HomeMy WebLinkAbout1999-06-12 City CouncilTO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER
City of Palo Alto
DEPARTMENT: PUBLIC WORKS 7
DATE:JULY 12, 1999 CMR:239:99
SUBJECT:AWARD OF CONTRACT IN THE AMOUNT OF $186,142 TO
NOLTE & ASSOCIATES, INC. FOR DESIGN OF INTERSECTION
IMPROVEMENTS AT PAGE MILL/HANOVER ROADS AND SAN
ANTONIO/NITA AVENUES
RECOMMENDATION
Staff recOmmends that Council:
Approve and authorize the Mayor to execute a contract with Nolte & Associates, Inc.
in the anaount of $186,142 for the design of intersection improvements at Page
Mill/Hanover Roads and San Antonio/Nita Avenues.
Authorize the City Manager or her designee to negotiate and execute one or more
change orders to the contract with .Nolte & Associates for related, additional but
untbreseen work that may develop during the project, the total value of which shall not
exceed $19,000.
DISCUSSION
Project Description - Page Mill/Hanover
The 1988 Citywide Land Use and Transportation Study recommended operational
improvements at various intersections throughout the City, including the Page Mill
Road/Hanover intersection. The intersection is under the jurisdiction of Santa Clara County,
which has responsibility for its maintenance and operation. The City controls and is
responsible for any improvements on Hanover Road.
The existing intersection consists of one through and one left turn lane in each direction on
Hanover, and two through and one left-turn lane in each direction of Page Mill Road. The
objective of the project is to add an additional left-turn lane to each leg of Hanover, and to
improve the existing bicycle lanes on the north leg of Hanover. A signal modification ~vould
also be needed to accommodate the new turn lanes. Preliminary design calculations indicate
CMR.2~9.99 Page 1 or’3
that this work can be accomplished within the existing right-of-way. No landscaping is
anticipated on Hanover due to right-of-way constraints.
The consultant work scope also includes exploring the feasibility of including additional turn
lanes on each leg of Page Mill Road. If it is possible to reconfigure Page Mill Road within
the existing roadway width, the final design would include improvements on both the
Hanover and Page Mill legs. If in fact roadway improvements are feasible on Page Mill, it
is likely that median landscaping would also be included in the existing median strip.
Project Description - San Antonio/Nita
The improvements at San Antonio/Nita are part of a citywide effort to upgrade existing
signals to increase safety and reliability. San Antonio Avenue forms a T-intersection with
Nita Avenue. San Antonio is a four-lane City facility and Nita is a two-lane City street that
serves primarily as an entrance/exit to a Hewlett-Packard site.
The objective of the project is to provide a means for pedestrians to safely cross San Antonio
Road onto Nita, There are currently no crosswalks or signal phases to accommodate this
movement. The improvements would consist of signal and median modifications, improved
signage, and curb ramps. A pavement grade adjustment will also be made for a distance of
approximately 100-feet on eastbound San Antonio in order to smooth an approximately 10-
inch., grade differential between eastbound and westbound lanes per Americans with
Disabilities Act requirements. Gutters, inlets, and manholes must be adjusted to meet the
new grade.
Selection Process
Requests for proposals for design services were sent on January 4, 1999 to three engineering
consulting firms. The proposal period was fifteen days. Proposals were received froln all
three firms. Staffhas reviewed all the proposals submitted and selected Nolte & Associates,
because the firm demonstrated experience with roadway design, particularly the design of
County intersections.
RESOURCE IMPACT
The consultant fee includes services through final design for both intersections. Funds for
this project are included in CIP project 19073 (Major Intersection Improvelnents), CIP
project 18670 (Street Resurfacing), and Utilities Fund CIP 8930 (Traffic Signal Upgrade).
In addition to the design costs, a contract anaendment for construction administration services
will be needed at the time of the award of any construction contract.
If the preliminary design indicates that sufficient right-of-way exists for additional turn lane
improvement on Page Mill Road, landscaping may be included in the design of the Page Mill
median. The County will likely require the City to provide landscape maintenance for any
landscaping within the County’s right-of-way.
