Loading...
HomeMy WebLinkAbout2004-02-17 City CouncilCity of Palo Alto City Manager’s Report TO: FROM: HONORABLE CITY COUNC~ ~ CITY MANAGER DEPARTMENT: PUBLIC WORKS 3 DATE: SUBJECT: FEBRUARY 17, 2004 CMR:102:04 APPROVAL OF A CONTRACT WITH PHILIP HENRY ARCHITECTURE IN THE AMOUNT OF $360,944 FOR DESIGN SERVICES FOR THE ANIMAL SHELTER EXPANSION AND RENOVATION PROJECT -CAPITAL IMPROVEMENT PROGRAM PROJECT PE04014/10306 RECOMMENDATION Staff recommends that Council approve and authorize the Mayor to execute the attached contract (Attachment A) with Philip Henry Architecture in the amount of $ 360,944 for design services for the expansion and renovation of the Animal Shelter. DISCUSSION In 1996, the City retained a consultant, Adamson Associates, to evaluate the condition of all of the City’s buildings. In 1997, Adamson issued its report, which listed the specific renovations needed at each City facility, estimated their costs, and recommended a timetable for implementing them. These recommendations were then incorporated into the City’s Infrastructure Management Plan (IMP.) Adamson Associates recommended renovations for the Animal Shelter (Shelter) that included electrical, mechanical, Americans with Disabilities Act (ADA) upgrades, roofing, painting and flooring. There are a number of capital improvement projects that had been planned for future years to accomplish this work. More recently, the need for a new dog kennel has arisen in order to house an increased numbers of dogs that for safety reasons must be isolated from other animals and from Shelter visitors. On November 17, 2003 (CMR:516:03), Council approved a cost-sharing agreement with the Cities of Sunnyvale, Mountain View, Los Altos and Los Altos Hills to provide animal control services. The proposed expansion project would combine the renovations recommended in the Adamson Associates report, new dog kennels and provide more space for the shelter needs of both Palo Alto and the other cities. The existing office area and kennel areas are approximately 3,600 and 2,000 square feet, respectively. The improvements that would be designed by Philip Henry Architects under the attached CMR:102:04 Page 1 of 3 contract would add roughly 2,000 square feet of office area and 2,400 square feet of kennel (see Attachment B). Design Consultant Selection Summary of Bid Process Proposal Description/Number and Renovation (RFP Proposed Length of Project Number of Proposals Mailed Total Days to Respond to Proposal Pre-Proposal Meeting? Number of Companies at Pre- ..... Proposal Meeting ..... Number of Proposals Received: Company Name 1. George Miers & Associates 2. Philip Henry Architects Range of Proposal Amounts Submitted Animal Shelter Expansion #152254) 30 months 16 30 Date of Meeting 2 2 Location (City, State)Selected for Interview Moraga, CA Yes Berkeley, CA Yes $270,538 to $171,000" (*George Meirs & Associates did not include construction phase services or solar design costs in their proposal) An evaluation committee consisting of staff members from the Police Department and Pubhc Works Engineering reviewed the two proposals received from interested design firms and both firms were interviewed on July 8, 2003. Although both firms have designed other animal shelters, staff recommends Philip Henry Architects because it had taken the time to visit the Shelter on two earlier trips and had a clear idea of the needed improvements. It also offered alternative design options and appeared very interested in working with Palo Alto. Staff also phoned prior clients of both firms and believes that Philip Henry Architects would be best suited for the expansion work. The total design fee of $360,944 for Philip Henry Architects includes basic building design/remodel services, green building design costs and construction administration fees. Of the total fee, $30,000 will be paid from the Department of Energy (DOE) grant money that will be used for the design of the photovoltaic power systems. The DOE grant will also provide over $400,000 for construction of the solar panels and supporting structures. Half of the design and construction costs for installing these solar power systems will be reimbursed by the DOE. Since the Animal Shelter is an older building in poor condition, the design fee also includes $43,167 (15 percent), for additional services that may arise due to unforeseen building conditions. CMR: 102:04 Page 2 of 3 RESOURCE IMPACT Funding for the design services is budgeted in Capital Improvement Program (CIP) Project PE-04014 (CIP Project #10306) in the amount of $365,000. Reimbursement agreements have been approved with the cities of Sunnyvale, Mountain View, Los Altos and Los Altos Hills, which will pay their share of the estimated design services by January 1, 2004. Cost sharing by other Cities Estimated construction cost Palo Alto portion of construction cost Palo Alto portion of design fee Philip-Henry Architects fee Subtotal Design $1,076,000 $1,460,000 $ 384,000 $ 66,480 $ 360,944 $3,347,424 Cost sharing by other Cities Dept of Energy Solar Reimbursable Total ($269,000) ($15,ooo) $3,063,424 POLICY IMPLICATIONS Approval of the contract is consistent with City policies. ENVIRONMENTAL REVIEW This project has been determined to have no significant effect on the environment and to be Categorically Exempt