HomeMy WebLinkAboutStaff Report 435-08City of Palo Alto
CRy Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:NOVEMBER 10, 2008 CMR: 435:08
REPORT TYPE:
SUBJECT:
CONSENT
Approval of a Contract with IMR Contractor Corporation in the
amount of $234,500 for the Animal Placement Center (Animal Services
Center) Maintenance and Accessibility Renovations General
Construction Services - Capital Improvement Program Project PE -
04014
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the City Manager or his designee to execute the attached contract
with IMR Contractor Corporation in the amount of $234,500 for Animal Placement
Center (Animal Services Center) Maintenance and Accessibility Renovations General
Construction Services - Capital Improvement Program Project PE-04014.
Authorize the City Manager or his designee to negoti’ate and execute one or more change
orders to the contract with IMR Contractor Corporation for related, additional but
unforeseen work which may develop during the project, the total value of which shall not
exceed $23,500.
BACKGROUND
The Animal Services Center at 3281 East Bayshore Road was built in 1972. Since the time of
construction, a few minor changes have been made to the original design. These changes were an
effort to accommodate changes in the way business is conducted, to handle an increase in
animals, new services, and changes in legal requirements. Some of these changes included the
construction of an isolation building and euthanasia room in 1985, a front office remodel in
1987, and the addition of a volunteer center/meeting room in 1990.
Since 1993, the City of Palo Alto has provided regional animal control and sheltering services to
Los Altos, Los Altos Hills and Mountain View. On December 15, 2003, Council approved 10-
year service agreements with Los Altos, Los Altos Hills and Mountain View and a 20-year
service agreement with the City of Sunnyvale. The service agreement distributes operational
costs among the participating Cities reducing the operating costs. In order to accommodate the
additional need to house and treat the increased number of animals from Sunnyvale, plans were
developed to expand the administrative area of the shelter. The four other cities agreed to share
in the cost of the shelter design and construction.
CMR:435:08 Page 1 of 3
Renovation and expansion work was bid on three separate occasions. Due to the bid amounts.
exceeding the budget on all three occasions, the contract was not awarded. Sunnyvale has since
decided not to contract for Palo Alto services. A study is currently in process regarding
relocation and Construction ofa new Animal Placement Center to accommodate redevelopment
of the existing site for private business and economic development goals. However, there is
significant deterioration of the buildings and the need to repair certain portions of the existing
buildings has become urgent in order to deal with health and safety issues in the short term, even
prior to potential relocation of the facility.
DISCUSSION
Project Description
The Animal Placement Center (Animal Services Center) is in poor condition, and does not meet
current ADA code. The work under this project addresses immediate needs to keep the facility
operational until a new facility can be constructed or major renovation can be accomplished.
This project will bring the facility up to current accessibility standards, address dry rot and
structural issues, which are affecting the integrity and safety of the buildings, replace roofs,
which are currently leaking, and replace mechanical systems that are far beyond their useful
lives.
The renovation work at the Animal Services Center will be completed under three separate
contracts: General Construction, Mechanical, and Roofing. This contract award is for the
General Construction. The other two contracts fall within the City Manager’s contracting
authority and are being awarded concurrently with the award of this contract. The work of all
three Contracts will occur simultaneously and be managed by City staff. The construction is
scheduled to begin November 2008 with completion in February 2009.
Bid Process
A notice inviting formal bids for the Animal Placement Cetater Maintenance and Accessibility
Renovations project was posted at City Hall and sent to 10 contractors and four builder’s
exchanges on September 24, 2008. The bidding period was 19 days. Bids were received from
five qualified contractors on October 14, 2008, as listed on the attached bid summary
(Attachment B).
Summary of Bid Process
Bid Name/Number
Proposed Length of Proj ect
Number of Bids Mailed to Contractors
Number of Bids Mailed to Builder’s
Exchanges
Total Days to Respond to Bid
Pre-Bid Meeting
Number of Company Attendees at Pre-
Bid Meeting
Number of Bids Received
Bid Price Range - General Construction
*Bid summary provided in Attachment B.