CMR:239:99 Page 2 of 3
pOLICY IMPLICATIONS
This report does not represent any change to existing City policies.
TIMELINE
The intersection designs are expected to be complete in FY 1999-2000.
ENVIRONMENTAL REVIEW
The consultant a~eement includes the preparation of an Environmental Assessment for Page
Mill/Hanover. The improvements at San Antonio/Nita are Categorically Exempt from
environmental review under Section 15301 of the California Environmental Quality Act.
ATTACHMENTS
Attachment A: Contract
PREPARED BY: Karen Bengard, Senior Engineer
DEPARTMENT HEAD: £, 4~~
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
HARRISON
Assistant City Manager
CMR:239:99 Page 3 or’3
ATTACHMENT A
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
NOLTE AND ASSOCIATES, INC.
FOR CONSULTING SERVICES
This Contract No. is entered into , by and
between the CITY OF PALO ALTO, a chartered city and a municipal
corporation of the State of California ("CITY"), and NOLTE &
ASSOCIATES, INC., a Consultant, located at One North First
Street, San Jose, California 95113, Tax ID No. 94-2706173
("CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain professional consulting
services ("Services") and the preparation and delivery of,
without limitation, one or more sets of documents, drawings,
maps, plans, designs, data, calculations, surveys,
specifications, schedules or other writings (~Deliverables")
(Services and Deliverables are, collectively, the ~Project"), as
more fully described in Scope of Work included in the City’s
Request for Proposals #112466, attached hereto as Exhibit A, and
CONSULTANT’s Scope of Work, attached hereto as Exhibit B.
WHEREAS, CITY desires to engage CONSULTANT, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing the Services, and
CONSULTANT has offered to complete the Project on the terms and
in the manner set forth herein;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
SECTION i. TERM
i.i This Contract will commence on the date of its
execution by CITY, and will terminate upon the completion of the
Project, unless this Contract is earlier terminated by CITY.
Upon the receipt of CITY’s notice to proceed, CONSULTANT will
commence work on the initial and subsequent Project tasks in
accordance with the time schedule set forth in Exhibit "B"Time
is of the essence of this Contract. In the event that the
Project is not completed within the time required through any
fault of CONSULTANT, CITY’s city manager will have the option of
extending the time schedule for any period of time. This
provision will not preclude the recovery of damages for delay
caused by CONSULTANT.
SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS
2.1 CONSULTANT shall perform the Services and provide the
Deliverables required by Exhibits A and B. The total of such
Services and Deliverables shall be the Basic Services. In the
990430 10677-00006 sas 0282341 (0)
event of any conflict between Exhibits A and B, the City’s
Project Manager shall have the authority to determine which
provision shall control.
2.2 CITY may order substantial changes in the scope or
character of the Basic Services, the Deliverables, or the
Project, either decreasing or increasing the amount of work
required of CONSULTANT. In the event that such changes are
ordered, subject to the approval of CITY’s City Council, as may
be required, CONSULTANT will be entitled to full compensation for
all work performed prior to CONSULTANT’s receipt of the notice of
change and further will be entitled to an extension of the time
schedule. Any increase in compensation for substantial changes
will be determined in accordance with the provisions of this
Contract. CITY will not be liable for the cost or payment of any
change in work, unless the amount of additional compensation
attributable to the change in work is agreed to, in writing, by
CITY before CONSULTANT commences the performance of any such
change in work.
2.3 Where the Project entails the drafting and submission
of Deliverables, for example, construction plans, drawings, and
specifications, any and all errors, omissions, or ambiguities in
the Deliverables, which are discovered by CITY before invitations
to bid on a construction project (for which the Deliverables are
required) are distributed by CITY, will be corrected by
CONSULTANT at no cost to CITY, provided CITY gives notice to
CONSULTANT.
2.4 Any and all errors, omissions, or ambiguities in the
Deliverables, which are discovered by CITY after the construction
contract is awarded by CITY, will be performed by CONSULTANT, as
follows: (a) at no cost to CITY insofar as those Services,
including the Basic Services or the Additional Services, as
described below, or both, will result in minor or nonbeneficial
changes in the construction work required of the construction
contractor; or (b)’ at CITY’s cost insofar as those Services,
including the Basfc Services or the Additional Services, or both,
will add a direct and substantial benefit to the construction
work required of the construction contractor. The project
manager in the reasonable exercise of his or her discretion will
determine whether the Basic Services or the Additional Services,
or both, will contribute minor or substantial benefit to the
construction work.
