Loading...
HomeMy WebLinkAbout2001-02-20 City Council (25)City of Palo Alto TO: FROM: City Manager’s Report ...................................................................... 11HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:FEBRUARY 20, 2001 CMR:127:01 SUBJECT:APPROVAL OF AGREEMENT WITH WINZLER & KELLY CONSULTING ENGINEERS IN THE AMOUNT OF $64,400 FOR INSPECTION AND TESTING OF HAZARDOUS MATERIALS AT VARIOUS CITY FACILITIES -CAPITAL IMPROVEMENT PROGRAM PROJECT 10019 RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with Winzler & Kelly Consulting Engineers in the amount of $ 64,400 for inspection and testing of hazardous materials at various City facilities. Authorize the City-Manager or his designee to negotiate and execute one or more change orders to the contract with Winzler &. Kelly Consulting Engineers for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $ 5,000. DISCUSSION Project Description CIP 10019 provides for a detailed survey of the construction and finish materials that may present a lead or asbestos exposure risk in various City facilities. Initial assessments target older facilities where children are present, including Cubberly Community ¯Center, Ventura Center, College Terrace Day Care Center, and the Children’s Library. The work to be provided by the engineers includes field investigation, material sampling, laboratory analysis, data tabulation, and provision of a written report. The report is intended to provide prioritized recommendations to ensure the City’s compliance with Environmental Protection Agency, Occupational Safety and Health Act, and other regulations applicable to employee and children’s health and safety. Recommendations from this report will be ¯ implemented through the Capital Improvement Program. Selection Process Staff sent a request for proposals (RFP) to six firms on April 21, 2000. Firms were given 32 days to respond to the request. A pre-proposal meeting was held on May 9, 2000; four CMR:127:01 -Page 1 of 3 firms attended the meeting. A total of four firms submitted proposals. Proposals ranged from $16,000 to $40,000. A selection advisory committee consisting of staff from Public Works’ Facilities Management and Operations divisions reviewed the proposals, and three firmswere invited to participate in oral interviews on June 27, 2000. The committee carefully reviewed each firm’s qualifications and submittal in response to the RFP relative to the following criteria: qualifications of principals and staff, experience on similar projects, cost effectiveness for projects of this size, and understanding of the scope of work. Winzler & Kelly Consulting Engineers was selected because of the experience and professionalism of the personnel it would apply to the project~ and its recent excellent performance on the Palo Alto Unified School District and municipal projects with buildings very similar to those that the City needs surveyed. The final negotiated price of $64,400 is higher than the preliminary budget price because additional sampling was determined necessary to address hazardous materials that might be encountered in future remodeling projects. The original sampling protocol was based only on evaluating exposure to facility users, not necessarily maintenance and construction staff. Price was not a major factor in selecting the consultant, as unit prices for field investigation, sample analysis, and report preparation were similar in each of the proposals. RESOURCE IMPACT Funds for this contract ($64,400) and contingency ($5,000) are available in the 2000-01 budget for Capital Improvement Project 10019, Inspection and Testing for Hazardous Materials at City Facilities. ENVIRONMENTAL ,REVIEW The project is categorically exempt from the California Environmental Quality Act and no further environmental review is necessary. ATTACHMENTS Attachment A: Contract PREPARED BY: DEPARTMENT HEAD: ~JAMES GUSTAI~- Supervisor, Facilities Project GLENN S. Director of Public Works CMR: 127:01 Page 2 of 3 CITY MANAGER APPROVAL: Assistant to the City Manager CMR:127:01 Page 3 of 3 ATTACHMENT A CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND WINZLER & KELLY CONSULTING ENGINEERS FOR, CONSULTING SERVICES This Contract No. is entered into , by and between the CiTY OF PALO ALTO, a charteredcity and a municipal corporation of the State of California ("CITY"), and WINZLER & KELLY CONSULTING ENGINEERS, a corporation, located at 200 Pine St., Suite. 