Loading...
HomeMy WebLinkAbout1996-09-30 City Council (6)TO: FROM: C ty HONORABLE CITY COUNCIL CITY MANAGER City of Palo Alto Manager’s Report 1 DEPARTMENT:Utilities AGENDA DATE: September 30, 1996 CMR:410:96 SUBJECT:Approval of Consultant Contract with Kennedy/Jenks Consultants, for design of Amarillo Avenue & Embarcadero Way Relief Sewer Project REQUEST This is a request for approval of a consultant contract with Kennedy/Jenks Consultants, Inc. in the amount of $ 301,000 for consultant services to design the Amarillo Avenue and Embarcadero Way Relief Sewer Project. RECOMMENDATIONS o Approve and authorize the Mayor to execute the attached consultant contract with Kennedy/Jenks Consultants, Inc. in the amount of $ 301,000 to design the Amarillo Avenue and Embarcadero Way Relief Sewer Project. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the consultant contract with Kennedy/Jenks Consultants, Inc, the total value of which shall not exceed $30,000. POLICY IMPLICATIONS The approval of this contract is consistent with existing policies. EXECUTIVE SUMMARY In 1989, Camp Dresser & McKee completed a master plan study ofPalo Alto’s entire sanitary sewer collection system. This study took into account the groundwater infiltration and rainfall-dependent infiltration/inflow studies conducted in 1982 by CH2M Hill. The master plan study indicated certain facilities are in need of capacity relief, to handle increased use and peak wastewater flow, and recommended improvements to CMR:410:96 , Page I of 4 correct thesecollection system deficiencies. The implementation plan to correct these deficiencies is the Council approved Wastewater Collection System Rehabilitation/Augmentation Capital Improvement Program. One of the capacity relief projects in the master plan is a capacity relief construction project that crosses US 101 at Amarillo Lane. Although the majority of engineering design on this long-term CIP is being done by staff, the complexity of the Amarillo Lane capacity relief project requires the services of a design contractor. Consultant Services Description The work to be performed under the contract is for the design and preparation of construction drawings, specifications, and a construction estimate for the Amarillo Avenue and Embarcadero Way Relief Sewer Project. The proposed design project consists of designing approximately 3100 linear feet of 48-inch pipe in an easement from Embarcadero Way to West Bayshore Road, crossing US 101, and designing approximately 800 linear feet of 42-inch pipe in Amarillo Avenue from W. Bayshore Road to Tanland Drive. The scope of services to be provided by the consultant is detailed in Exhibit A of the Agreement, but generally includes: 0 Evaluation of the original design criteria used in the 1989 Master Plan Study; Acquisition of the data necessary for the analysis of the key project issues; Engineering analysis of the data obtained in the above task; Assessment of permits and easements necessary for the construction of the project; Preparation of the design documents including plans, profiles, details, specifications and construction estimate for the bidding and construction of the relief sewer project. Selection Process Staff sent a request for proposals to nine consulting firms on February 7, 1996. Firms were given twenty-one days to respond to the request. No pre-proposal meeting was held. A total of three firms submitted proposals. Staff reviewed the proposals for the proposer’s familiarity with the project’s sensitive design issues, understanding of the project goals and objectives, approach to the project design, specialized design experience, qualifications of the project manager and design CMR:410:96 Page 2 of 4 team, and the ability to present and support their overall project design concept to the selection committee. A selection committee consisting of the Water Gas Wastewater Engineering Manager, WGW Operations Manager, Regional Water Quality Control Plant Manager and Senior Engineer, two WGW Senior Engineers and a WGW Engineer reviewed the proposals. All three responding firms were invited to participate in oral interviews on March 26 and March 27, 1996. The committee carefully reviewed each firm’s qualifications and submittals in response to the RFP relative to the following criteria: 0 ® Scope of Proposal Sequence of Work Schedule of Work personnel Construction method staff References Project Understanding and Approach ® ® ® Design Experience Completeness of proposal Qualifications of "key" design Qualifications of environmental Completion time Project Team Experience with proposed construction methods The selection below: 1. 