from the requirement for the preparation of environmental documents under the California Environmental Quality Act (CEQA) per CEQA Guidelines, Article 19, Section 15303, Class 3, (c). ATTACHMENTS Attachment A: Contract Attachment B: Conceptual Plan PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: BENGARD GLENN ROBERTS Direc~r of Public Works-~ EMILY HARRISON Assistant City Manager CMR: 102:04 Page 3 of 3 ATTACHMENT A CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND PHILIP HENRY ARCHITECTURE 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 PHILIP HENRY ARCHITECTURE, a sole proprietorship, located at 1306 Fourth Street, Berkeley,California 94710 ("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 ("Deliverab!es") (Services and Deliverables are, collectively, the "Project"), as more fully described in Exhibit ~A"; and WHEREAS, CITY desires to engage CONSULTANT, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONSULTANT has offered to complete the Project on the terms and in the manner set forth herein. NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Contract, the parties agree: SECTION i. TERM i.i This Contract will commence on the date of its execution by CITY, and will terminate upon the completion of the Project, unless this Contract is earlier terminated by CITY. Upon the receipt of CITY’s notice to proceed, CONSULTANT will commence work on the initial and subsequent Project tasks in accordance with the time schedule set forth in Exhibit "A". Time is of the essence of this Contract. In the event that the Project is not completed within the time required through any fault of CONSULTANT, CITY’s city manager will have the option of extending the time schedule for any period of time. This provision will not preclude the recovery of damages for delay caused by CONSULTANT. // // 040211 sm 0100156 SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS 2.1 The scope of Services and Deliverables constituting the Project will be performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described below. 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 substantia! 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 Deliverab!es 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 Deliverab!es, 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 Basic Services or the Additiona! 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. CONSULTANT QUALIFICATIONS,STATUS,AND DUTIES OF 040211 sm 0100156 3.1 CONSULTANT represents that it has the skills and professional qualifications to furnish or cause to be furnished the Services and Deliverab!es. CONSULTANT further represents and warrants that the project director and every individual, including any consultant (or contractors), charged with the performance of the Services are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services, and that the Project will be executed by them or under their supervision. CONSULTANT will furnish to CITY for approval, prior to execution of this Contract, a list of all individuals and the names of their employers or principals to be employed as consultants. 3.2 In reliance on the representations set forth in this Contract, CITY hires CONSULTANT to execute, and CONSULTANT covenants and agrees that it will execute or cause to be executed, the Project. 3.3 CONSULTANT will assign Philip Henry as the project director and project coordinator to have supervisory responsibility for the performance, progress, and execution of the Project and 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. If no substitute is approved, City shall terminate this Agreement as provided in Section ii and CONSULTANT shall have no further responsibility under this Agreement, except as provided in Section 11.5. 3.4 CONSULTANT represents that it will: 3.4.1 Assist City to procure all permits and licenses, and to 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 040211 sm 0100156 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. 3.6 CONSULTANT will provide CITY with copies of any documents which are a part of the Deliverables, as outlined in Exhibit ~A" to this Contract, 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 shall be approved in advance by City and 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; 040211 sm 0100156 4 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 Exhibit ~A" 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 Exhibit ~A" and such information regarding its requirements applicable to the Project as may be reasonably requested by CONSULTANT. 4.2 CITY will review and approve, as necessary, in a timely manner the Deliverables and each phase of work performed by CONSULTANT. CITY’s estimated time of review and approval will be furnished to CONSULTANT at the time of submission of each phase of work. CONSULTANT acknowledges and understands that the interrelated exchange of information among CITY’s various departments makes it extremely difficult for CITY to firmly establish the time of each review and approval task. CITY’s failure to review and approve within the estimated time schedule will not constitute a default under this Contract. 4.3 The city manager will represent CITY for all purposes under this Contract. 