Loading...
HomeMy WebLinkAbout2003-06-23 City Council (14). i’i City of Palo Alto TO:H~~B~ ~T~ couNcIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WO~S DATE: SUBJECT: JUNE 23, 2003 CMR:327:03 APPROVAL OF CONTRACT WITH RAINES, MELTON, & CARELLA, INC.IN THE AMOUNT. OF $300,000 FOR THE PREPARATION OF AWATER RECYCLING FACILITY PLAN FOR THE SOUTHERNREGION (MOUNTAIN VIEW-MOFFETT) OF THE REGIONAL WATER QUALITY CONTROL PLANT SERVICE AREA - A PROJECT 50% FUNDED BY THE STATE OF CALIFORNIA RECOMMENDATION Staff recommends that Council: o Approve and authorize the Mayor to execute the attached contract with Raines, Melton, & Carella, Inc. in the amount of $300,000 for the preparation of a Water Recycling Facility Plan for the southern region (Mountain View-Moffett) of the Regional Water Quality Control Plant (RWQCP) service area. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Raines, Melton, & Carella, Inc. for related, additional but unforeseen work, which may develop during the project, the total value of which shall not exceed $30,000. BACKGROUND The RWQCP wastewater discharge permit requires that the plant maintain its reclaimed water facility and reclaimed water delivery to several existing reuse sites, including the Shoreline golf links at Mountain View. However. the existing reclaimed water pipeline to Shoreline has deteriorated beyond repair and must be replaced in order to maintain service. The RWQCP needs to perform a study to investigate an environmentally sound project to replace the broken pipe because the existing pipe lies in an environmentally sensitive marshland. The replacement pipe will be up-sized in anticipation of future reuse opportunities in Mountain View and Moffett Field. The potential additional reuse qualifies the RWQCP to apply for State funding. Council adopted a resolution and authorized staff to file an application for a State gant in the amount of $150.000 for funding 50% of the Mountain View-Moffett water recycling CMR:327:03 Page 1 of 3 Summary of Bid Process Bid Name Soil Filter and Piping Project Proposed Len~h of Project 8 months Number of Bids Mailed to Contractors 5 Number of Bids Mailed to Builder’s Not applicable (specialty project) Exchanges Total Days to Respond to Bid I 29 Pre-Bid Meeting?I Yes Number of Company Attendees at Pre-Bid 4 Meeting Number of Bids Received:3 (two valid, one withdrawn) Bid Price Range $323,700 to $337,500 A notice inviting formal bids for the Soil Filter and Piping Project was sent on May 13. 2003 to five contractors and posted at City Hall. The bidding period was 29 days. A mandatory pre-bid meeting was held on May 27, 2003. Four bidders attended the meeting. Bids were received from three qualified contractors on time on June 10, 2003 as listed in the bid summary (Attachment B). Contractors not responding indicated that they did not submit a bid because subcontractors they needed would make their bid price uncompetitive. Bids received ranged from $323,700 to $337,500. One bidder withdrew its bid due to clerical error. Staff has reviewed all bids submitted and recommends that the bid of $323.700 submitted by Power Engineering Contractors, Inc. be accepted and that Power Engineering Contractors, Inc. be declared the lowest responsible bidder. The bid is 0.6 percent below staffs estimate of $325,797. The change order amount of $32,370 (which equals 10 percent of the total contract) is requested to resolve unforeseen problems and/or conflicts that may arise during the construction period. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. Staff also checked with the Contractor’s State License Board and found that the contractor has an active license on file. RESOURCE IMPACT Funds for the Soil Filter and Piping Project have been appropriated under the FY 2002- 2003 Wastewater Treatment CIP project #802 !. POLICY IMPLICATIONS Recommendations of this staff report are consistent with existing City policies. CMR:331:03 Page 2 of 3 This project will result in a desig-n and construction project. The subsequent design- construct project is included on the State funding priority list. Other funding sources are also being pursued. The construction of the project may not go forward if the RWQCP is unable to secure outside funding. POLICY IMPLICATIONS The recommendation of this staff report is consistent with City policies. ENVIRONMENTAL REVIEW Council has approved the Environmental Impact Report of the RWQCP reclamation progam in 1998. Additional environmental document will be prepared as part of this project per the California Environmental Quality Act. ATTACHMENTS Attachment A: Contract Attachment B: Consultant List PREPARED BY:Daisy Stark, Senior Engineer RWQCP William D.,~z_~Miks.