2. 3. committee was unanimous in its ranking of the three proposals as shown Kennedy/Jenks Consultants, Inc. Brown and Caldwell Creegan + D’Angelo Kennedy/Jenks Consulting, Inc. was, unanimously selected, by the Committee because the firm showed that its design team has the best understanding of the project goals and objectives, is most familiar with the proposed construction methods and environmental constraints, and has the best project approach and overall design qualifications for this contract. FISCAL IMPACT Funds for this project are included in the FY 1996-97 Wastewater Collection System Rehabilitation/Augmentation Capital Improvement Program budget. CMR:410:96 Page 3 of 4 ENVIRONMENTAL ASSESSMENT These services do not constitute a project for the purposes of the California Environmental Quality Act. However, depending on the final alignment of the proposed pipeline, environmental assessment may be required prior to construction of the project. CONFLICT OF INTEREST Staff, with the concurrence of the City Attorney, has determined that the consultant is exempt from complying with the financial disclosure provisions of the City’s conflict of interest code, because the consultant’s range of duties and services to be provided under the contract are limited in scope or are primarily ministerial in nature. ATTACHMENTS Attachment A:Agreement PREPARED BY: Roger Cwiak, Greg Scoby, Edward Wu DEPARTMENT HEAD REVIEW : ~2~~ ~-- ~.~ ~ EDWARD J. MRIZEK Director of Utilities CITY MANAGER APPROVAL: ger CMR:410:96 Page 4 of 4 Attachment AGREEMENT PROFESSIONAL ENGINEERING CONSULTANT SERVICES BY AND BETWEEN THE CITY OF PALO ALTO AND KENNEDY/JENKS CONSULTANTS, INC. THIS AGREEMENT is made and entered into this day of , 1996, by and between the CITY OF PALO ALTO, a municipal corporation of California, hereinafter referred to as "CITY," and KENNEDY/JENKS CONSULTANTS, INC. (Taxpayer Identification No. 94-2147007), a California corporation, with offices at 2191 East Bayshore Road, Suite 200,Palo Alto, CA 94303, hereinafter referred to as "CONSULTANT"; W I T N E S S E T H: WHEREAS, CITY desires certain professional services hereinafter described; and WHEREAS, CITY desires to engage CONSULTANT to provide these services during FY 1996-97 by reason of its qualifications and exPerience for performing such services, and CONSULTANT has offered to provide the required services on the terms andin the manner set forth herein; and ~ NOW, THEREFORE, in consideration of their mutual covenants, the parties hereto agree as follows: SECTION I - DEFINITIONS i.i CITY The term "City" as used in this Agreement shall mean and include all the territory lying within the municipal boundaries of the City of Palo Alto, California, as presently existing, plus all territory which may be added thereto during the term of this Agreement by annexation or otherwise. 1.2 CITY MANAGER The term "City Manager" shall mean the duly appointed City Manager of the City of Palo Alto, California, or her designated representative. "1.3 CITY ATTORNEY The term "City Attorney" shall mean the duly appoin£ed City Attorney of the City of Palo Alto, California, or his designated representative. 1.4 CITY CLERK The term "City Clerk" shall mean the duly appointed City Clerk of the City of Palo Alto, California, or her designated representative. 1.5 RISK MANAGER The term "Risk Manager" shall mean the duly appointed Risk Manager of the City of Palo Alto, California, or his designated representative. 1.6 PROJECT The term "Project" means the improvements described in Exhibih "A" entitled "Scope of Work" attached hereto and made a part hereof. SECTION 2 - PROJECT COORDINATION 2.1 CITY The City Manager shall be representative of CITY for all purposes under this Agreement. Edward Wu is designated as the PROJECT MANAGER for the City Manager, and he 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. Deeb Batsford hereby is designated as the PROJECT DIRECTOR for CONSULTANT. He shall also be assigned as PROJECT COORDINATOR 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 ENGINEER. 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 is as described in Exhibit "A" attached hereto and made a part hereof. SECTION 4 - DUTIES OF CONSULTANT 4.1 BASIC SERVICES Unless otherwise indicated, CONSULTANT shall perform each task and accomplish each objective described in Exhibit "A," "Scope of Work." CONSULTANT’s Basic Services shall be furnished as described in Exhibit "A". 