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 Holly Boyd, 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 set forth in Exhibit ~A", including any authorized reimbursable expenses as outlined in Exhibit ~A", CITY will pay 040211 sm 0100156 CONSULTANT a lump sum of Two Hundred Eighty Seven Thousand Seven Hundred Seventy Seven Dollars ($287,777.00). 5.1.2 City has established an Additional Services budget for work unrelated to solar and green building design in the amount of Forty Three Thousand One Hundred Sixty Seven Dollars ($43,167.00). City has established an Additional Services budget for work related to solar and green building design in the amount of Thirty Thousand Dollars ($30,000.00). The City’s Project Manager shall approve in writing and in advance of Consultant’s performance of any Additional Services, the scope and fee for each item of work to be performed as an Additional Service. 5.1.3 C0NSULTANT"S maximum compensation under this Agreement shall not exceed Three Hundred Sixty Thousand Nine Hundred Forty Four Dollars ($360,944.00) which is the total of the amount set forth in section 5.1.1 for performance of Basic Services and the tota! amount established in section 5.1.2 for the performance of authorized Additional Services. CONSULTANT wil! 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. 5.2 The schedule of payments will be made as follows: 5.2.1 Payment of the Basic Services will be made in monthly progress payments in proportion to the quantum of services performed, or in accordance with any other schedule of payment as may be set forth in Exhibit ~A", or within thirty (30) days of submission, in triplicate, of receipt of a payment request if a schedule of payment is not specified. Final payment will be made by CITY after CONSULTANT has submitted all Deliverables, including, without limitation, reports which have been approved by the project manager. 5.2.2 Payment of the Additional Services will be made in monthly progress payments for services rendered, within thirty (30) days of submission, in triplicate, of such requests. 5.2.3 No deductions will be made from CONSULTANT’s compensation on account of penalties, liquidated damages, or other sums withheld by CITY from payments to general contractors. // 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 040211 sm 0100156 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. As used herein, direct personnel expenses means salaries and mandatory and customary benefits such as statutory employee benefits, insurance, sick leave, holidays and vacations, pensions and similar benefits. 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 additiona! 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 City’s use of any incomplete design documents and for any additions, alterations or modifications of such documents. SECTION 7. INDEMNITY 7.1 CONSULTANT agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents, from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CONSULTANT’s, -its officers’, agents’, consultants’ or employees’ negligent acts, negligent errors, or negligent 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 wil! operate as a waiver on the part of CITY of any of its rights under this Contract. 7 040211 sm 0100156 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 "B", 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 willbe provided through carriers with Best’s Key Rating Guide ratings of A:VII 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 that the City of Palo Alto is named as an additional insured except in policies of workers’ compensation, emp!oyer’s liability, and professional liability insurance. Current certificates of such insurance will be kept on file at all times during the term of this Contract with the city clerk. 9.4 The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services 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 040211 sm 0100156 it will comply with such provisions, as applicable, commencing the performance of the Project. before PROJECT SECTION ii.TERMINATION OR SUSPENSION OF CONTRACT OR 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 In the event of the death or disability of Philip Henry, this Agreement shall terminate. 11.4 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 wil! 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. 11.5 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: 11.5.1 For approved items of services, CONSULTANT will be compensated for each item of service fully performed in the amounts authorized under this Contract. 11.5.2 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 040211 sm 0100156 9 payable for the performance of the service as the quantum of service actually rendered bears to the services necessary for the full performance of that item of service. 11.5.3 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. 11.6 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. Such materials will become the property of CITY. 11.7 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 wil! 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 wil! 