SECTION 3.QUALIFICATIONS, STATUS, AND DUTIES OF CONSULTANT
3.1 CONSULTANT represents and warrantsthat it has the
expertise and professional qualifications tofurnish or cause to
be furnished the Services and Deliverables.CONSULTANT further
represents and warrants that the project director and every
individual, including any consultant (including CONSULTANTs),~
charged with the performance of the Services are duly licensed or
certified by the State of California, to the extent such
990430 10677-00006 sas 0282341 (0)-2 -
licensing or certification is required by law to perform the
Services, and that the Project will be executed by them or under
their supervision. CONSULTANT will furnish to CITY for approval,
prior to execution of this Contract, a list of all individuals
and the names of their employers or principals to be employed as
consultants.
3.2 In reliance on the representations and warranties set
forth in this Contract, CITY hires CONSULTANT to execute, and
CONSULTANT covenants and agrees that it will execute or cause to
be executed, the Project.
3.3 CONSULTANT will assign Chris Metzger as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Project. Raul Laborin will be
assigned as the project coordinator who will represent CONSULTANT
during the day-to-day work on the Project. If circumstances or
conditions subsequent to the execution of this Contract cause the
substitution of the project director or project coordinator for
any reason, the appointment of a substitute project director or
substitute project coordinator will be subject to the prior
written approval of the project manager.
3.4 CONSULTANT represents and warrants that it will:
3.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the due and lawful prosecution of the Project;
3.4.2 Keep itself fully informed of all existing
and future Federal, State of California, and local laws,
ordinances, regulations, orders, and decrees which may affect
those engaged or employed under this Contract and any materials
used in CONSULTANT’s performance of the Services;
3.4.3 At all times observe and comply with, and
cause its employees and consultants, if any, who are assigned to
the performance of this Contract to observe and comply with, the
laws, ordinances, regulations, orders and decrees mentioned
above; and
3.4.4 Will report immediately to the project
manager, in writing, any discrepancy or inconsistency it
discovers in the laws, ordinances, regulations, orders, and
decrees mentioned above in relation to the Deliverables.
3.5 Any Deliverables given to, or prepared or assembled by,
CONSULTANT or its consultants, if any, under this Contract will
become the property of CITY and will not be made available to any
individual or organization by CONSULTANT or its consultants, if
any, without the prior written approval of the city manager.
990430 10677-00006 sas 0282341’ (0)-3
3.6 CONSULTANT will provide CITY with fifteen (15) copies
of any documents which-are a part of the Deliverables upon their
completion and acceptance by CITY. -~
3.7 If CITY requests additional copies of any documents
which are a part of the Deliverables, CONSULTANT will provide
such additional copies and CITY will compensate CONSULTANT for
its duplicating costs.
3.8 CONSULTANT will be responsible for employing or
engaging all persons necessary to execute the Project. All
consultants of CONSULTANT will be deemed to be directly
controlled and supervised by CONSULTANT, which will be
responsible for their performance. If any employee or consultant
of CONSULTANT fails or refuses to carry out the provisions of
this Contract or appears to be incompetent or to act in a
disorderly or improper manner, the employee or consultant will be
discharged immediately from further performance under this
Contract on demand of the project manager.
3.9 In the execution of the Project, CONSULTANT and its
consultants, if any, will at all times be considered independent
contractors and not agents or employees of CITY.
3.10 CONSULTANT will perform or obtain or cause to be
performed or obtained any and all of the following Additional
Services, not included under the Basic Services, if so
authorized, in writing, by CITY:
3.10.1 Providing services as an expert witness in
connection with any public hearing or meeting, arbitration
proceeding, or proceeding of a court of record;
3.10.2 Incurring travel and subsistence expenses for
CONSULTANT and its staff beyond those normally required under the
Basic Services;
3.10.3 Performing any other Additional Services that
may be agreed upon by the parties subsequent to the execution of
this Contract; and
3.10.4 Other Additional Services now or hereafter
described in Exhibits "A" or "B" to this Contract.