960827 syn 0071027 2 4.2 ADDITIONAL SERVICES CONSULTANT shall perform or obtain any and all of the following additional services, not included under Basic Services, if so authorized in writing by CITY, and shall be paid as provided in Section 6 of this Agreement: 4.2.1 Providing services as an expert witness in connection with any public hearing, arbitration proceeding, or proceeding of a court of record. 4.2.2 Incurring travel and subsistence expenses for CONSULTANT and his staff beyond those normally required under Basic Services. 4.2.3 Performing any other services that may be agreed upon by the parties subsequent to the execution of this Agreement. 4.2.4 Such services as defined in Exhibit "A". 4.3 GENERAL DUTIES OF CONSULTANT 4.3.1 CONSULTANT represents that it is qualified to furnish the services described under this Agreement. CONSULTANT further declares that one or more members or employees of his firm and that of its subconsultants, if any, are licensed by the State of California to perform their services and that these services will be performed by them or under their supervision. CONSULTANT shall furnish to CITY for approval, prior to execution of each task, 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 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 persons with disabilities, and relating to facilities for persons with disabilities. CONSULTANT shall comply with such provisions in carrying out the terms of this Agreement. 4.3.3 CONSULTANT shall furnish CITY with every reasonable opportunity for CITY to ascertain that the services of CONSULTANT are being performed in accordance with the requirements and intentions of this Agreement. 4.4 PENDING SERVICES CONSULTANT may be required to perform the pending consultant services described under Task 7 of Exhibit "A" upon completion of the basic services° The ~final determination of the pending services is subject to the approval by the Council.~ If approved, CONSULTANT shall perform the pending services upon execution of an amendment to this contract. 960827 syn 0071027 SECTION 5 DUTIES OF CITY 5.1 CITY shall provide 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 information as one in CITY’s files or are at its disposal, as listed in Exhibit "A". 5.4 If CITY observes or otherwise becomes aware of any fault or defect in the Project or nonconformance with the contract documents, CITY shall give prompt written notice thereof to CONSULTANT. 5.5 CITY shall furnish promptly information required by CONSULTANT. SECTION 6 -PAYMENT Payment shall be made by CITY only for services rendered and upon submission in .triplicate of monthly progress payment requests. Each invoice shall be itemized as to the type of payment described in this section. 6.1 CONSULTANT’S FEES In consideration for the full performance of the Basic Services and reimbursable expenses described in Section 4.1 of this Agreement, CITY agrees to pay CONSULTANT a fee not to exceed $301,000 as established in Exhibit A. The amount of CONSULTANT’s compensation shall be calculated as set forth in Exhibit "B", Schedule of Charges, attached hereto, on a time and materials basis, up to the maximum amount set forth in this paragraph 6.1. The full payment of charges for extra work or changes, or both, in the execution of the Project will be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the project manager. Payment will be made within thirty (30) days of submission by CONSULTANT of a statement, in triplicate, of itemized costs covering such work or changes, or both. Prior to commencing such extra work or changes, or both, the parties will agree upon an estimated maximum cost for such extra work or changes. CONSULTANT will not be paid for extra work or changes, including, without limitation, any design work or change order preparation, which is made necessary on account of CONSULTANT’s errors, omissions, or oversights. 6o1.1 Subconsultants. Fees for subconsultants, hired directly by CONSULTANT, shall be approved by CITY in advance of incurring such fees. 960827 syn 0071027 4 6.2 PAYMENT SCHEDULE 6.2.1 For Basic Services. Payments for Basic Services shall be made in progress payments in proportion to services performed. 6.2.2 Deductions. No deductions shall be made from CONSULTANT’s compensation on account of penalty, liquidated damages, or other sums withheld from payments to contractors. SECTION 7 - PROGRESS AND COMPLETION 7.1 TIME IS OF THE ESSENCE It is understood and agreed that time is of the essence of this Agreement, and that, following receipt of Notice to Proceed, CONSULTANT shall commence work on initial tasks of study in accordance with the time schedule, if any, in Exhibit "A". Work on subsequent tasks shall proceed in accordance with said time schedule. 