~, ~ Manage, e.r//~ RWQCP ~~~ DEPARTMENT HEAD:_ ~ .- ’ GLENN S. ROBERTS Director of Public Works ~EMILY--~ARRI S ON Assistant City Manager CMR:327:03 Page 3 of 3 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND RAINES, MELTON & CARELLA, INC. FOR CONSULTING SERVICES This Contract No.is entered into , by and between the CiTY OF PALO ALTO, a chartered city and a municipa! corporation of <he State of California ("CITY"), and __~-’~fornia corporation, !ocated~hiNES, MELTON & CARELLA, TT~C., a ~=±_ at 2290 North Firs< Street, Suite 204,San Jose,CA 95131 ("CONSULTANT"). 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 ("Deiiverab!es") (Services and De!iverab!es are, collectively, the "Project"), as more fu!ly described in Exhibit "A"; and WHEREAS, CiTY desires to engage CONSULTANT, including its employees, if any, in providing <he 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, including in accordance with the terms and conditions of the State Water Resource Contro! Board Grant Contract No. 02-719-550-0. NOW, THEREFORE, in consideration of the. covenants, terms, conditions, and provisions of this Contract, the parties agree: SECTION !. TERM !.! This Contract wil! 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 execution of this Agreement, CONSULTANT shal! prepare a schedule detailing the critical path and time!!he for each task as described in Exhibit "A" for acceptance by CITY. Upon acceptance of the schedule, the CiTY shal! issue a notice to proceed to CONSULTANT and CONSULTANT shal! commence work on the Project tasks in accordance with the schedule and as described in Exhibit "A". Time is of the essence of this Contract. !n 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 030616 sdl 0100083 the ~ime schedule for any period of time. This provision will not preclude the recovery of damages for delay caused by CONSULTANT. SECTION 2. SCOPE OF PROJECT; CI&hNGES & CORRECTIONS 2.1 The scope of Services and Deliverabies constituting ~’ ~ °-~oject wil! be per~_ormea, delivered or~n~ ._~("Basic Services"): -’ executed by CONSULTANT in accordance w_<n the schedule and the requirements of Exhibit "A". 2.2 CiTY may order substantial changes in the scope or character of 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 ful! compensation for all work performed prior to CONSULTANT’s receipt of the notice of change and further will be entitled to an extension of the time schedule. Any increase in compensation for substantial changes will be determined in accordance with the provisions of this Contract. CITY wiL! not be liable for the cost or paly~ent of any change in work, unless the amount of additional compensation attributable to the change in work is agreed to, in writing, by C!TY before CONSULTANT com_mences the performance of any such change in work. 2.3 Where the Project entails the drafting and submission of Deiiverab!es, for example, construction plans, drawings, and specifications, any and a!l errors, omissions, or ambiguities in the De!iverab!es, which are discovered by CTTY before invitations to bid on a construction project (for which the De!iverab!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 De!iverab!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 Additiona! Services, or both, wil! contribute minor or substantial benefit to the construction work. 030616 sdl 0100083 2 SECTION 3. CONSULTANT QUALIFICATIONS,STATUS,AND DUTIES OF 3.1 CONSULTANT represents and warrants that it has the expertise and professional qualifications to furnish or cause <o be furnished the Services and Deiiverab!es. CONSULTANT further represents and warrants that the project director and every individua!, 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 !aw to perform the Services, and that the Project wii! be executed by them or under their supervision. CONSULTANT wil! 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 emp!oyed as consultants. 3.2 in reliance on the representations and warranties set forth in this Contract, CITY hires CONSULTANT to execute, and CONSULTANT covenants and agrees that it wil! execute or cause to be executed, the Project. 3.3 CONSULTANT wil! assign TOM RiCI£hRDSON as the project director to have supervisory responsibility for the performance, progress, and execution of the Project and as the project coordinator who will represent CONSULTANT during the day-to-day work on the Project. if circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director or project coordinator for any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior written approval of :he mroject manager. 