3.11 CONSULTANT will be responsible for employing all
consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The appointment of consultants must
be approved, in advance, by CITY, in writing, and must remain
acceptable to CITY during the term of this Contract.
SECTION 4.DUTIES OF CITY
4.1 CITY will furnish or cause to be furnished the services
listed in Exhibits "A" and "B" and such information regarding its
990430 10677-00006 sas 0282341 (0)-4 -
requirements applicable to the Project as may be reasonably
requested by CONSULTANT.
4.2 CITY will review and approve, as necessary, in a timely
manner the Deliverables and each phase of work performed by
CONSULTANT. CITY’s estimated time of review and approval will be
furnished to CONSULTANT at the time of submission of each phase
of work. CONSULTANT acknowledges and understands that the
interrelated exchange of information among CITY’s various
departments makes it extremely difficult for CITY to firmly
establish the time of each review and approval task. CITY’s
failure to review and approve within the estimated time schedule
will not constitute a default under this Contract.
4.3 The city manager will represent CITY for all purposes
under this Contract. Karen Bengard is designated as the project
manager for the city manager. The project manager will supervise
the performance, progress, and execution of the Project, and will
be assisted by Young Tran, the Project Engineer.
4.4 If CITY observes or otherwise becomes aware of any
default in the performance of CONSULTANT, CITY will use
reasonable efforts to give written notice thereof to CONSULTANT
in a timely manner.
SECTION 5.COMPENSATION
5.1 CITY will compensate CONSULTANT for the following
services and work:
5.1.1 In consideration of the full performance of
~the Basic Services, including any authorized reimbursable
expenses, CITY will pay CONSULTANT a fee not to exceed One
hundred eighty-six thousand one hundred and forty-two dollars
($186,142). The amount of compensation will be calculated in
accordance with the hourly rate schedule set forth in Exhibit
"C", on a time and materials basis, up to the maximum amount set
forth in this Section’. The number of hours needed to perform
each phase of the Basic Services and the cost thereof are
estimatedin Exhibit D. The City’s Project Manager may authorize
an increase in compensation for a particular phase of the Basic
Services. CITY will not pay CONSULTANT for an authorized
increase for a phase until such time as the total compensation
for all completed phases, including the authorized increase, will
be equal to or less than the total estimated compensation for all
completed phases. In no event shall the cost of basic services
exceed the not to exceed figure established in this Section.
The fees of the consultants, who have direct contractual
relationships with CONSULTANT, will be approved, in advance, by
CITY. CITY reserves the right to refuse payment of such fees, if
such prior approval is not obtained by CONSULTANT.
5.1.2 CITY will not compensate CONSULTANT for the
full performance of Additional Services, in excess of Forty-four
990430 10677-00006 sas 0282341 (0)5 -
thousand three hundred ninety-nine dollars ($44,399). An
employee’s time will be computed at a multiple of times the
employee’s direct personnel expense described below. The rate
schedules may be updated by CONSULTANT only once each calendar
year, and the rate schedules will not become effective for
purposes of this Contract, unless and until CONSULTANT gives CITY
thirty (30) days’ prior written notice of the effective date
of any revised rate schedule.
5.1.3 The full payment of charges for extra work or
changes, or both, in the execution of the Project will be made,
provided such request for payment is initiated by CONSULTANT and
authorized, in writing, by the project manager. Payment will be
made within thirty (30) days of submission by CONSULTANT of a
statement, in triplicate, of itemized costs covering such work or
changes, or both. Prior to commencing such extra work or
changes, or both, the parties will agree upon an estimated
maximum cost for such extra work or changes. CONSULTANT will not
be paid for extra work or changes, including, without limitation,
any design work or change order preparation, which is made
necessary on account of CONSULTANT’s errors, omissions, or
oversights.