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 mai!, 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 i0 040211 sm 0100156 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 financia! interest under this Contract is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. SECTION 15.NONDISCRIMINATION 15.1 As set forth in the Palo Alto Municipal Code, no discrimination will bemade 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 "C" 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 i! 0443211 sm 0100156 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. SECTION 16. MISCELLANEOUS PROVISIONS 16.1 CONSULTANT represents and warrants that it has knowledge of the requirements of the federal Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONSULTANT 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. 12 040211 sm 0100156 16.9 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 16.10 All exhibits referred to in this Contract and any addenda, appendices, attachments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and will be deemed to be a part of this Contract. 16.11 This Contract may be executed in any number of counterparts, each of which will be an origina!, 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 Pa!o 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. 040211 sm 0100156 13 ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Assistant City Manager Director of Administrative Services Director of Public Works Risk Manager Mayor PHILIP HENRY ARCHITECTURE By: Name: Title: Taxpayer Identification No. (Compliance with Corp. 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) Attachments : EXHIBIT "A" : EXHIBIT "B" ¯ EXHIBIT "C" : SCOPE OF PROJECT & TIME SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 04021 t sm 0100156 14 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF ) ) SS. COUNTY OF ) On , 2004, before me, the undersigned, a Notary Public in and for said County and State, personally appeared , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public 040211 sm 0100156 15 EXHIBIT "A" CITY OF PALO ALTO ANIMAL SHELTER EXPANSION AND RENOVATION PROJECT SCOPE OF WORK 1. GENERAL INFORMATION/BACKGROUND The City of Palo Alto owns and operates the Palo Alto Animal Shelter at 3281 East Bayshore Road, Palo Alto. The facility is part of Palo Alto’s Municipal Services Center complex, which includes other office, maintenance, workshop, storage, etc. facilities. The Animal Shelter facility consists of: ¯ approximately 3,600 square feet of offices, administration space, a lobby, cat rooms, restrooms, storage, a kitchen and a spay/neuter clinic ¯an approximately 2,000 square foot dog kennel ¯a small isolation dog kennel/cat cages ¯a small barnyard ¯a fenced "get acquainted" area ¯exterior walkways ¯landscaping ¯a public parking lot in front and a secured parking lot in back for Animal Control vehicles. The Animal Shelter is a one story, wood-framed building with stucco siding and a tar and gravel roof. It was originally constructed in 1972 and there have been two minor additions. The facility is in need of various renovations, including electrical, mechanical, accessibility, roofing, painting, flooring, etc. The City had planned a number of capital improvement projects over the next few years to accomplish this work. A new dog kennel had also been planned to be added to the facility. This project will combine the expansion, renovation and new dog kennel projects into one facility. The Animal Shelter serves the cities of Palo Alto, Mountain View, Los Altos and Lost Altos Hills. The City of Palo Alto recently entered into an agreement with the City of Sunnyvale, Mountain View, Los Altos and Los Altos Hills to provide animal shelter services for Sunnyvale commencing in 2005. Accordingly, the existing facility will need to be expanded. City staff have proposed a $1,275,000 construction and furnishings budget for the "Expansion and Renovation" project for Fiscal Year 2004/05. The City intends to have the construction performed while the existing facility stays in Page 1 of 9 operation and to complete the project and open the expanded facility by June 30, 2OO5. 2. SERVICES General Task The consultant shall provide architectural services, including conceptual design, schematic design, design development, construction documents, and construction administration for both the expansion and renovation of the existing facility and the construction of a separate dog kennel. Expansion and Renovation Proiect: Pre-desi,qn Tasks a. The consultant shall obtain and review all reports and plans for the facility prior to design. b. The consultant shall meet with City staff to discuss and plan the project tasks and schedule. c. The consultant shall design the project in accordance with the City’s recently adopted Green Building Policy, (attachment 1), in regards to renovation, site improvements, building systems or components replacement, and demolition work. Photovoltaic power and hot water heating is envisioned for the Expansion and Renovation project. 1.Solar hot water design will provided by a licensed mechanical engineer under subcontract to Philip Henry Architecture. 