3.4 CONSULTANT represents and warrants that it wi!l: 3.4.1 Procure al! permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawfu! prosecution of the Project; 3.4.2 Keep itself fully informed of al! existing and future Federal, State of California, and !oca! laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract and any materials used in CONSULTP_NT’s performance of the Services; 3.4.3 At al! times observe and comply with, and cause its emp!oyees 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 030616 sdl 0100083 3.4.4 Will report i~mediately to the project manager, in writing, any discrepancy or inconsistency it discovers in the !aws, ordinances, regulations, orders, and decrees mentioned above in relation to the De!iverab!es. 3.5 Any Deliverables given to, or prepared or assembled by, CONSULTANT or its consultants, if any, under this Contract wil! become the property of CITY and wil! not be made available to any individual or organization by CONSULTANT or its consultants, if any, without the prior written approva! of the city manager. 3.6 CONSULTANT will provide CITY with twenty (20) copies of any documents which are a part of the De!iverabies upon their completion and acceptance by CITY. 3.7 if CiTY requests additional copies of any documents which are a part of the De!iverab!es, CONSULTANT will provide such additiona! copies and CITY will compensate CONSULTANT for its duplicating costs. 3.8 CONSULTANT wil! be responsible for employing or engaging al! persons necessary to execute the Project. All consultants of CONSULTANT will be deemed <o be directly controlled and supervised by CONSULTANT, which wil! be responsible for their merformance, 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 wil! 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 al! times be conside_~d independent contractors and not agents or emp!oyees of CITY. 3.10 CONSULTANT will perform or obtain or cause to be performed or obtained any and a!l of the following Additiona! Services, not included under the Basic Services, if so authorized, in writing, by CITY: 3.10.1 Providing services as an expert witness in connection with any public hearing or meeting, arbitration proceeding,or proceeding of a court of record; 3.10.2 incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 3.10.3 Performing any other Additiona! Services that may be agreed upon by the parties subsequent to the execution of this Contract; and 030616 sdl 0100083 3.!0.~ Other ~.d@=tion== Services now or hereafter d~cr!med in E~hib~t "~".__....... ~ to this Contract. 3.!! CONSULTANT wil! be responsible for employing all consultants deemed necessary to assist CON:~ULTANT in the performance of the Services. The appointment of ccnsu!tants must be approved, in advance, by CITY, in writing, and must remain acceptable to CiTY during the term of this ContracK. SECTION 4. DUTIES OF CTTY 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 De!iverables and each phase of work performed by CONSULTANT. CITY’s estimated time of review and approva! wil! be furnished to CONSULTANT at the time of submission of each phase of work. CONSULTANT acknowledges and understands that the interre] ’ ~_a~e@ exchange o~ 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 hfailure to review and approve within r._e estimated time schedule wil! not constitute a default under this Contract. 4.3 The city manager, wi~ represent CITY for all purposes under this Contract. DAISY STARK is designated as the project manager for the city manager. The project manager wi!l supervise the performance, progress, and execution of the Projec:. 4.4 if CITY observes or otherwise becomes aware of any default in the performance of CONSULTANT, C!TY wil! use reasonable efforts to give written notice thereof to CONSULTANT in a timely manner. SECTION 5. COMPENSATION 5.1 CITY will compensate CONSULTANT for the following services and work: 5.1.1 in consideration of the full performance of the Basic Services, including any authorized rei_mbursab!e expenses, CiTY wil! pay CONSULTANT a fee not to exceed Three Hundred Thousand Dollars ($300,000). The amount of compensation will be calculated in accordance with the schedule set forth in Exhibit "B", on a !mmp sum per task basis, up to the maximum amount set forth in this Section. The fees of the consultants, who have direct contractua! 030616 sctl 0100083 _- VTT~NT, will be approved, in advance bvrelationships with CONS~=_~ __, _ CITY. CITY reserves the right to refuse pa2~ent of such fees, if such prior approva! is not obtained by CONSULTANT. 