5.1.4 Direct personnel expense of employees
assigned to the execution of the Project by CONSULTANT will
include only the work of architects, engineers, designers, job
captains, surveyors, draftspersons, specification writers and
typists, in consultation, research and design, work in producing
drawings, specifications and other documents pertaining to the
Project, and in services rendered during construction at the
site, to the extent such services are expressly contemplated
under this Contract. Included in the cost of direct personnel
expense of these employees are salaries and mandatory and
customary benefits such as statutory employee benefits,
insurance, sick leave, holidays and vacations, pensions and
similar benefits.
5.2 The schedule of payments will be made as follows:
’5.2.1 Payment of the Basic Services will be made in
monthly progress payments in accordance with the schedule
attached as Exhibit D within thirty (30) days of submission, in
triplicate, of such requests. Final payment will be made .by CITY
after CONSULTANT has submitted all Deliverables, including,
without limitation, reports which have been approved by the
project manager.
5.2.2 Payment of the Additional Services will be
made in monthly progress payments for services rendered, within
thirty (30) days of submission, in triplicate, of such requests.
5.2.3 No deductions will be made from CONSULTANT’s
compensation on account of penalties, liquidated damages, or
other sums withheld by CITY from payments to general contractors.
990430 10677-00006 sas 0282341 (0)6 -
SECTION 6.ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS
6.1 Records of the direct personnel expenses and expenses
incurred in connection with the performance of Basic Services and
Additional Services pertaining to the Project will be prepared,
maintained, and retained by CONSULTANT in accordance with
generally accepted accounting principles and will be made
available to CITY for auditing purposes at mutually convenient
times during the term of this Contract and for three (3) years
following the expiration or earlier termination of this Contract.
6.2 The originals of the Deliverables prepared by or under
the direction of CONSULTANT in the performance of this Contract
will become the property of CITY irrespective of whether the
Project is completed upon CITY’s payment of the amounts required
to be paid to CONSULTANT. These originals will be delivered to
CITY without additional compensation. CITY will have the right
to utilize any final and incomplete drawings, estimates,
specifications, and any other documents prepared hereunder by
CONSULTANT, but CONSULTANT disclaims any responsibility or
liability for any alterations or modifications of such documents:
SECTION 7.INDEMNITY
7.1 CONSULTANT agrees to protect, indemnify, defend and
hold harmless CITY, its Counci! members, officers, employees and
agents, from any and all demands, claims, or liability of any
nature, including death or injury to any person, property damage
or any other loss, caused by or arising out of CONSULTANT’s, its
officers’, agents’, consultants’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONSULTANT in the
performance of or failure to perform its obligations under this
Contract.
SECTION 8. WAIVERS
8.1 The waiver by either party of any breach or violation
of any covenant, term, condition or provision of this Contract or
of the provisions of any ordinance or law will not be deemed to
be a waiver of any such covenant, term, condition, provision,
ordinance, or law or of any subsequent breach or violation of the
same or of any other covenant, term, condition, provision,
ordinance or law. The subsequent acceptance by either party of
any fee or other money which may become due hereunder will not be
deemed to be a waiver of any preceding breach or violation by the
other party of any covenant, term, condition or provision of this
Contract or of any applicable law or ordinance.
8.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY
of any of its ~ights under this Contract.
99043~ 10677-00006 sas 0282341 (0)-7 -
SECTION 9.INSURANCE
9.1 CONSULTANT, at its sole cost and expense, will obtain
and maintain, in full force and effect during the term of this
Contract, the insurance coverage described in Exhibit "E",
insuring not only CONSULTANT and its consultants, if any, but
also, with the exception of workers’ compensation, employer’s
liability and professional liability insurance, naming CITY as an
additional insured concerning CONSULTANT’s performance under this
Contract.~
9.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:X or higher which are admitted to transact insurance business
in the State of California. Any and all consultants of
CONSULTANT retained to perform Services under this Contract will
obtain and maintain, in full force and effect during the term of
this Contract, identica! insurance coverage, naming CITY as an
additional insured under such policies as required above.