600, San Francisco, --CA 94104 ("CONSULTANT"). RECITALS: WHEREAS, CITY desires certain professional consulting services ("Services") and the preparation and delivery of, without limitation, one or more sets of documents, drawings, maps,plans, designs, data,calculations,surveys,specifications, schedules or other writings ("Deliverables") (Services and Deliverables are, collectively; the "Project"), as more fully described in 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 ti’me required through any fault.of CONSULTANT, CITY’s city manager will have the option of extending the :time schedule for any period of time. This provision, will not preclude the recovery of damages for delay caused by CONSULTANT. SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS 2.1 The scope of Services and Deliverables constituting the Project w±ll 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 substantial changes will be determined in ~ccordance with the provisions of this Contract. CITY will not be liable for the cost or payment of any change in work, unless the amount of additional compensation attributable to the change in work is agreed to, in writing, by CITY before CONSULTANT commences the performance of any such change in work. 2.3 Where the Project entails the drafting and submission of Deliverables, .for example, construction plans, drawings, and specifications, any and all errors, omissions, or ambiguities in the Deliverables, which are discovered by CITY before invitations to bid on a construction project (for which the Deliverables are required) are distributed by CITY, will be corrected by CONSULTANT at no cost to CITY, .provided CITY gives notice to CONSULTANT. 2.4 Any and all errors, omissions, or ambiguities in the Deliverables, which are discovered by CITY after the construction contract is awarded by CITY, will be performed by CONSULTANT, as follows: (a) at no cost to CITY insofar as those Services, including the Basic Services or the Additional Services, as described below, or both, will result in minor or nonbeneficial changes in the construction work required of the construction contractor; or (b) at CITY’s cost insofar as those Services, including the Basic Services or the Additional Services, or both, will add a direct and substantial benefit to the construction work required of the construction contractor. The project manager in the reasonable exercise of his or her discretion will determine whether the Basic Services or the Additional Services, or both, will contribute minor or substantial benefit to the Construction work. 010209 el 005/RWG/Winzler&Kelly 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 to be furnished the Services and Deliverables. 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 and warranties set forth in this. Contract, CITY hires CONSULTANT to execute, and CONSULTANT covenants and agrees that it will execute or cause to be executed, the Project. 3.3 CONSULTANT will assign Mr. Charles R. Bove as the project director to have supervisory responsibility for the performance, progress, and .gxecution of the Project. Mr. Charles R. Bove will be assigned as the project coordinator who will represent CONSULTANT during the day-to-day work on the Project. If circumstances or conditions subsequent to. the execution of this Contract cause the substitution of the project director or project coordinator for any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior written approval of the project manager~ 3.4 CONSULTANT represents and warrants that it will: 3.4.1 Procure all permits and licenses, pay all charges and fees, and give .all notices which may be necessary and incident to the due and lawful prosecution of the Project; 3.4.2 Keep itself fully informed of all existing and future Federal, State of California, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employedunder.this Contract and any materials used in CONSULTANT’s performance of the Services; 3.~.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 010209 cl 005/RWG/Winzler&Kelly 3 3.4.4 Will report immediately to the project manager, in writing, any discrepancy or inconsistency i£ 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 ten (I0) copies of any documents which are a part of the Deliverables upon their completion and acceptanGe by CITY~ 3.7 If CITY requests additional copies of any documents which are a part of the Deliverables, CONSULTANT will provide such additional copies and CITY will compensate CONSULTANT for its duplicating costs. 3.8 CONSULTANT will be responsible for employing¯ or engaging all persons necessary to execute the Project. All consultants of CONSULTANT will be deemed to be directly controlled and supervised .by CONSULTANT, which will beresponsiblefor their performance.If any employee orconsultantof CONSULTANT fails or refuses to carry outtheprovisionsof this Contract or appears to be incompetent ortoact in a disorderly or improper manner, the employee orconsultantwill 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 consultanhs, 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 soauthorized, 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 ofrecord; 3.10.2 Incurring travel and subsistence ~xpenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 010209 cl 005/RWG/Winzler&Kelly 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. Jim Gustafson is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Project. 