5.1.2 C!TY, through its project manager, may ..... dd!a2ona! Services in an amountauthorize COYISuL~NT to perform not to exceed Thirty Thousand Dollars ($30,000). Prior to commencing such Additional Services the parties will agree in writing upon an estimated maximum cost for such Additional Services. Compensation for Additional Services shall be made based on the hourly rate schedule set forth in Exhibit "B" or on a !,amp s~m ma~!s The rate schedule may be updated bv CONSULT~iqT only once each ca_enaar year, ana the rate schedules will not become effective for purposes of this Contract, unless and unti! CONSULTANT gives CiTY thirty (30) days’ prior written notice of the effective date of any revised rate schedule. 5.1.3 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 pa_vTnents wil! be made as follows: 5.2.1 Pa~ent for 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 mutually agreed upon by the parties, as set forth in Exhibit or within thirty (30) days of submission, in triplicate, of such requests if a schedule of payment is not specified. CITY wil! make fina! payment after CONSULTANT has submitted al! Deliverab!es, including, without limitation, reports which have been approved by the project manager. 5.2.2 Pa2~ent for properly authorized Additional Services will be made in mon<h!y 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 !i@uidated damages, or other sums withheld by CiTY {tom payments to genera! 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 prepared, maintained, and retained by CONSULTANT in accordance with generally accepted accounting principles and will be made available 030616 sdl 0100083 to CiTY for auditing purposes at mu<uai!y convenient times during the term of this Contract and for three (3) years following the expiration or earlier termination of this Contract. 6.2 The originals of the De!iverab!es 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 requAred to be paid to CONSULTANT. These originals will be delivered to CITY without additiona! compensation. CITY will have the right to utilize any fina! and incomplete drawings, estimates, specifications, and any other documents prepared hereunder by CONSULTANT, but CONSULTANT disclaims any responsibility or liability for any alterations or modifications of such documents. SECTION 7. INDEMNITY 7.1 CONSULTanT agrees to protect, indemnify, defend and hold harmless CITY, its Counci! mes~ers, officers, emp!oyees and agents, from any and al! demands, claims, or liability of any nature, including death or injury to any person, property damage or any other !ors, caused by or arising out of CONSULTANT’s, its officers’, agents’, consultants’ or employees’ negligent acts, errors, or omissions, or willfu! 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 that 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 pa~ent, partial pa}~ent, acceptance, or partial acceptance by CITY wil! operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 9. INSU~rhNCE 9.1 CONSULTANT, at its so!e cost and expense, will obtain and maintain, in full force and effect during the term of 030616 sdl 0100083 this Contract, the insurance coverage described in Exhibit "C", 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 additiona! insured concerning CONSULTANT’s performance under this Contract. 9.2 Al! insurance coverage required hereunder wil! be provided through carriers with Best’s Key Rating Guide ratings of A:VII or higher which are a6mitted to transact insurance business in the State of California. Any and al! consultants of CONSULT~T retained to perform Services under this Contract wil! obtain and maintain, in full force and effect during the term of this Contract, identica! insurance coverage, naming CiTY as an additiona! insured under such pol!c~es as required above. 9.3 Certificates of such insurance, preferably on the forms provided by CITY, wil! be filed with C!TY concurrently with the execution of this Contract. The certificates will be subject to the approva! of CITY’s risk manager and wil! contain an endorsement stating that the insurance is primary coverage and wil! 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 Pa!o 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 wil! be kept on {~]e 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 wil! 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 wil! be obligated for the ful! 