (c) Only if authorized in advance in writing by CITY, expense of overtime work requiring higher than regular rates, expense of renderings or models for CITY’S use, and expense of computer time when used in connection with Additional Services under Section 4. 970905 syn 0071276 7.2 PAYMENT SCHEDULE 7.2.1 For Basic Services. Payments fo~ Basic Services shall be made monthly in progress payments in proportion to the services perforated for each Stage. The final progress payment shall be made by CITY after CONSULTANT has submitted all required Record Drawings and reports. 7.2.2 For Additional Services. -Payments for Additional Services of CONSULTANT as- defined in Section 4 shall be made as part of the monthly progress payments for services rendered. 7.2.3 ForReimbursable Expenses.-_Payments for Reimbursable Expenses of CONSULTANTshall be made as part of the monthly progress payments for services-rendered. 7.2.4 Deductions. No deductions shall be made from CONSULTANT’S compensation on account of penalties, liquidated damages, or other sums withheld from payments to contractors. ~ 7.2.5 Payment Upon S~spension or Abandonment of Project. If the Project is suspended for more than three months or abandoned, in whole or in part, CONSULTANT shall be paid its compensation for services performed prior to receipt of written notice from CITY of such suspension or abandonment, together with additional and reimbursable expenses then due. If the Project is resumed after being suspended for more than one hundred twenty (120) days, any change in CONSULTANT’S compensation shall be subject to renegotiation and, if necessary, approval by the Palo Alto City Council (the "City Council"). If this Agreement is suspended or terminated for fault of CONSULTANT, -CITY shall be obligated ~to compensate CONSULTANT only for that portion of CONSULTANT’S. services which are of benefit to CITY, as such determfnationmay be made by the City Manager in the reasonable exercise of his or her discretion." SECTION 2. The following exhibits to the Contract are hereby amended to read as set forZ~ in the attachment to this Amendment, which is incorporated in full by this reference: Exhibit "A" entitled "Scope of Project and time Schedule." Exhibit "B" entitled "Payment Schedule." Exhibit "C" entitled "Insurance Certificates." SECTION 3. Except as herein modified, all other provisions of the Contract, including any exhibits, and subsequent amendments thereto, shall remain in full force and effect. 970905 syn 0071276 .3 IN WITNESS WHEREOF, the parties have by their duly authorized representatives executed this Amendment on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: City Manager Mayor State License No. C4181 Taxpayer I.D. No. 77-0047777 Director of Public Works Acting Director of Administrative Services Risk Manager Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": SCOPE OF SERVICES PAYMENT SCHEDULE INSURANCE CERTIFICATES 970905 syn 0071276 4 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF California San Benito ) ) ) On September i0, [997 , before me, the undersigned, a notary public in and ~-o{ Raid County,personally appeared ***Milton F. Johnson***,~~~~XXX~Z~XX~ (or proved to me on the basis of satisfactory evidence) to be the person(~ whose name(~ ~scribed to the within instrument, an.d~cknowledged to me that y executed the s am:~e in i~he~/their authorized capacity (~, and that by i~_~9~7~eA~r signature ~ on the instrument the person(~, or the entity upon behalf of which the person(~ acted, executed the instrument. WITNESS my hand and official seal. ublic 970905 syn 0071276 Exhibit A: Scope of project and time schedule City of Palo Alto: Rinconada Pool Consultant shall provide all design and engineering services for the renovation of the adult pool, pool building and grounds, and construction of a new building and-children’s pool at the Rinconada site, 777 Embarcadero Road, for the