7.2 TIME OF COMPLETION OF EACH PHASE CONSULTANT agrees to perform the services within the time limits set forth in Exhibit "A" provided, however, that any change in the Scope of services or other changes due to CITY’s operating requirements, or in connection with other contractors or consultants operations, may require a revised time table. CITY agrees to exercise due diligence in performing its tasks to implement CONSULTANT’s time table. 7.3 CITY’S REVIEW AND APPROVAL Between each phase of work there is a review and approval period by CITY. CITY will 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, CITY’s estimated period of review and approval will be furnished to CONSULTANT at the time of submission of each phase of work.. 7.4 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 d~lay of either party. SECTION 8 -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 960827 syn 0071027 5 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 6 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 CITY. In the event that major changes are ordered pursuant to this section, the schedule for progress and completion in Section 7 of this Agreement and compensation shall be adjusted by negotiation between CONSULTANT and CITY, subject to approval, if necessary by the Palo Alto City Council. SECTION 9 -TERMINATION OR SUSPENSION OF AGREEMENT 9.1 CANCELLATION BY CONSULTANT CONSULTANT may terminate this Agreement or suspend work on the Project upon thirty (30) days’ written notice 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. 9.2 CANCELLATION BY CITY Without limitation to such rights or remedies as CITY shall otherwise have by law, CITY shall have the right to terminate this Agreement or suspend work on the Project for any reason, upon fifteen (15) days’ written notice 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 Agreement upon receipt of said written notice. 9.3 COMPENSATION OF CONSULTANT IN THE EVENT OF TERMINATION OF THIS AGREEMENT In the event of termination of this Agreement or suspension of work on the Project by either CITY or CONSULTANT, CONSULTANT shall receive compensation as follows: 9.3.1 For approved items of service under Section 4 of this Agreement, compensation shall be in the amount outlined under Section 6 of this Agreement for the items of service fully performed by CONSULTANT. 9.3.2 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 said service in an amount which bears the same ratio to the total fee otherwise payable for the performance of said service as the service actually rendered bears to the total service necessary for the full performance of said item of service. 960827 syn 0071027 6 9.3.3 In no event shall the total compensation paid in the immediately preceding paragraphs exceed the payment specified in Section 6 for the respective items of service to be furnished by CONSULTANT. 9.3.4 Notwithstanding anything in the preceding paragraphs, upon termination for fault of CONSULTANT, CITY shall be obligated to pay for only that portion of the service which can be incorporated in the Project. 9.4 DUTIES OF CITY AND CONSULTANT Upon termination of this Agreement or suspension of work on the Project by either CITY or CONSULTANT, all duties of CITY and CONSULTANT, as set forth in Sections 4 and 5 hereinabove, shall terminate. SECTION i0 - CONSULTANT’S ACCOUNTING RECORDS Records of the following expenses pertaining to the Project shall be kept by CONSULTANT according to generally accepted accounting principles and shall be available to CITY at mutually convenient times: i0.I Direct personnel expenses, including consultant expenses. (See Section 6 of this Agreement.) 10.2 Expenses pertaining to Additional Services. 6 of this Agreement.) (See Section SECTION Ii - OWNERSHIP OF DOCUMENTS ii.i Subject to the provisions of Paragraph 11.2 below, the original drawings, maps, plans, designs, records of survey, work data, specifications, and other documents prepared by CONSULTANT in the performance of this Agreement, although instruments of professional service, are and shall be the property of CITY whether the Project for which they are made is executed or not. 11.2 Upon termination ~under Section 9 of this Agreement and upon CITY’s payment of the amount required to be paid under the same section, the originals and all drawings~ calculations, specifications and similar documents become the property of CITY, and