9.3 Certificates of such insurance, preferably on the forms
provided by CITY, will be filed with CITY concurrently with the
execution of this Contract. The certificates will be subject to
the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and
will not be canceled or altered by the insurer except after
filing with the CITY’s city clerk thirty (30) days’ prior written
notice of such cancellation or alteration, and chat the City of
Palo Alto is named as an additional insured except in policies of
workers’ compensation, employer’s liability, and professional
liability insurance. Current certificates of such insurance wil!
be kept on file at all times during the term of this Contract
with the city clerk.
9.4 The procuring of such required policy or policies of
insurance will not be construed to limit CONSULTANT’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONSULTANT will be obligated for the full and total amount of any
damage, injury,.or loss caused by or directly arising as a result
of the Services negligently performed under this Contract,
including such damage, injury, or loss arising after the Contract
is terminated or the term has expired.
SECTION I0.WORKERS’ COMPENSATION
I0.i CONSULTANT, by executing this Contract, certifies that
it is aware of the provisions of the Labor Code of the State of
California which require every employer to be insured against
liability for workers’ compensation or to undertake self-
insurance in accordance with the provisions of that Code, and
certifies that it will comply with such provisions, as
applicable, before commencing the performance of the Project.
990430 10677-00006 sas 0282341 (0)-8 -
SECTION II.
PROJECT
TERMINATION OR SUSPENSION OF CONTRACT
II.i The city manager may suspend the execution of the
Project, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
thereof to CONSULTANT, or immediately after submission to CITY by
CONSULTANT of any completed item of Basic Services. Upon receipt
of such notice, CONSULTANT will immediately discontinue its
performance under this Contract.
11.2 CONSULTANT may terminate this Contract or suspend its
execution of the Project by giving thirty (30) days’ prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the
initiation or continuation of Basic Services or the execution of
the Project.
11.3 Upon such suspension or termination by CITY, CONSULTANT
will be compensated for the Basic Services and Additional
Services performed and Deliverables received and approved prior
to receipt of written notice from CITY of such suspension or
abandonment, together with authorized additional and reimbursable
expenses then due. If the Project is resumed after it has been
suspended for more than 180 days, any change in CONSULTANT’s
compensation will be subject to renegotiation and, if necessary,
approval of CITY’s City Council. If this Contract is suspended
or terminated on account of a default by CONSULTANT, CITY will be
obligated to compensate CONSULTANT only for that portion of
CONSULTANT’s services which are of direct and immediate benefit
to CITY, as such determination may be made by the city manager in
the reasonable exercise of her discretion.
11.4 In the event of termination of this Contract or
suspension of work on the Project by CITY where CONSULTANT is not
in default, CONSULTANT will receive compensation as follows:
11.4.1 For approved items of services, CONSULTANT
will be compensated for each item of service fully performed in
the amounts authorized under this Contract.
11.4.2 For approved items of services on which a
notice to proceed is issued by CITY, but which are not fully
performed, CONSULTANT will be compensated for each item of
service in an amount which bears the same ratio to the total fee
otherwise payable for the performance of the service as the
quantum of service actually rendered bears t~ the services
necessary for the full performance of that item of service.
11.4.3 The total compensation payable under the
preceding paragraphs of this Section will not exceed the payment
specified under Section 5 for the respective items of service to
be furnished by CONSULTANT.
990430 10677-00006 sas 0282341 (0)9 -
11.5 Upon such suspension or termination, CONSULTANT will
deliver to the city manager immediately any and all copies of the
Deliverables, whether or not completed, prepared by CONSULTANT or
its consultants, if any, or given to CONSULTANT or its
consultants, if any, in connection with this Contract. This is
contingent upon City’s final payment of Consultant’s undisputed
invoices. Such materials will become the property of CITY.
11.6 The failure of CITY to agree with CONSULTANT’s
independent findings, conclusions, or recommendations, if the
same are called for under this Contract, on the basis of
differences in matters of judgment, will not be construed as a
failure on the part of CONSULTANT to fulfill its obligations
under this Contract.
SECTION 12. ASSIGNMENT
12.1 This Contract is for the personal services of
CONSULTANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the
prior written consent of CITY. A consent to one assignment will
not be deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of CITY will be void and, at
the option of the city manager, this Contract may be terminated.
This Contract will not be assignable by operation of law.