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 !0. WORKERS’ COMPENSATION !0.I CONSULTANT by executing this Con<_=cL, cerz~r~_es that it is aware of the provisions of the Labor Code of the State o{ California which require every employer to be insured against ]-~abi!itv for workers commensation or to unde_Lake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of the Project. 030616 sdl 0100083 SECTION i!.TERMINATION OR SUSPENSION OF CONT~hCT OR !i.i The city manager may suspend the execution of the Project, in whole or in part, or terminate this Contract, with or wighout cause, by giving thirty (30) days’ prior written notice thereof to CONSULTANT, or i~mediate!y after submission to C!TY 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 substantia! failure of performance by CITY or in the event C!TY indefinitely withholds or withdraws its request for the initiation or continuation of Basic Services or the execution of the Project. 11.3 Upon such suspension or termination by CITY, CONSULTANT wil! be compensated for the Basic Services and Additional Services performed and De!iverabies received and ___wr_Lren notice from CTTY of sucham~roved prior to receipt of --i~- - suspension or abandonment together wiu~. 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 wil! be subject to renegotiation and, if necessary, approval of CITY’s City Council. If this Contract is suspended or terminated on account of a default by CONSULTANT, CiTY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and i~mediate~ene~=~~ ::~ to CITY, as such determination may be made by the city manager in the reasonable exercise of her discretion. 11.4 in the event of termination of this Contract or suspension of work on the Project by CITY where CONSULTANT is not in default, CONSULTANT wil! receive compensation as fol!ows: !!.4.1 For approved items of services, CONSULTP2qT will be commensated_for_ each item of service fully performed in ’-h amounts authorized under this Con~_ac~ 11.4.2 For approved items of services on which a notice to proceed is issued by CITY, but which are not fully performed, CONSULTANT will be compensated for each item of service in an amount which bears the same ratio to the tota! fee otherwise 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. 030616 sdl 0100083 11.4.3 The total compensation payable under the preceding paragraphs of this Section wil! not exceed the pay~Lent specified under Section 5 for the respective items of service to be furnished by CONSULTANT. = _SUC~ ....17.5 Upon ~ suspension or termination, CONSULT~iqT will deliver to the city manager i~mediate!y any and al! copies of the De!iverab!es, whether or not completed, prepared by CONSULTANT or itsconsu_l~an~cs, ..... if anv,_ or ~iven~ to CONSULTanT or ~s=~ consultants, if any, in connection with this Contract. Such materials will become the propertv of CITY. 11.6 The failure of CITY to agree with CONSULTANT’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONSULTANT to fulfill its obligations under this Contract. SECTION 12. ASSIGNMENT 12.1 This Contract is for the personal services of CONSULTANT, therefore, CONSULTANT will not assign, transfer, convey, or otherwise dispose of this Contract or any right, title or interest in or to the same or any part thereof without the prior written consent of CITY. A consent to one assignment will not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of CITY wil! 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 Al! notices hereunder will be given, in writing, and maA_e@, postage ~re~aid, by certified mail addressed as fol!ows- TO CTmy Office of the City Clerk City of Pa!o Alto Post Office Box 10250 Pa!o Alto, CA 94303 To" RWQCP:Attn: Daisy Stark RWQCP 2501 Embarcadero Way Palo Alto, Ca 94303 To CONSULTANT: Attention: Tom Richardson KAINES, MELTON & CARELLA, INC. 2290 North First Street, Suite 204 San Jose, CA 95131 030616 sdl 0100083 i0 SECTION 14.CONFLICT OF INTEREST 14.1 in accepting this Contract, CONSULTANT covenants that it presently has no interest, and wil! not acquire any interest, direct or indirect, financia! 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 wil! not e~mioy 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 wil! be interpreted in accordance with the applicable provisions of <he Pa!o Alto Municipa! Code and the Government Code of the State of California. SECTION 15. NONDISCRIMINATION 15.1 As set forth in the Pa!o Alto Municipal Code, no discrimination will be made in the emp!o~ent of persons under this Contract because of the age, race, color, nationa! origin, ancestry, religion, disability, sexua! 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 al! requirements of the Pa!o Alto Municipal Code pertaining to nondiscrimination in empio~ent, including completing the requisite form furnished by CITY and set forth in Exhibit "D". 