City of Yalo Alto. The scope of work includes renovations to the existing pool house, deck, adult pool, mechanical and electrical systems, and a new children’s pool, office and storage structure. The existing children’s pool will be replaced in approximately the same location, with a pool of approximately the same size and shape. Services provided by the Consultant shall meet or exceed all laws, codes, and regulations pertaining to a public competition pool and shall include the following: 1. Engineering hydraulics calculations and pipe sizing and single line diagrams for replacing all filtered pool water recirculation lines from both pools to mechanical room. 2. Select method to appropriately dispose of filter backwash effluent to existing sanitary sewer to south of bathhouse and provide engineering hydraulics calculations. 3. Design new deck drainage and collection system in conjunction with deck removal and replacement, including appropriate expansion joints. 4. Redesign plumbing and fittings to connect new drinking foumain ~o meet current code and access requirements. 5. Redesign existing surge/balance pit piping, and accessibility to isolation/balance valves and water level s~ensing systems. 6. Redesign piping and location of chemical probe.s for monitoring chemical condition of each pool. 7. Redesign existing public address system to rfiitigate neighborhood complaints, including acoustic evaluation of proposed system changes. 8.- Redesign perimeter deck coping at competition pool~ including integral rimflow gutter, deck inserts for stanchion anchors, take-off platforms and diving stands, mandated deck depth markers and warning signs, and new recessed deck hydrant boxes for handicapped lift stations access compliance. 9. Redesign ladder access to comply with Title 24 Part II at competition p0ol. 10. Design new children’s pool including all plans for demolition, all necessary soil work, accessible design, all required mechanical and electrical systems, upgrade all piping and equipment to meet or exceed all current Federal, State, County, and City codes, laws, and requirements. 11. Provide all. required design documents for construction of an office/pool storage building for equipment and supplies. Work with community groups for inpfit as necessary. 12. Specify installation of a flow switch (with magnetic interlock to the main recirculation pump to sense loss-of-flow in the recirculation system), 13. Provide design documents to delineate substrate preparation and refinishing systems for the pool resurfacing. 14. Provide design documents to delineate installation of an all new underwater light system for competition pool meeting NEC requirements. 15. Provide design documents for new on-deck electrical distribution system for a minimum of four (4) ne~v duplex outlets for pace clocks and other related timing devices provided by others. 16. Provide mechanicaI engineering evaluation of existing bathhouse ventilation system and recommendations to mitigate existing interior conditions. Provide design documents for selected ventilation impro.vements. 17. Evaluate existing bathhouse floor drainage and provide design documents to mitigate lack of slope and water disposall . -. 18. Evaluate feasibility of installing new metal, key or coin operated lockers, and provide design documents for their installation. - 19. Evaluate th( independent findings of the City’s hired geological consultant to determine subsurface soil and structural conditions under and surrounding the children’s pool and make recommendations for correcting existing deficiencies including conceptual estimates. 20. Specify new pool safety/warning signs as required by County Environmental Health as listed for this project. 21. Specify new labeling of existing exposed filtration piping in the mechanical room, including valve tagging and operating schematic permanently wall mounted. 