SECTION 13. NOTICES
13.1 All notices hereunder will be given, in writing, and
mailed, postage prepaid, by certified mail, addressed as follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
To CONSULTANT: Attention of the project director
at the address of CONSULTANT recited above
SECTION 14 CONFLICT OF INTEREST
14.1 In accepting this Contract, CONSULTANT covenants that
it presently has no interest, and will not acquire any interest,
direct or indirect, financial or otherwise, which would conflict
in any manner or degree with the performance of the Services.
14.2 CONSULTANT further covenants that, in the performance
of this Contract, it will not employ contractors or persons
having such an interest mentioned above. CONSULTANT certifies
that no one who has or will have any financial interest under
this Contract is an officer or employee of CITY; this provision
will be interpreted in accordance with the applicable provisions
990430 10677-00006 sas 0282341 (0)-I0 -
of the Palo Alto Municipal Code and the Government Code of the
State of California.
SECTION 15.NONDISCRIMINATION
15.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment of persons under
this Contract because of the age, race, color, national origin,
ancestry, religion, disability, sexual preference or gender of
such person. If the value of this Contract is, or may be, five
thousand dollars ($5,000) or more, CONSULTANT agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the
requisite form furnished by CITY and set forth in Exhibit ~F".
15.2 CONSULTANT agrees that each contract for services from
independent providers will contain a provision substantially as
follows:
"[Name of Provider] will provide CONSULTANT with a
certificate stating that [Name of Provider] is currently in
compliance with all Federal and State of California laws
covering nondiscrimination in employment; and that [Name of
Provider] will not discriminate in the employment of any
person under this contract because of the age, race, color,
national origin, ancestry, religion, disability, sexual
preference or gender of such person."
15.3 If CONSULTANT is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federal law or
executive order in the performance of this Contract, it will be
in default of this Contract. Thereupon, CITY will have the power
to cancel or suspend this Contract, in whole or in part, or to
deduct the sum of twenty-five dollars ($25) for each person for
each calendar day during which such person was subjected to
discrimination, as damages for breach of contract, or both. Only
a finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
15.4 If CONSULTANT is found in default of the
nondiscrimination provisions of this Contract, CONSULTANT will be
found in material breach of this Contract. Thereupon, CITY will
have the power to cancel or suspend this Contract, in whole or in
part, or to deduct from the amount payable to CONSULTANT the sum
of two hundred fifty dollars ($250) for each calendar day during
which CONSULTANT is not in compliance with this provision as
damages for breach of contract, or both.
SECTION 16. MISCELLANEOUS PROVISIONS
16.1 CONSULTANT represents that it has knowledge of the
requirements of the, federal Americans with Disabilities Act of
990430 10677-00006 sas 0282341 (0)-ii -
1990, and the Government Code and the Health and Safety Code of
the State of California, relating to access to public buildings
and accommodations for disabled persons, and relating to --
facilities for disabled persons. CONSULTANT will comply with or
ensure by its advice that compliance with such provisions will be
effected pursuant to the terms of this Contract.
16.2 Upon the agreement of the parties, any controversy or
claim arising out of or relating to this Contract may be settled
by arbitration in accordance with the Rules of the American
Arbitration Association, and judgment upon the award rendered by
the Arbitrators may be entered in any court having jurisdiction
thereof.
16.3 This Contract will be governed by the laws of the State
of California, excluding its conflicts of law.
16.4 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
16.5 The prevailing party in any action brought to enforce
the terms of this Contract or arising out of this Contract may
recover its reasonable costs and attorneys’ fees expended in
connection with that action.
16.6 This document represents the entire and integrated
Contract between the parties and supersedes all prior
negotiations, representations, and contracts, either written or
oral. This document may be amended only by a written instrument,
which is signed by the parties.
16.7 All provisions of this Contract, whether covenants or
conditions, will be deemed to be both covenants and conditions.
16.8 The covenants, terms, conditions and provisions of this
Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and consultants, as the
case may be, of the parties.