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 al! Federal and State of California laws covering prevailing wages and nondiscrimination in emp!oyment; and that [Name of Provider] wil! not discriminate in the employment of any person under this contract because of the age, race, co!or, nationa! 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 Empioy~ment Practices Act or similar provisions of .Federal !aw or executive order in the performance of this Contract, it wil! be in 030616 sdl 0100083 default of ~h~s~___ Cont~pt:=_~ .... Thereupon,_ CiTY w~]] ..... have the power to cancel or suspend this Contract, in whole or in mart, or to deduct the sum of twenty-five do!lars ($25) for each person for each calendar day during which such person was subjected to discrimination, as damages for breach of contract, or both. On!y a finding of the State of California Fair Employment Practices Co,mission or the equivalent federal agency or officer wi!! constitute evidence or a m_each o~ this Contract. SECTION 16.MISCELLANEOUS PROVISIONS 16.1 CONSULTANT represents and warrants that it has knowledge of the requirements of the federal kmericans 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 wi!l 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 marties, any controversy or claim arising out of or relating to this Contract may be settled by arbitration in accordance with the Rules of the ~_merican 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 !aws of the State of Ca±~orn_~, excluding ~s conflicts of law 16.4 in the event that an action is brought, t-he parties agree that tria! 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 al! prior negotiations, representations, and contracts, either written or ora!. 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. 030616 sdl 0100083 12 16.8 The covenants, terms, conditions and provisions of this Contract will a~m!v to, and wi!l bind, the heirs, successors, executors, a~ministrators, assignees, and consultants, as the case may be, of the parties. 16.9 if a court of competent jurisdiction finds or rules that any provision of this Contract or any amendmLent thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto wil! remain in ful! force and effect. ]6 ]0 ~]] exnzm_rs rere ....d to in this Contract and any addenda, appendices, artaci<ments, 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 a!! of which together wil! constitute one and the same instrument. 16.12 This Contract is subject to the fiscal provisions of the Charter of the City of Pa!o A!to and the Pa!o Alto Municipal Code. This Contract wil! terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the fol!owing fiscal year, or (b) at any time within a fiscal year in the event that funds are on!y appropriated for a portion of the fisca! year and funds for this Contract are no !onger 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. // // // // // // // // // 030616 sdl 0100083 13 IN WITNESS WHEREOF, the ~arties hereto have by their duly auZhorized representatives executed this Contract on the date firs< above written. ~TTEST:CITY OF PALO ALTO City Clerk Mayor :_~ROv=D AS TO ~ORH. Assistant City Attorney APPROVED: ~sistant City Manager ~hZNES, MELTON & ...... ==~, iNC., a corporation Title: Dz:=cuo: or Adm!n2strative Services Director of Public Works Name: Title: insurance Review Taxmayer identification No. Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "D": (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. in the a!ternarive, a certified corporate resolution attesting to the signatory authority of the __~ivzdu~_s sianing.in their respective capacities is acceptable) SCOPE OF PROJECT &TIME SCHEDULE KATE SCHEDULE INSUKANCE NONDISCRIMINATION COMPLIANCE FOKM 030616 sdl 0100083 14 CERTIFICATE OF AC~OWLEDGMENT (Civil Code ~ 1189) STATE SS. ~tar~ Rub!~c said County and State, personally appeared me--or proved to me on the bases of sat±sfacfiory evidence to be the person(s) whose name(s) is/are subscribed rio the within insfir,~menfi and acknowledged to me that he/she/r~_ey executed the same in his/her!their authorized capacity(lee), 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 ERR% BENNETT Nota~ Public- Oalifornia Signatur~ of Notar_~ Public 030616 sdl 0100083 15 CERTIFICATE OF ACKNOWLEDG~IZNT (Civi! Code § 1189 ~ 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. before me, the undersigned, a and State, personally appeared WITNESS my hand and~)~_~ial Signatu[e a! o of Notary Public 030616 sdl 0100083 16 0 0 d d