4.4 If CITY observes or otherwise becomes aware of any default in the performance of CONSULTANT, CITY will use reasonable efforts to give written notice thereof to CONSULTANT in a timely manner. SECTION 5.COMPENSATION 5.1 CITY will compensate CONSULTANT for the following services and work: 5.1.1 In consideration of the full performance of the Basic Services, including any authorized reimbursable expenses, ~CITY will pay CONSULTANT a fixed fee of Sixty-Four Thousand Four Hundred dollars ($64,400), based on the categories 010209 cl 005/RWG/Winzler&Kelly of services and amounts therefore specified in Exhibit "B". The fees of the consultants, who have direct contractual relationships with CONSULTANT, will be approved, in advance,-., by CITY and are included in the fixed fee. CITY reserves the right to refuse payment of such fees, if such prior approval is not obtained by CONSULTANT. .. 5.1.2 In consideration of the full. performance of Additional Services, the amount of compensation set forth in Exhibit "B" will. not exceed Five Thousand dollars ($5,000) and will be based on the hourly rates and testing costs specified in Exhibit "B". The rate schedules may be updated by CONSULTANT -only once each calendar year, and the rate schedules will not become effective for purposes of this Contract, unless and until CONSULTANT gives CITY thirty (30) days’ prior written notice of the effective date Of any revised rate schedule. 5.1.3 The full payment of charges for extra work or changes, or both, in the execution of the Project will be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the project manager. Payment will be made within thirty .(30) days of submission by CONSULTANT of a statement, in triplicate, of itemized costs covering such work or changes, or both. Prior to commencing such extra work or changes, o~both, the parties will agree upon an estimated maximum cost for such extra work or changes. CONSULTANT will not be paid. ~for extra work or changes, including, without limitation, any design work or change order preparation, which is made necessary on account of CONSULTANT’s errors, omissions, or oversights. 5.1.4 Direct personnel expense of employees assigned to the execution of the Project by CONSULTANT will include only the work of architects, engineers, .designers, job captains, surveyors, draftspersons, specification writers and typists, in consultation, research and design, work in producing drawings, specifications and other documents pertaining to the Project, and in services rendered during construction at the site, to the extent such services are expressly contemplated under this Contract. Included in the cost of direct personnel expense of these employees are salaries and mandatory and .customary benefits such as statutory employee benefits, insurance, sick leave, holidays and vacations, pensions and similar benefits. 5.2 The schedule of payments will be made as follows: 5.2.1 Payment of the Basic Services will be made in monthly progress payments in proportion to ~the quantum of services performed, or in accordance with any other schedule of 010209 cl 005/RWG/Winzler&Kelly 6 payment mutually agreed upon by the parties, as set forth in Exhibit "B",¯ or within thirty (30) days of submission, in triplicate, of such requests if a schedule of payment is not specified. Final payment.will be made by CITY after CONSULTANT has submit~.ed 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 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 t~rm of this Contract and for three (3) years following the expiration or earlier termination of. this Contract. 6.2 The originals of the Deliverables prepared by or under the direction of CONSULTANT in the performance of this Contract will.become the property of CITY irrespective of whether the Project is completed upon CITY’s payment of the amounts required to be paid to CONSULTANT. These originals will be delivered to CITY without additional compensation. CITY will have the right to utilize any final and incomplete drawings, estimates, specifications, and any other documents prepared hereunder by CONSULTANT, but CONSULTANT disclaims any responsibility or liability for any alterations or modifications of such documents. SECTION 7. INDEMNITY 7.1- CONSULTANT agrees to protect, indemnify, defend and hold harmless CITY, its 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’, agegts’, consultants’ or emploYees, negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on 010209 el 005/RWG/Winzler&Kelly 7 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,-coidition or provision of this Contract or of the provisions of any ordinance or law will not be deemed to be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violation of the same or of any other covenant, term, condition, provision, ordinance or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder will not be deemed to be a waiver of any preceding breach or violation by the other party of any covenant, term, condition or provision of this Contract or of any applicable law or ordinance. 