22. Provide mechanical engineering evaluation of existing ventilation system serving the on- premise chlorine generatiQn equipment and make recommendations for City review. 23. Provide design document~ fdr enlarging the children’s pool recirculation piping to increase the turnover rate to 4 hour maximum. 24. Evaluate the existing chlorination and filtration systems for expansion to service the new children’s pool. Make recommendations on modifications of system or new systems to be CONFERS NO RIGHTS UPON THE THIII CERTIFICATE POLICIES BELOW. COMPANIES AFII:ORDI~IG COVBtAGE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE FOLLOWING LISTED POLICY THIS CERTIFICATE IS ISSUED ON:SEPTEMBEIt 13, 1997 INSURANCE COMPANY ~~. INSURANCE PRODUCER: MTI INSURANCE SERVICE #0529661 PHONE: 714-444.-1212 P O BOX 1425 COSTA MESA CA 92628 FAX: 714 -~44-1611 MILTON F. & BARBARA JOHNSON CALIFORNIA DBA: JOHNSON’S POA ~ ~ ~ B H IAR-BERN WAY ALL Operations HOLLISTER, CA, 95023 ~ ~ ~ C V~._~p..,,~;THIS IS TO CERTIFY T~T ~E P~ LISTED BELOW ~VE BEEN ISSUED TO T~ ~MED INS~ED ABOVE FOR THE ~ICY ~N~ WDRATED NO~STANDI~ A~ REQUIREME~ ~RM ~ COOl.ON ~ ANY CONTACT ~ OTH~ ~UMENT ~TH RESPECT TO ~CH THIS CER~FICATE MAY BE REDED ~ MAY PERTh. INSU~NCE AFF~DED BY THE ~IES DESCRIED HERE~ IS 8UBJECT TO ~ ~E TERMS,EXCLUSlON8 ANDOONO~ ~ S~H P~IES POLICY NUMBER EFFECTIVEIEXPIRATION DATES 11/28D7 TO1 I128/98 OMP, RE,,HENSIVE GENERAL UABILIT~ COVERAGE;,, oCCURRENCE, GENERAL AGGREGATE PRODUCTS I COMPLETED OPER PERSONAL/ADVERTISING EACH OCCURRENCE FIRE DAMAGE LIABILITY MEDICAL PAYMENTS $3,000,000 $1,000.000 $1,000,000 $1,000,000 Ss0,000 $1,000 The Certificate holder Is named as an Additional Insured with respects to the insured’s operations being conducted on the location named above. Also the Certificate holder Is added with respects to the liability arising out of the ownership, maintenance or use of the premises used by the named insured. ~CAN~CE~: Should any of the above described policies be. cancelled before the expiration date there of, the issulng company will endeavor to mall ~.~ days written notice to the certificate holder named on the bottom, but failure to mall such notice shall impose no obligations or liability of any kind upon the company, its agents or reix, esentatlves. ~OLDE~~ CITY OF PALO ALTO BILL SCHADDLE CITY HALL PALO ALTO, CA ~ REPREN~_T~Y~ Confirmation of L!ability Coverage. California 81ale Aulomobil= Association Name and Address: MILTON F OR BARBARA JOKNSON "-P,O, BOX 2227 HOLLZSTER, CA 95024 ~ AddllionatlnsuredforBcdilylnju~andPrope~yDamageis: IPOLIOY NO. E5-56-66-6IEIFFECTIVE D,~TE 8/12197 F.-XPIRATION DATE which, s~Jbject to all terms and conditions of’t~e CSA, (N=lme ol Person ~" O~Oam=el~e.) Members Car Policy, shall have those rights of coverage and defense grants0 Io organizations by subpart (3) of the section erltllled "’Additional Definitior Used in this Part Only" under Part I - Liability. 0 The Bureau will give 10 days Notice of Cancellation for non.payment of premiur~, 20 days notice of Cancellation for any other reason or lapse of policy [] Coverages are extended to: which, subject to all terms and conditions of Ihe CSA, (Name ol Pe~n or Organlzatmn~ Members Car Policy. shall have those rights of Coverage and defe.se granted to organizations by subpart (3) of Ihe section entitled "Additional Definitior Used in this Part Only" under Part I - Liabilily. Named Insured MILTON OR B~,R.~ ,At~ ,J0,i~SON Thu polluy of au|omobllu i..~ura~uu inulud=~ Ihu .;uvu=.tle~ u~td I,,,,11~ Of !labi!lly ,~s ~l’,own below. The policy will expire on the dill shown unless cancelledby the Insured or by the Bureau prior thereto. ’ DESGRIPTION OF 3, LIABILITY COVERAGES BODILY INJURY LIABILITy PROPER"P~r ........ , .......0AMAGE LIMITS OF L;~B~LII"Y ......LIMIT Each Person Each OCCurrenCe 500,000 $1,00qooo $300,ooc CALIFORNIA STATE AUTOMOBILE ASSOCIATION WHITE - POLICY HOLDER COPY; Y~LLOW - UNDERWRITING SVC. COPY