CMR:435:08
Animal Placement Center Maintenance
Accessibility Renovations - IFB # 128840
60 calendar days
10
4
19
September 30, 2008
11
5
From high of $393,000 to a low bid of $234,500
Page 2 of 3
Staff reviewed all bids submitted for this project and recommends that the bid of $234,500
submitted by IMR Construction Corporation be accepted and that IMR Construction Corporation
be declared the-lowest responsible bidder. The bid is 10 percent above the engineer’s estimate of
$210,000. The change order amount of $23,500, which equals 10 percent of the total contract, is
requested for unforeseen conditions which may be discovered during construction.
Staff confirmed with the Contractor’s State License Board that the contractor has an active
license on file. Staff checked references supplied by the contractors for previous work
performed and found no significant complaints..The Contractor’s Certification of
Nondiscrimination is provided in Attachment C.
RESOURCE IMPACT
Funds for this project are available in Capital Improvement Program Project PE-04014 - Animal
Placement Center Maintenance and Accessibility Renovations. City staff have previously met
with staff from the partner agencies who indicated conceptual approval of some cost sharing.
Staff will continue to work with the partner agencies on a formal cost sharing agreement even as
the project proceeds on an urgent basis for health and safety reasons.
POLICY IMPLICATIONS
This recommendation does not represent any change to existing City policies.
ENVIRONMENTAL REVIEW
This project is categorically exempt from California Environmental Quality Act under Section
15301 as an alteration to an existing facility, and no further environmental review is necessaxy.
ATTACHMENTS
Attachment A: Contract for Animal Services Center Maintenance & Accessibility Renovations
Attachment B: Bid Summary
Attachment C: Certification of Nondiscrimination
PREPARED BY:
DEPARTMENT HEAD:
~-k3E’~NNIS HUEBNER
Supervisor, Facilities
GLENN ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
CMR:435:08 Page 3 of 3
ATTACHMENT A
CONTRACT No. C09128840
(Public Work)
Public Works Department
This Contract, number C09128840 dated is entered into by and between the City of Palo Alto, a California
Charter City and a municipal corporation of the State of California ("City"), and IMR Contractor Corporation
("Contractor").
For and in consideration of the covenants, terms, and conditions (*the provisions*) of this Contract, City and Contractor
("the parties") agree:
Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract,
and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is
required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this
Contract. ¯
General Scope of Project and Work. Contractor shall furnish labor, services, materials and equipment in
connection with the construction of the Project and complete the Work in accordance with the covenants, terms
and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as
follows:
Title of Project:Animal Placement Center General Construction, Invitation for Bids (IFB) No. 12884~)
Bid:$ 234,500
Contract Documents. This Contract shall consist of the documents set forth below, which are on ~le with the City
Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving
inconsistencies between and among the provisions of this Contract, these documents and the provisions thereof
are set forth in the following descending order of precedence.
This Contract.
Invitation for Bid.
Project Specifications.
Drawings.
Change Orders. ~
Bid.
Supplementary Conditions.
General Conditions.
City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (2007).
Certificate of Insurance, Performance Surety Bond, Labor & Materials (Payment) Surety Bond.
Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the
City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (2007).
Any other document not expressly mentioned herein which is issued by City or entered into by the
parties.
Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to
Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon
the receipt of written invoices and all necessary supporting documentation within the time set forth in the
Contract Specifications and the City of Palo Alto Dept. of Public Works Standard Drawings and Specifications
(1992), or, if no time is stated, within thirty (30) Days of the date of receipt of Contractor’s invoices.
5.Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance
coverage described in the Invitation For Bid on terms and conditions and in amounts as may be required by the
Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the
personal property of any person performing labor or services or supplying materials or equipment under the
Project. Contractor shall furnish Citywith the certificates of insurance and with original endorsements affecting
coverage required under this Contract on or before the Date of Execution. The certificates and endorsements for
CITY OF PALO ALTO C09128840 PAGE 1 OF 7
rev. 12/00
each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf.