2. Life cycle cost analysis for solar hot water heating and major mechanical system will be provided under subcontract to Philip Henry Architecture. d. Consultant shall coordinate the work with a Project Artist ("artist") in order to integrate art into the project. The Consultant may propose an artist to work with, or may request that the City provide the artist. In either case, the artists’ fee shall be paid by City. e. The consultant shall provide the services of a licensed geotechnical engineer to conduct a geotechnical investigation of the site and to provide a report of geotechnical recommendations f. The consultant shall provide the services of a licensed civil or structural engineer to analyze the existing building’s structural system and to provide a report of recommended retrofits to bring the building’s structural system into conformance with the current code. g. The consultant shall provide the services of a licensed civil engineer to design any needed stormwater or wastewater connections. New sanitary lines (or connection to existing lines) are anticipated for the new kennel. Page 2 of 9 h. The consultant shall provide the services of a licensed landscape architect to provide landscaping at the front of the site. i. The consultant shall provide the services of a licensed electrical engineer to analyze the existing electrical system and user needs and to provide a report of recommended upgrades to this system to meet current code requirements and user needs. j.The consultant shall provide the services of a licensed electrical engineer to design a new telecommunications voice/data cable system to meet current code requirements and user needs. This cable system will connect to the existing telecommunications equipment. (Based on information provided by the users, the existing telecommunication equipment is adequate for the new addition.) k.The consultant shall provide the services of a licensed mechanical engineer to analyze the existing mechanical and plumbing systems and user needs and to provide a report of recommended upgrade to these systems to meet current code requirements and user needs. I. The consultant shall analyze the existing building and site to determine their compliance with accessibility requirements in the current codes and to provide a report of recommended modifications in order to meet these requirements. m. The consultant shall provide an asbestos and lead survey for the existing building. n. The consultant shall provide the services of a licensed electrical engineer to analyze and provide recommended upgrades to the existing California Security System. o. The consultant shall provide the performance specifications for the fire sprinkler system and for the fire sprinkler line from the public street to the building. p. The consultant shall provide the design of a wireless duress monitoring system and duress intercom system. Expansion and Renovation Project: Design Tasks Using Due Professional Care: a. The consultant shall design all accessibility improvements for the existing facility and site to meet the current code requirements. The consultant shall design the addition to be fully accessible per current code requirements. b. The consultant shall design all seismic retrofits for the existing facility and the structural system of the addition to meet current code requirements. c. The consultant shall design all electrical and telecommunication upgrades for the existing facility and the electrical and telecommunication systems for the addition to meet current codes and user needs and reasonable spare capacity. d. The consultant shall design all mechanical and plumbing improvements for the existing facility and the mechanical and plumbing systems for the addition Page 3 of 9 eo to meet current codes and user needs. Air conditioning is to be added to the entire facility. Upgrade drainage system for existing kennels. All design work shall meet the provisions of the 2001 California Building Code and applicable City of Palo Alto Ordinances and Standards. 1. Renovation of the two restrooms (which are shared by staff and public) will be needed in order to comply with Americans with Disabilities Act (ADA) and Title 24 requirements. Items that do not appear to be in compliance are: toilets are too close to the wall (17" versus 18" minimum); seat height is 15" above finished floor instead of 17-19"; door opening is 29" instead of the required 32"; other fixtures (soap dispenser, paper towel holders, mirror, grab bars) need to be either installed or modified; women’s restroom may need to have lockers moved and a new partition installed (or converted into a single person restroom); men’s restroom would likely be most easily converted into a single restroom. g. The consultant shall design the site improvements, including the parking lot expansion/relocation/lighting, walkways, signage and landscaping. h. The consultant shall prepare and present completed conceptual designs to staff and the Architectural Review Board (ARB) for review(s) before proceeding to schematic design. The consultant shall make any design revisions necessary as a result of these reviews. i. The consultant shall prepare and present completed design development plans to staff and the ARB for review before proceeding to the construction documents phase. The consultant shall make any design revisions necessary as a result of these reviews. j.The consultant shall provide progress prints of the design at the agreed design phases, anticipated at Design Development Phase, 50%, 90% and Final completion of design. ko The consultant shall provide draft project specifications for City review during the construction documents phase. The consultant shall incorporate any revisions to