8.2 No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 9. INSURANCE 9.1 CONSULTANT, at its sole cost and expense, will obtain and maintain, in full f~rce and effect during the term of 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 additional insured.concerning CONSULTANT’s performance under this Contract. 9.2 All insurance coverage.required hereunder.will be provided through carriers with Best’s Key Rating Guide ratings of A: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, identical 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 010209 c1005~WG~i~ler&Kelly 8 policies of workers’ compensation, employer’s liability, and professional liability insurance. Current certificates of such insurance will be kept on file at al! 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 resultof the¯ -Services performed under this Contract, including suchdamage, injury, or loss arising after the Contract is terminated or the term has expired. SECTION I0. WORKERS’ COMPENSATION I0.I CONSULTANT, by executing this Contract,~ certifies that- it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing ~he performance of the Project. PROJECT SECTION ii. TERMINATION OR SUSPENSION OF CONTRACT OR Ii.i The city manager may suspend the execution of ~he 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 ~f the Project by giving thirty (30) days’ prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY or in the event CITY indefinitely withholds or withdraws its request for the initiation or continuation of Basic Services or the execution of the Project. 11.3 Upon such suspension .or termination by CITY, CONSULTANT will be compensated for the Basic Services and Additional Services performed and Deliverables received and approved prior to receipt of written notice from CITY of such suspension or abandonment, together with authorized additional and reimbursable expenses then due. If the’ Project is resumed 010209 c1005~WG~i~le~Kelly 9 after it has been suspended for more than 180 days, any change in CONSULTANT’s compensation will be subject to renegotiation and, if necessary, approval of CITY’s City Council. If this Contract is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated Co compensate CONSULTANT only for that portion of CONSULTANT’s services which are of .direct and immediate benefit to CITY, as such determination may be made. by the city manager in the reasonable exercise of her discretion. 11.4 In the event of termination of this Contract or suspension of work on the Project by CITY where CONSULTANT is not in default, CONSULTANT will receive compensation as follows: 11.4.1 For approved items of services, CONSULTANT will be compensated for each item of service fully performed in the amounts authorized under this Contract. 11.4.2 For approved items of services on which a notice to proceed is issued by CITY, but which are not fully. performed, CONSULTANT will be compensated for each item of service in an amount which bears the same ratio to.the total fee otherwise payable for the performance of the service as the quantum of service actually rendered bears ’to the services necessary .for the full performance of that item Of service. 11.4.3 The total compensation payable under the preceding paragraphs of this Section will not exceed the payment specified under Section 5 for the respective items of service to be furnished by CONSULTANT. 11.5 Upon such suspension or termination, CONSULTANT will deliver to the city manager immediately any and all copies of the Deliverables, whether or not completed, prepared, by CONSULTANT or its consultants, if any, or given to CONSULTANT or its consultants, if any, in connection with this Contract. Such materials will become the property of CITY. 11.6 The failure of CITY to agree with CONSULTANT’s independent findings, conclusions, or reconaaendations, 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 010209 el 005~WG~i~ler&Kelly 10 the prior written consent of CITY. A consent to one assignment will not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of CITY will be void and, at the option of the city manager, this Contract may be terminated. This Contract will not be assignable by operation of law. SECTION 13.NOTICES 13.1- All notices hereunder will be given, in writing, and mailed, postage prepaid, by certified mail, addressed as follows: To.CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 14. CONFLICT OF INTEREST 14.1 In accepting this Contract, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirec[, financial or otherwise, which would confli.ct in any manner or degree with the performance of the Services. 