Proof o_f insurance shall be mailed to the Project Manager to the address set forth in Section 16 of this Contract.
Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members, officers,
employees, agents and representatives harmless from and against any and all claims, demands, liabilities,
losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or
indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts or
the negligent acts or omissions of Contractor, or which results from Contractor’s noncompliance with any Law
respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from
Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is required
not to do under this Contract, or which arises from conduct for which any Law may impose strict liability on
Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from
the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees,
agents or representatives. This indemnification shall extend to any and all claims, demands, or liens made or
filed by reason of any work performed by Contractor under this Contract at any time during the term of this
Contract, or arising thereafter.
To the extent Contractor will use hazardous materials in connection with the execution of its obligations under
this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City
Council members, officers and employees from and against any and all claims, demands, liabilities, losses,
damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in
connection with or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract, under
the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. )~9601-6975, as
amended); the Resource Conservation and Recovery Act (42 U.S.C. ~6901-6992k, as amended); the Toxic
Substances Control Act (15 U.S.C. ~2601-2692, as amended); the Carpenter-Prestey-Tanner Hazardous
Substance Account Act (Health & Safety Code, ~25300-25395, as amended); the Hazardous Waste Control
Law (Health & Safety Code, ~25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement
Act (Health & Safety Code, )~25249.5-25249.13, as amended); the Underground Storage of Hazardous
Substances Act (Health & Safety Code, ~25280-25299.7, as amended); or under any other local, state or
federal law, statute or ordinance, or at common law.
Assumption of Risk. Contractor agrees to voluntarily assume any and all dsk of loss, damage, or injury to the
property of Contractor which may occur in, on, or about the Project site at any time and in any manner, excepting
such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of City or any
of its Council members, officers, employees, agents or representatives.
Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by
City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by
Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other
provision, nor shall any custom or practice which may arise between the parties in the administration of any part
or provision of this Contract be construed to waive or to lessen the right of City to insist upon the performance of
Contractor in strict compliance with the covenants, terms and conditions of this Contract.
No Exoneration By Inspection: The City has the right, but not the duty, to inspect Contractor’s Work. The right of
inspection is solely for the benefit of City. Contractor has the obligation to complete the Work in a satisfactory
manner in compliance with Contract requirements. The presence of a City inspector does not shift that obligation
to the City or relieve Contractor from its obligations to complete the Work in a satisfactory manner in compliance
with the Contract requirements.
10.Compliance, with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force
pertaining to the Project and Work and this Contract, with the requirement of any bid secudty or fire underwriters
or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any
Law of any public agency or official as well as with any provision of all recorded documents affecting the Project
site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws
pertaining to nondiscrimination in employment and hazardous materials.
11.Bid Security Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or
before the Date of Execution, Contractor shall f.urn sh to the Project Manager the Bid Security as required under
C’ITY OF PALo ALTO 009128840 PAGE 2 OF 7
rev. 12/00
12.
13.
14.
the Invitation For Bid.
÷
Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and
services during the course and scope of the Project and Work, Contractor represents and warrants:
Any materials and equipment which shall be used during the course and scope of the Project and Work
shall be vested in Contractor;
Any materials and equipment which shall be used during the course and scope of the Project and Work
shall be merchantable and fit to be used for the particular purpose for which the materials are required;
Any labor and services rendered and materials and equipment used or employed during the course and
scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after
the recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on
the date that final payment is made hereunder;
Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by
Contractor for and in behalf of City.
Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request,
whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and
correct at the time such information is submitted or made available to the City;
Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to tl~e
terms and conditions of Contractor’s Bid, except as may be permitted by the Invitation For Bid;
Contractor has the power and authority to enter into this Contract with City, that the individual executing
this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be
executed, delivered and performed pursuant to the power and authority conferred upon the person or
persons authorized to bind Contractor;
Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project
Manager or any other person who has directly contributed to City’s decision to award the contract to
Contractor;
There are no unresolved claims or disputes between Cor~tractor and City which would materially affect
Contractor’s ability to perform under the Contract;
Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions,
certifications, and other written information as may be requested of Contractor by City from time to time
during the term of this Contract;
ContraCtor and any person performing labor and services under this Project are duly licensed by the
State of California as required by California Business & Professions Code Section 7028, as amended;
and
Contractor has fully examined and inspected the Project site and has full knowledge of the physical
conditions of the Project site.
Assiqnment. This Contract and the performance required hereunder is personal to Contractor, and it shall not be
assigned by Contractor. Any attempted assignment shall be null and void.
Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract Time
or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or
registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or
required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim
to City.
CITY OF PALO ALTO C09128840
rev. 12/00
PAGE 3 OF 7
15.
16.
Audits by City. During the term of this Contract and for a period of not less than three (3) years after the
expiratio.n or earlier termination of this Contract, City shall h~lve the right to audit Contractor’s Project-related and
Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250
and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours,
during the regular business hours of City.
Notices, All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents,
designations, notices, offers, requests and statements given by either party to the other shall be in writing and
shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States
mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission,
if sent to the telephone FAX number set forth below during regular business hours of the receiving party and
followed within two (2) Days by delivery of a hard copy Of the material sent by facsimile transmission, in
accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and
service by facsimile transmission.
To City:City of Palo Alto
City Clerk
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
Copy to:City of Palo Alto
Dept - Public Works
Division - Facilities
Address - 3201 East Bayshore Road
Palo Alto, CA 94303
To Contractor:
Richard Zolezzi, Project Manager
IMR Contractor Corporation
24967 Huntwood Avenue
Hayward, CA 94044
Attn: Ismael Avila
17.
18.
Appropriation of City Funds. This Contract is subject to the fis0al provisions of Article Itl, Section 12 of the
Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may’accrue
only after such expenditures have been approved in advance in writing in accordance with applicable Laws. This
Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are not
appropriated for the following fiscal year, or (ii) 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 17
shall control in the event of a conflict with any other provision of this Contract.
Miscellaneous.
Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s
bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor.
Consent. Whenever in this Contract the approval or consent of a party is required, such approval or
consent shall be in writing and shall be executed by a person having the express authority to grant such
approval or consent.
Controlling Law. The parties agree that this Contract shall be governed and construed by and in
accordance with the Laws of the State of California.
Definitions. The definitions and terms set forth in Section 1 of the City of Palo Alto Dept. of Public
Works Standard Drawings and Specifications (1992) of this Contract are incorporated herein by
reference.
CiTY OF PALO ALTO C09128840
rev. 12/00
PAGE 4 OF 7
Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to
perform its obligations under this Contract which directly results from an Act of God or an act of a
superior governmental authority.
Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the
construction or interpretation of any part of this Contract.
Incorporation of Documents. All documents constituting the Contract documents described in Section 3
hereof and all documents which may, from time to time, be referred to in any duly executed amendment
hereto are by such reference incorporated in this Contract and shall be deemed to be part of this
Contract.
Integration. This Contract and any amendments hereto between the parties constitute the entire
agreement between the parties concerning the Project and Work, and there are no other prior oral or
written agreements between the parties that are not incorporated in this Contract.
Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless
such modification is agreed to in writing and signed by the parties.
Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or
other stipulation in the Contract shall define or otherwise control, establish, or limit the performance
required or permitted or to be required of or permitted by either party. All provisions, whether
covenants or conditions, shall be deemed to be both covenants and conditions.
Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or
other writing, which authorizes any director, officer or other employee or partner to act for or in behalf of
Contractor or which authorizes Contractor to enter into this Contract.
Severability. Ifa court of competent jurisdiction finds or rules that any provision of this Contract is void
or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect.
Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as
an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to
any rights and benefits accorded or accruing to the City Council members, officers or employees of
City, and Contractor expressly waives any and al! claims to such rights and benefits.
Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to
and bind, the successors and assigns of the parties.
Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the
calculation of time hereunder, the time in which an act is to be performed shall be computed by
excluding the first Day and including the last. If the time in which an act is to be performed falls on a
Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall be
extended to the following Business Day.
Alternative Dispute Resolution. The parties shall endeavor to resolve any disputes or claims arising out
of or relating to this Contract by mediation, which, unless the parties agree otherwise, shall be
conducted under the auspices of the Judicial Arbitration and Mediation Service (JAMS), San Jose,
California. The intent of the parties is that the mediation shall proceed in advance of litigation; however,
if any party should commence litigation before the conclusion of mediation, such litigation, including
discovery, shall be stayed pending completion of mediation, and by executing this Contract the parties
stipulate to mediation in accordance with Santa Clara County Superior Court Local Rule "1.15 or Rule 2-
3(b) of the ADR Local Rules of the U.S. District Court for the Northern District of California, as such
rules may be amended from time to time. The parties shall share the cost of the mediation, including
the mediator’s fee, equally. Any written agreement reached in mediation shall be enforceable pursuant
to California Code of Civil Procedure § 664.6, as amended.
~;ITY OF PALO ALTO C091281~40
rev. 12/00
PAGE 5 OF 7
q.Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose, California.
In the event that litigation is commenced by any party hereunder, the parties agree that such action
shall be vested exclusively in the state courts of California in the County of Santa Clara or in the United
States District Court for the Northern District of California.
Recovery of Costs. Each Party shall bear its own costs, including attorney’s fees, through the
completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is
necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure
§ 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable
costs, including attorney’s fees, incurred subsequent to conclusion of the mediation.
Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute
Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase agreements
which it enters into in connection with this Contract, and to require its subcontractors to include those
provisions in any sub-contracts or major matedal purchase agreements, such that any mediation or
litigation of any claim or dispute asserted by a subcontractor or major material supplier will be
consolidated with any related claim or dispute between the Contractor and the City. Should the
Contractor fail to do so, such that the City is required to defend an action brought by a subcontractor or
material supplier inconsistent with the Alternative Dispute and Venue provisions of this Contract,
Contractor shall indemnify City for City’s costs of defense, including reasonable attorney’s fees.
IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city
Palo Alto, County of Santa Clara, State of California on the date first stated above.
CITY OF PALO ALTO
Deputy City Manager
IMR CONTRACTOR, CORPORATION
By:
Name:
APPROVED AS TO FORM:
Senior Assistant City Attorney
APPROVED
Director of Administrativ~Services
Title:
Director of Public Works
CITY OF PALO ALTO C09128840
rev. 12/00
PAGE 6 OF 7
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code ~ 1!89)
STATE OF
COUNTY OF
On , before me,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/herltheir signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature (Seal)
CITY OF PALO ALTO C09128840
rev. 12/00
PAGE 7 OF 7
ATTACHMENT B
o Z
Z
o oo o
oo
o
o oo o
o oo
o oo o
oo
o
o oo o
o
Z
oo
000
000
04
oo
ooo
ATTACHMENT C
cERTIFiCATION OF NONDiSCRiMiNATiON 410
PROJECT: Animall Placement Center General Construction
Certification of Nondiscrimination: As suppliers of goods and/or services to the City of Palo Alto in excess
of $5,000, the firm, contractor or individual(s) listed below cedify.that: they do not and in the performance of
this contract they will not discriminate in employment of any person because of race, skin color, gender, age,
religion, disability, national origin, ancestry, sexual orientation.housing status, marital status, familial status,
weight or height of such person; and further certify that they are in compliance with all Federal, State andlocal
directives and executive orders regarding nondiscrimination in employment.
Firm:
Title Of OffiCer Signing: _.___..~~
¯ DATE:.
CITY OF PALO ALTO IFB 128840 PAGE 1 OF ’t