CONSULTANT shall transfer them to CITY upon request without additional compensation. CITY shall have the right to utilize any completed or uncompleted drawings, estimates, specifications, and other documents prepared hereunder by CONSULTANT; however, CITY shall indemnify CONSULTANT against any loss which may be caused to CONSULTANT by such use and reuse. SECTION 12 - INTEREST OF CONSULTANT; INDEPENDENT OF CITY CONSULTANT In accepting this Agreement, CONSULTANT agrees to meet all requirements of the Conflict of Interest Code, including 960827 syn 0071027 7 completing the Conflict of Interest Form furnished by the CITY. The form shall be signed by the CONSULTANT and shall be made a part of this Agreement. 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 13 - 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 14 -INDEMNITY CONSULTANT agrees to indemnify, defend and hold harmless CITY, its officers, agents and employees from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss,, caused by or arising out of CONSULTANT’s, its officers’, agents’, subcontractors’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which the law imposes strict liability on CONSULTANT in the performance or failure to perform this Agreement. SECTION 15 INSURANCE 15.1 LIABILITY INSURANCE 15.1.1 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", ,attached hereto, 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 CITY, its officers, agents and employees, and each of them, with respect to activities and services performed by CONSULTANT for or on behalf of CITY under the provisions of this Agreement as an addition insured. 15.1.2 Certificates of such insurance, preferably on the forms provided by CITY, shall be filed with CITY concurrently with the execution of this Agreement or, with CITY’s approval, within ten (i0) working days thereafter. Said certificates shall be subject to the approval of the Risk Manager and shall contain an endorsement stating that said insurance is primary coverage and will not be canceled or altered by the insurer except after filing with the City Clerk thirty (30) days’ prior written notice of such cancellation or alteration, and that the City of Palo Alto is named 960827 syn 0071027 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. 15.2 CORRECTION OF ANY ERRORS, OMISSIONS, AND AMBIGUITIES IN CONTRACT DOCUMENTS Any errors, omissions, or ambiguities in the contract documents which are discovered before the Project is out 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 shall 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 to 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 benefit to the construction work. SECTION 16 - 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 workers’ 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 of this Agreement. SECTION 17 - AGREEMENT BINDING The terms, covenants, and conditions of this Agreement shall apply to, and shall bind, the heirs, successors, executors, administrators, assigns, and subcontractors of both parties. SECTION 18 -NONASSIGNABILITY 18.1 PERSONAL SERVICES OF CONSULTANT Both 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. 18.2 SERVICES OF SUBCONSULTANT 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 are deemed to be employees of CONSULTANT, and it agrees to be responsible for their 960827 syn 0071027 9 performance. CONSULTANT shall give its personal attention to the fulfillment of the provisions of this Agreement by all of its employees and sub-consultants, 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 19 CONSULTANT RELIANCE UPON PROFESSIONAL SKILL OF 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 said obligation. SECTION 20 WAIVERS The waiver by either party of any breach or violation of any term, covenant, or condition of this Agreement or of any ~ provision, ordinance, or law shall not be deemed to be a waiver of any other 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 any applicable law or ordinance. SECTION 21 - 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 22 - 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 its reasonable costs and attorney fees expended in connection with such an action from the other party. SECTION 23 -NONDISCRIMINATION; PENALTY 23.1 DUTY OF CONSULTANT No discrimination shall be made in the employment of persons under this Agreement because of the race, color, national origin, ancestry, religion or sex of 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 960827 syn 0071027 10 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 provide 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 because of race, color, national origin, ancestry, sex or religion of such person." 