16.9 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
16.10 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
990430 10677-00006 sas 0282341 (0)-12 -
16.11 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
16.12 This Contract is subject to the fiscal provisions of
the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at
the end of any fiscal year in the event that funds are not
appropriated for the following fiscal year, or (b) at any time
within a fiscal year in the event that funds are only
appropriated for a portion of the fiscal year and funds for this
Contract are no longer available. This Section 16.12 will take
precedence in the event of a conflict with any other covenant,
term, condition, or provision of this Contract.
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk Mayor
APPROVED AS TO FORM:NOLTE AND ASSOCIATES, INC.
City Attorney
APPROVED:
Assistant City Manager
Title:
By:
Director of Administrative
Services
Name:
Title:
Director of Public Works Taxpayer Identification No.
94-2706173
Risk Manager
Attachments:
Exhibit "A"
Exhibit
Exhibit "C"
Exhibit "D"
Exhibit "E"
Exhibit "F"
(Compliance with Corp0 Code ~ 313 is
required if the entity on whose behalf
this contract is signed is a corporation.
In the alternative, a certified corporate
resolution attesting to the signatory
authority of the individuals signing in
their respective capacities is acceptable)
RFP #112466
Scope of Work
Charge Rates Schedule
Cost of Services
Insurance
Nondiscrimination Compliance Form
990430 10677-00006 sas 0282341 (0)-13 -
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
-- 1 ~)
COUNTY OF o~~ ~ )
SS.
On ~~L~ ~ , 19~ before me, the undersigned, a Notary
Public in and~for^ said CoUnty and State, personally appeared
personally known to
me 6~pfo~@~d to me ’on the baslsg~f satisfactory evidence to be the
person-0~s~ name(2~ is/a~e sum~u~±u~u to--~e withi~ ~instrument
and acknowledged to me that he/s, be/t~ey executed the same in
his/h~/t~eir authorized capacity(i~s),-and that by his/h~r/thelr
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.
~ignatu~ of Notary Public
990430 10677-00006 sas 0282341 (0)-16
State of
County of
personally appeared
__
--
INAME~F~ll
[] personally known to me -OR-~.~~roved to me on the
as!s of satisfactory
evidence to be the
person(s) whose name(s)
~s/are subscribed to the
within instrument and
acknow!edged to me.that
he/she/t.~ey executed the
same ~n his/her/their
authorized capacity(ies),
and that by his/her/their
.signature(s) on the
~nstrumentthe person(s),
or the entity upon behalf
of which the person(s)
acted, executed the
instrument.
Witness my hand and official seal.
(SEAL)
OF NOTARYI
ATTENTION NOTARY
The information requested below and in the column to the right is OPTIONAL.
Recording of this document is not required by law and is also optional.
It could, however, prevent fraudulent attachment of this certificate to any
unauthorized document.
THIS CERTIFICATE
MUST BE A’I-I’ACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
T’Kle or Type of Document
Number of P~ges Date of Document
Signer(s) Other Than Named Above
RIGHT THUMBPRINT (Optional)
CAPACITY CLAIMED BY $1GNERIS}
I-IINDIVIDUAL(S)
{~CORPORATE
OFFICER(S}
r"IPARTNER(S)I-ILIMITED
(-IGENERAL
~IATTORNEY IN FACT
~TRUSTEE(S)
I-IGUARDIAN/CON SERVATOR
I-IOTHER:
SIGNER IS REPRESENTING:
(Name of Person(s} or Entity(ies)
RIGHT THUMBPRINT (Optional)
CAPACITY CLAIMED BY SIGNER(S}
r-IINDIVIDUAL(S)
r-ICORPORATE
OFFICER(S)
ITI~SI
~PARTNER(S)I-]LIMITED
~]GENERAL
1"3ATTORNEY IN FACT
r~TRUSTEE(SI
t-tGUARDIAN/CONSERVATOR
r-IOTHER:
SIGNER IS REPRESENTING:
(Name of Porson(s} or Entity(k~s)
WOLCOTTS FORM 83240 Rev. 3-94 Ipr=ca class 8o2A) ~1994 WOLCOTTS FORMS. INC.
ALL PURPOSE ACKNOV~.EDGMENT W1TH SIGNER CAPACITY/REPRESENTATION/tWO FINGERPRINTS