the specifications requested by City staff and shall then produce final project specifications. I. The consultant shall provide itemized opinion of probable construction costs at the conclusion of the conceptual design and construction documents phases. m. The consultant shall assist City staff to obtain a building permit(s) for any construction from the City’s Building Department by furnishing all necessary plans, specifications and calculations. n. The consultant shall attend a pre-bid conference for interested contractors. o. The consultant shall assist City staff in preparing any addenda. po The consultant shall assist City staff during the bidding of the construction contract by responding to questions from prospective bidders in writing. q. The consultant shall attend regular (probably monthly) meetings with City staff to review the progress, details and cost of the work. Page 4 of 9 r.The Consultant shall coordinate his work with City staff in order to aide in the preparation of a construction staging plan with temporary construction trailers and temporary utilities. The plan shall be dimensioned and drawn by City staff with input from Consultant. s. The proposed design elements of the Kennel are: -Chain link-style fencing for dog runs - Concrete floors, with drains that are easily cleaned and non- clogging -Visual barriers between kennels -Guillotine doors and tracks -Roof over the 6’x6’ kennel portion with an open-air run -Add new sewer line and connection -Computer/LAN and phone lines -Gas line -Electric connection -Covered walkway leading to the kennels t.Design the repair of the wall separation in the Spay & Neuter area of the building. Construction Sta,qe - Expansion and Renovation a.The consultant shall provide construction administration services during construction: 2. 3. 4. 5. Visit the site at intervals appropriate to the stage of operations. Respond to requests for information. Review and take action upon submittals. Prepare change orders and construction change directives. Review contractors list of items to be completed prior to final payment. Develop punch list and inspect to determine whether the work is substantially complete. b. Construction Observation The Consultant shall visit the site at intervals appropriate to the stage of construction, or as otherwise agreed to in writing by the Client and the Consultant, in order to observe the progress and quality of the Work completed by the Contractor. Such visits and observations are not intended to be an exhaustive check or a detailed inspection of the Contractor’s work but rather are to allow the Consultant, as an experienced professional, to become generally familiar with the Work in progress and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Page 5 of 9 Based on this general observation, the Consultant shall keep the Client informed about the progress of the Work and shall endeavor to guard the Client against deficiencies in the Work. If the Client desires more extensive project observation or full-time project representation, the Client shall request that such service be provided by the Consultant as Additional Services in accordance with the terms of this Agreement. The Consultant shall not supervise, direct or have control over the Contractor’s work nor have any responsibility for the construction means, methods, techniques, sequences or procedures selected by the Contractor nor for the Contractor’s safety precautions or programs in connection with the Work. These rights and responsibilities are solely those of the Contractor in accordance with the Contract Documents. The Consultant shall not be responsible for any acts or omissions of the Contractor, subcontractor, any entity performing any portions of the Work, or any agents or employees of any of them. The Consultant does not guarantee the performance of the Contractor and shall not be responsible for the Contractor’s failure to perform it’s Work in accordance with the contract Documents or any applicable laws, codes, rules or regulations. The consultant shall work with the general contractor to provide record drawings for all construction work: Upon completion of the Work, the Consultant shall compile for and deliver to the Client a reproducible set of Record Documents based upon the marked-up record drawings addenda, change orders and other data furnished by the Contractor. These Record Documents will show significant changed made during construction. Because these Record Documents are based on unverified information provided by other parties, which the Consultant shall assume will be reliable, the Consultant cannot and does not warrant their accuracy. 3. MEETINGS Ao Expansion and Renovation Project 1. The consultant shall prepare presentation materials for, and attend up to 3 Architectural Review Board meetings. Consultant shall budget each meeting at up to four hours (this includes the ’waiting’ time) and shall include travel time. Page 6 of 9 2.Consultant shall prepare presentation materials for, and attend up to 1 Planning Commission meeting. Consultant shall budget each meeting at up to four hours (this includes the ’waiting’ time) and shall include travel time. 3. Consultant shall prepare presentation materials for, and attend up to 1 City Council meeting. Consultant shall budget each meeting at up to four hours (this includes the ’waiting’ time) and shall include travel time. 4. Consultant shall attend up to 2 meetings with the Public Art Commission ("Commission"). The work of the artist is the primary focus of these meetings, however Consultant will need to work with the artist in order to provide supporting information that shows the Commission how art would be worked into the project. Consultant shall budget each meeting at up to four hours (this includes the ’waiting’ time) and shall include travel time. Consultant shall meet with staff as needed throughout the project. 