23.2 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 said breach of contract, or both. Only 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 found to have been in such noncompliance as damages for said breach of contract, or both. SECTION 24 - 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 960827 syn 0071027 ii the ArbiZrators may be entered in any court having jurisdiction thereof. SECTION 25 NOTICES All notices hereunder shall be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY: With a copy to: Office of the City Clerk P. O. Box 10250 Palo Alto, CA 94303 Project Manager To CONSULTANT: Attention of the PROJECT DIRECTOR at the address of CONSULTANT recited above SECTION 26 - ALL COVENANTS ARE CONDITIONS All provisions of this Agreement are expressly made conditions. SECTION 27 - AGREEMENT CONTAINS ALL UNDERSTANDINGS; AMENDMENT This document represents the entire and integrated agreement between CITY and CONSULTANT and supersedes all prior negotiations, representations, and agreements, either written or oral. This document may be amended only by written instrument, signed by both CITY and CONSULTANT. III III III III III III III III III III III 12 960827 syn 0071027 SECTION 28 - GOVERNING LAW This Agreement shall be governed by the laws of the State of California. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Mayor KE~/J~NKS CONSUlTANtS,. I~C. City Manager Deputy City Manager, Administrative Services Director of Utilities Risk Manager Attachments : EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF WORK AND ADDITIONAL TERMS SCHEDULE OF CHARGES INSURANCE NONDISCRIMINATION COMPLIANCE FORM 960827 ayn 0071027 13 CERTIFICATE OF ACKIqOWLEDGMENT (Civil Code § 1189) On .~/~{~f /3, 1996, before me,~ ~. ~~<, a Notary Publ~c in and for said County ind State, per~onallyappeared ~/V~oon ~’ thL~e&/~i~s~ , personally known to me or proved to me of satisfactory evidence to be the person(s) whose 9am___~e(s) i_~s/are subscribed to the within instrument and acknowledged to me that h___e/she/they executed the same in h_~/her/their authorized capacity(ies), and that by.R/her/their signature(s) on the instrument £he.persoD(s), or the entity upon ’behalf of which the ~erso____~n(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary 960827 syn 0071027 14 EXHIBIT A -SCOPE OF SERVICES Amarillo Avenue and Embarcadero Way Relief Sewer Project GENERAL The Consultant shall provide engineering services to design, develop construction drawings, specifications, and a construction cost estimate for the Amarillo Avenue and Embarcadero Way Relief Sewer Project. CONSULTANT SERVlCES The Consultant’s services shall include evaluating the criteria used as-a part of the City’s 1989 master planning effort, comparing this criteria to the existing conditions, designing a relief sewer and preparing construction documents for the installation of the relief sewer. The Consultants basic services shall include the tasks outlined below. 1.Wl - Workshop No. 1 The Consultant shall organize and conduct the first workshop with City personnel to establish project goals and schedules, identify roles and responsibilities, and discuss the CEQA and public outreach programs. 2.Task 1 - Evaluation of Design Criteria The Consultant shall evaluate the design criteria used in the 1989 Master Plan Study, compare the de’sign flows with flow records, and verify the need and/or diameter for the relief sewer. This task shall also include the adjustment of the hydraulic model (SNAP) to reflect the current existing conditions and then the running of the model to verify the 1989 master flow recommendations. The work in this task shall be presented to the City in a letter report. 3.W2 - Workshop No. 2 The Consultant shall organize and conduct a second wQrkshop with City personnel to review the design criteria, develop project alternative evaluation criteria, assign weighting factors, and develop project alternatives. 