4.WORK PRODUCT SUBMITTALS 1.In addition to progress prints and materials needed for formal presentations (ARB, Council, etc) submittals are required at the following stages for staff review: Design Development (Conceptual Plans): 5 half-size plan sets 3. 50% plans: 5 half-size plan sets, 5 specifications (CSI format), 5 opinions of probably construction costs. 4. Final Draft CD (90%): 5 half-size plan sets, 5 full-size plan sets, 5 specifications, 5 opinion of probable costs. 5. Plan Check Submittal: 15 full-size sets, 5 half-size sets, 20 specifications 6. Project Drawings and Specifications: provide one set of reproducible mylars and specifications to the City. City will, at it’s own expense, reproduce enough copies of these documents for construction bidding purposes. Project Specifications shall be in the CSl format. Consultant shall prepare any technical sections. City will provide the standard boilerplate (work hours, duration, truck routes, etc). Immediately after completion of the construction phase and acceptance by the City, the consultant shall submit to the City one complete set of record drawings reflecting as-built conditions in digital format for archiving. All files should be delivered in AutoCAD.dwg format. For each CD delivery, a simple text file will need to accompany the files. This is called a Metadata file and will include the date of the file, the company name and contact information, along with the technician who prepared them. 5.ADDITIONAL SERVICES - SUBJECT TO ADDITIONAL COMPENSATION Page 7 of 9 Expansion and Renovation Project These services include, but are not limited to: additional design services such as parking lot or lighting design; hazardous materials testing or removal and additional meetings with the ARB, Council, etc. To ensure a coordinated work effort, any work beyond this Scope of Work shall be approved in advance in writing by the Project Manger. The Architect will not be required to provide Additional Services if the sum of the Additional Services fee exceeds.the Additional Services budget. -Site topographic survey with existing structures -Hazardous materials abatement specifications -Hazardous materials abatement construction administration -Value engineering (other than life cycle costs of systems) -Sewer pumping station -Increase in building electrical service and coordination with PG&E Additional Solar and Green Buildin.q Desi.qn The City has recently been awarded a Department of Energy Grant that will allow for additional photovoltaic installation, beyond hot water heating already described in the Basic Services section above. An example of this sort of work might be adding solar panels onto shed-type roofs in the parking lot, which would in turn provide shade for cars as well as power, or adding solar roofing tiles. This Additional Solar and Green Building Design work would include, but is not limited to, providing a photovoltaic power design feasibility report, proposing alternative design locations or applications, meetings with staff and Architectural Review Board, design of the selected additional solar or energy-efficient components. The scope and fee for each item of work under this heading shall be negotiated with the Consultant and approved in writing by the Project Manager before any work is authorized to commence. The Architect will not be required to provide Additional Solar and Green Building Design if the sum of the Additional Solar and Green Building Design fee exceeds the Additional Solar and Green Building Design budget. 7.PROJECT ADMINISTRATION Karen Bengard (Public Works, Engineering Division) will be the Project Manager and Holly Boyd will be the Project Engineer unless directed otherwise by the City. All questions, correspondence and invoices shall be directed to the Project Engineer. The project work is being performed for the Police Department, Animal Service Division. Sandi Stadler is the Animal Services Superintendent and Connie Urbanski is the shelter Supervisor. To ensure a coordinated work Page 8 of 9 effort, any work beyond this Scope of Work shall be approved in advance in writing by the Project Manager. 8. INFORMATION TO BE PROVIDED BY THE CITY The City will give the consultant copies of all applicable record drawings and reports of the Animal Shelter after the award of the. consultant agreement. The consultant may use such information in performing its services and is entitled to rely upon the accuracy and completeness thereof. 9. TIME OF COMPLETION Consultant shall complete all General and Design Tasks for the Expansion and Renovation project 72 weeks after the notice to proceed is issued. The Consultant shall submit a timeline showing major milestones for achieving this deadline 14 days after the notice to proceed is issued. Page 9 of 9 PRODUCER D~ley, P.en~on & ASBooiates P. O. BOx 12675 A]-rN: SFK Oakland, CA 94604-2675 510 :~65-~090 - EXHIBIT "B" ul~ent~: 11~ PHILIHENR CERTIFICATE OF LIABILITY INSURANCE !12/ /0 OAT MM’O0 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Philip Henry Arch{tecture 1306 Fourth Street Berkeley, CA 94710 INSURERS AFFORDING COVERAGE ,NSURER A: United States Fidelity & Guaranty INSURER a:Security Ins. Co. of Hartford iNSURER C: , INSURER D: INSURER E: COVERAGES THE POLJCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSUPJkNCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. AGGREGATE uMrrs SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRLTR TYPE OFINSURANOE A IGENERALLIABILITY A POLICY NUMBER !BK01582945 COMMERC,AL GENERAL L,AB,LrrY I Policy Excludes CLAIMS MADE~ OCCUR Claims Arising lout ofthe Performance of GEN’L AGGREGATE L]MITAPFtlES PE~ ProfessionalOOL,oYiX --q Ro-!servicesJEOT~ LOC AUTCMOBtLE LIABtLITY __.JANYAUTO i ALL OWNED AUTOS [--"~{SCHEDULED AUTOS ~HIREDAUTOS NON-OWNED AUTOS ~RAGE LIABILITY ANY AUTO EXCESS LIABILITY POLICY EFFECTIVE IPOLICY EXPIRATIONID,,ATE {MM/D D/Y~ DATE {MM/D DIYY~I o111o/o4 ~ OCCUR i___~ CLAIMS MADEt ~L~} DEDUCTIBLE I RETENTION WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY 01/10/04 LIMITS 01/10/05 EACH OCCURRENCE ! FiRE DAMAGE (Any one firsi s1,000,000 NED EXP (Any one person) 1 $10~000 P-R,~DNAL & ADv {NJURY { el,000,000 I GENERAL AGOREGATE I $2;000~,000 PRODUCTS-COMP!OP AGGi ~2,000,000 I 01/10/05 COMBINED SINGLE LIMIT sl,""","""uuuuw(Ea ~cciclsnt) BODILY INJURYPer person)S BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) tAUTO ONLY- EA ACCIDENTt [OTHERTHAN EAACC [$ /AUTO ONLY:AGG I$ CITY OF PALO ALTO L EACH OCCURRENCEtAGGREGATE WO STATU -OTH 2,TORY LIMITS !t ER~ACCIDENT IE.L.DISEASE-EA EMPLOYEE !E.L. DISEASE-POLICY LIMI’[ $1,000,000 per claim 81,000,000 a~nl aggr. R.=CE VeD PUBLIC WORKS E!GINEERING OTHER Professional iLiability i AEE0229514 03/25/03 $ $ DESCRIPT|ON OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS GENERAL AND AUTOMOBLE LIABILITY ADDITIONAL INSURED: The City of Paid Alto All operations of the Named Insured. Insurance is primary and non-contributory. Severability of Inrerest Clause Applies. CERTIFICATE HOLDER : i ADDmONAL{NSURED’JNSUR~9~L~FTE~_ ~- CRy of Paid Alto A’IU’N: Holly Boyd Purchasing & Contract Admin P.O. Box 10250 Paid Alto, CA 94303 CANCE~JLAT!ON "r r~.. ,,~.-.,,~ ,-.. ,,,........ SHOULD ANYOFTHE ABOVE DESCFIIBED POLJCIEB BECANCELLED BEFOF~ THE E)~::~::LAT[CN DATETHEREOF,THE ISSUING INSURER WILLED MAII.~:}.._._ DAYSWRrrrEN NOTICETG33HE CER’rtF{OA’FE HOLDERNAMEDTOTHE LEFT, S, AUTHORI B, r.tL~ Policy Number: BK01582945 Ow~ers, Lessees or Contractors (Form B)ADDITIONAL INSURED Change(s) Effective: 12 / 2 2 / 0 3 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, This endorsement modifies insurance policy under the following: LIABILITY COVERAGE PART: Name of Person or Organization: City of Palo Alto ATTN: Holly Boyd Purchasing & Contract Actmin P.O. Box 10250 Palo Alto, CA 94303 Schedule SECTION 1~ - WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. All operations of the Named Insured. NOTICE OF CANCELLATION: IT IS UNDERSTOOD AND AGREED THAT IN THE EVENT OF CANCELLATION OF THE POLICY FOR ANY REASON OTHER THAN NON-PAYMENT OF PREMIUM, 30 DAYS WRITTEN NOTICE WILL BE SENT TO THE CERTIFICATE HOLDER BY MAIL. IN THE EVENT THE POLICY IS CANCELLED FOR NON-PAYMENT OF PREMIUM, i0 DAYS WRITTEN NOTICE WILL BE SENT TO THE ABOVE. SEVERABILITY OF INTEREST: IT IS ~REED THAT EXCEPT WITH RESPECT TO THE LIMIT OF INSURANCE, THIS COVERAGE SHALL APPLY AS IF EACH ADDITIONAL INSURED WERE THE ONLY INSURED AND SEPARATELY TO EACH INSURED AGAINST WHOM CLAIM IS MADE OR SUIT IS BROUGHT. PRIMARY INSURANCE: IT IS UNDERSTOOD AND AGREED THAT THIS INSURANCE IS PRIMARY AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE EXCESS ONLY AND NOT CONTRIBUTING WITH THIS INSURANCE. CL/BF 22 40 03 95 EXHIBIT "C" S~CT~CN 410 PROJECT: ANlfvlAL SHELTER EXPANSION AND RENOVATION Certification of Nondiscrimination: ¯ As suppliers of goods or ser’~ices to the City of Pa{o Ai~o, the firm ar~ indMdu~ls listed below c~rtify that they do not discriminate in employment with regards to age, ra~, color, religion, sex, nationa! origin, ancsst,".y, disability, or sexual preferencs~; ~=hat ,they =_.re in cornplianc~ with all Federal, State, and tocai directives and executive orders regarding nondiscrimination in employment. THE INFORPJiA~ON HERE]N IS C.=RTIFIED CORRSCT i~Y SIGNATURE(S) Firm: Signature: Name: Title: Philip Henry Architecture Philip !4"enry J Principal (PR=NT OR TYPE NAME) Not applicable, not a corporation. (PRINT OR TYF=E NAME) Title: ;’he C~ of Polo Afro, pursuant to Cal~7ornia Cerporatfons C~de corporate officers to execute contracts. *The s~natura of First Officer* mus.___t be one of the following: Chairman of the Beard; President; or Vice PresidenL *"The signature of the Second Officer** mus__.._t be one of the following: Secretary; Assistant Secretary; Chief Financial Officer;, or Assi~ant Treasurer. (in the alternative, a cert#ied corporate resolution attesting to the signatory. authcdty of the individuals signing in their respective capacities is a~,eptable) CITY OF PALO ALTO RFP 1522~4 PAGE 1 OF 1 ATTACHMENT B