4.Task 2 - Data Acquisition The Consultant shall obtain the data necessary for the analysis of some of the key project issues. Included in this data shall be record information on the construction of the existing sewer, easement information on the existing sewer, and existing utility location information. Topographic survey information and geotechnical information shall also be obtained for the most likely relief sewer alignment. This alignment shall be reviewed with the City Staff prior to commencing the work. Should an alternate alignment be selected at a later date, obtaining additional survey and geotechnical information shall be considered as additional services. P1 - Public Meeting No. 1 The Consultant shall organize and conduct the first public meeting with City personnel, interested groups, and the public to present the general description of the relief sewer project. o Task 3 - Detailed Analysis of Key Issues The Consultant shall utilize the information collected in Task 2 to perform an engineering analysis of the options for constructing the relief sewer. The areas for which various options shall be evaluated shall include: pipeline alignment, construction methods, materials of construction, construction scheduling, environmental concerns, and environmental issues. The factors utilized in the evaluation of selected options shall include Task 2 data, physical constraints, geotechnical information, permitting requirements, economics, and weather. The work in this task shall be summarized in a letter report to the City. W3 -Workshop No. 3 The Consultant shall organize and conduct a third workshop with City personnel to present the results of the evaluation of the options, to select the preferred project, and to initiate the. CEQA process. P2 - Public Meeting No. 2 The Consultant shall’ organize and conduct a second public meeting with City personnel, interested groups, and the public to present the description of the preferred relief sewer project. Additional public meetings and public appearances shall be considered as additional services. 10. Task 4 - Assessment of Permits The Consultant shall determine which permits and easements are needed, their specific requirements, and the appropriate contact person within the granting agency. The Consultant shall assist the City in applying for and obtaining these permits. This work shall include completing applications from local, state, and federal agencies with permitting authority over work in the project site locality. Task 5 - Preparation of Design Documents The Consultant shall prepare Contract Documents including Plans, Profiles, Details, and Specifications for the bidding and construction of the relief sewer project. The documents shall be submitted for review and comment by the City at the 50% and 90% completion points. This task work shall also included the preparation of a project construction cost estimate and assistance to the City in the prequalification of specialty tunneling construction contractors. The City shall provide the document reproduction for this project. 11.Task 6 - Bid Support The Consultant shall provide engineering support to the City during the bidding process for the construction of the relief sewer project. The engineering support during bidding shall include the recording of questions by bidders, the preparation of addendums as required, attending a pre-bid conference and job walk with the City and bidders, and the evaluation of the bids. 12.Task 7 - Support During Construction (Pending Consultant Services) The Consultant shall provide engineeringsupport services during construction. These services shall include attending a pre-construction meeting, construction observation and site meetings, submittal reviews, change order and contract clarification preparation, final inspection and recommendation, and record drawing preparation. ADDITIONAL CONSULTANT SERVICES The Consultant may be required to perform additional services. Additional services shall be performed only upon written authorization from the City. Payment for the additional services shall be time and expense based on the schedule of charges. The maximum limit for each additional task shall be .negotiated and agreed upon prior to providing the service. Consultant shall provide a schedule of charges with the fee information. PENDING CONSULTANT SERVICES Upon completion of the design documents, staff will review the design and negotiate with the Consultant the level of support needed during construction. The detailed Consultant services for this task will be developed at such time. As a minimum, the services shall include those listed in Task 7. WORK NOT INCLUDED IN SCOPE Acquisition of easements. This includes title searches, property line surveys, plat and easement descriptions and the negotiation and acquisition of the easements. n:~ataSle\dab\exhibit.doc Exhibit B .. Proposed Budget for Amarillo Avenue and Embarcadero Way Relief Sewer Project City of Palo Alto A B C D E F G H I J K L (a) Task Wl - Workshop No. 1 Task 1 - Evaluation of Design Criteria1 W2 - Workshop No. 2 Task 2 - Data Acquisition P1 - Public Meeting No. 1 Task 3 - Detailed Analysis of Key Issues W3 - Workshop No. 3 P2 - Public Meeting No. 2 Task 4 - Assessment of Permits Task 5 - Preparation of Design Documents iTask 6 - Bid Support Task 7 -.Support During Construction Total Cost of Task 1 increased $11,000 for System Modeling The cost of this task will be dependent on the project that is utiimately designed as well as the type of construction support services requested by the City. The cost for this task can be negotiated following Task 5. Cost $ 5,00O.0O $16,000.00 $ 10,000.00 $ 70,000.00 $ 6,000.00 $ 55,000.O0 $ 15,000.00 $ 7,000.OO $ 7,000.00 $100,000.00 $ 10,000.00 (a) $ 301,000.00 Exhibit "C" ~=su~’ oaT+’ (uuzr..OmY) CONF~aS NO meriTS U~ON THE CEaT~C~TE HOLOE~. TH,S CS,T~C~T, DEALEYo RENTON & ASSOCIATES P.O. BOX 12675 OAKLAND, CA 94604-2675 ATT: DAVID ECKMAN/FAX 452-2193 510-465-3090 KENNEOY/JENKS CONSULTANTS MARATHON PLAZA, 10TH FLOOR 303 SECOND STREET SAN FRANCISCO, CA 94107 DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDEDBY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE LETIER A DESIGN PROFESSICNALS INS. CO. Let;ER B COMMERCE & INDUSTRY INS. CO. CO.ANY THE AMERICAN INSURANCE CO. LEIIER b NATIONAL SURETY CORP, COk~A~,~’LEU£R E THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATEO, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCL+I,/tENT WIT H RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TEI:~4S, EXCLUSIONS AND CONDITIONS OF SUCH POLIOIES. LIMITS SHOWNMAY HAVE BEEN REDUCED BY PAID CLAIMS. GE..NER ~L LIABILITY B X CCt,’tdEROAL DENERAL tlABILITY i:+ii~i~: ] CLA,mS ~OE [~] OCCUR. OWNEr’S ,. COm~CTOR’S PRO~. AUTO MOOIL~ LIABtLIT Y ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUI0$ 6ARABE LIABILIIY EXCESS LIABILITY ~Lt~BR[LLA FORM OTHER tHAN Lt~DRELLA FOF~M WORXER’S ¢O~EN~ATION A~’~ EI~LOYER$* LIA~ITY POLICY NUMrlER GL3407252 MXAB0154891 WC80661126 OTHER A PROFESSIONAL P L"/O00£ 5 LIABILITY INCL. POLLUTION LIAB. DESCR~TION OF OPERaTION$ILOCATION+SIVEHICLESI’~PE¢ItJ. ITEMS POLICY EFFECTIVE 10/01/£5 10/01/95 1101/95 9115195 POLICY 10/01/96 10/01/96 1101/96 9115/96 GENERAl AGGREOAIE PROOUC f S-COMP/OP AGO. PERSONAL & ADV. INJURY :ACH OCCURR,~ NCE FIRE OAMAG~ ~ny on¢ Ilia] MED. EXP[NS~ (An7 one person C~BIN[0 SIN0l~ LIMI l BOOtLY IHJU~ DODILY INJU~ PRoPERlY O~G[ 2,000,000 2,0O0,0OO 1 ,ooo,ooo 1 ,ooo ,ooo 1,000,000 $ EACH ACCIO~Nf $1 ,000,000 mSEASE-POLI~Um~t I 1,000,000 DISEASE-~ACH EMPLOYEE $1,000,000 $1,000,000 PER CLAINI =rid ANNUAL AGGREGATE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAyOR TO MAIL 30 DAYSWRITTENNOTICETOTHECERTIFICATEHOLDERNAMEDTOTHE SPEClMEI~ CERTI F ICATE OF ii’i’i::LEFT,B-U~ FAILURE ’TO MAIL SUCH NOTICE SHALL MPOSE NO OBLIGATION OR INSURANCE - CERT I F I CATE !’.~i LIABILITYOF ANY KINDUPON’THE COMPANY.ITS [GENTSORREPRESENTATIVES. HOLDER TO BE COMPLETED UPON I::I~:AuTHORIzE~REPrEsENT~,TVE ~,,,~+;:Y, RP~TO,J, ,p, AS~QOIATESREQUEST.~:::i:’i 7,~"’~_.’~’~,~" p ~ ’ 128560000 Exhibit "D" CERTIFICATION of NONDISCRIMINATION SECTION 410 Amarillo Avenue & Embarcadero Way Relief Sewer Certification, of Nondiscrimination: As suppliers of goods or services to the City of Pale Alto, the firm and individuals listed below certifies that they do not discriminate in employment with regards to age, race, color, religion, sex, national odgin, ancestry, disability, or sexual preference; that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment; and that they agree to demonstrate positively and aggressively the principle of equal opportunity in employment. The Bidder agrees specifically: 1.0 To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels¯ 2.0 To communicate this policy to all persons concerned, including all employees, outside recruiting services, espedally those serving minority communities, and to the minority communities at large. 3.0 To take affirmative action steps to hire minodty employees within the organization. 4.0 To be knowledgeable of the local, state, and federal laws and regulations conceming affirmative action policies and provide opportunities for employees. Firm: Kenncdy!Jenks Consultants, Inc,DATE: 2-27-95 Title of Officer Sig#,i4m#~ Vi ce ~’-~si de~t Signature Please include any additional information programs now in effect within your company. available regarding equal See attached Affirmative Action Pla.n cn fellcwing paoe. (Please attach add~onal pages if necessary) opportunity employment END OF SECTION CITY of PALe ALTO: Non-discrimination (6/94)SECTION 410-1