14.2 CONSULTANT further covenants that, in the performance of this Contract, it will not employ contractors or persons having such an interest mentioned above. CONSULTANT certifies that no one who has or will have any financial interest under this Contract is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions.of the Palo Alto Municipal Code and the Government Code of the State of California. SECTION 15. NONDISCRIMINATION 15.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of persons under this Contract because of the age, race, .color, national origin, ancestry, religion, disability, sexual preference or gender of such person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONSULTANT.agrees to meet all requirements of the Palo .Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "D"~ 010209 el 005/RWG/Winzler&Kelly 1 1 15.2 CONSULTANT agrees that each contract fore.services from independent, providers will contain a provision substantially as follows: "[Name of .Provider] will provide CONSULTANT with a certificate stating that IName .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 prgvisions of the State of California Fair Employment Practices Act or similar provisions of Federal law or executive order in the performance of this Contract, it will be.. in default of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct the sum of .twenty-five dollars ($25) for each person for each calendar day during which such person was subjected to discrimination,. ~s 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 federalAmericans 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 th~ 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. 010209 cl 005/RWG/Winzler&Kelly 1 2 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 ofthisContract may recover its reasonable costs and attorneys’feesexpended in connection with that action. 16.6 This document represents the entire andintegrated 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 appl~° to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants, as the case may be, of the parties. 16.9 .If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 16.10 All exhibits referred to in this Contract and any addenda, appendices, attachments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and will be deemed to be a part of this Contract. 16.11 This Contract may be executed in any number of counterparts, each of which will be an original, but all of which together will constitute one and. the same instrument. 16.12 This Contract is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Contract will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are 010209 el 005/RWG/Winzler&Kelly 13 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 auth6rized representatives executed this Contract on the date first.above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: City Attorney APPROVED: Assistant City Manager Director of Administrative Services Director of Public Works Mayor WINZLER & KELLY CONSULTING ENGINEERS By: Name: Anthony A. Petroccitto Name: Michael D. Kincaid Title: Principal Engineer Taxpayer Identification No. Insurance Review 68-0274914 (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": EXHIBIT "D": SCOPE OF PRO~ECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 0i0209 cl 005/£WG/~’inzl~r&K~lly 1 4 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) On I~, 2001, before me, the undersigned, a Notary Public in and for ’ ’State, personallyappeared~Cop~personally known t~_me or pro~ed to me on the basis of satisfactory evidence to be the person~s4 whose name~) i_~s/are subscribed to the within instrument and acknowledged to me that ~h~_/she/they executed the same in ~her/their authorized capacity(~’e~, and that by h~%!her/their signature~s~ on the instrument the person(~ or the entity upon behalf of which .the person(s~- acted, executed the instrument. WITNESS my hand and official seal. of Notary Public 010209 el 005/RWG/Winzler&Kelly 15 " CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1189).~ On 6~|~ , 2001, before me, the undersigned, Notary Public in and for said :, appeared , personally known to me or proved to me on the is of satisfactory evidence to be the person~s~ whose name~Q _i~/are subscribed to the within instrument and acknowledged to me that h_h~she/they executed the same in !lib/her/their authorized capacity(~a~,, and that by hi_i~!her/their signature~s~ on the instrument the person~s~, or the entity upon behalf of. which the person(~ acted, executed the instrument. WITNESS my hand and official seal. ~of Notary Public ~-~~IVIARIBETH 8ALGUERO-CHANG ,,-/..~- ~ COMM. #1238404 ~ (.~~.~) Nola~y Public-California ’= \\~/ SAN FRANCISCO COUNTY 010209 cl O05/RWO/Winzler&Kelly 1 6 EXHIBIT "A" SCOPE OF PRO~CT AND TIM~ SCItEI)ULE CITY OF PALO ALTO INSPECTION AND TESTING FOR HAZARDOUS MATERIALS. I.Basic Services A. Scope of Survey and Testing The Consultant shall evaluate specified City facilities for the presence of hazardous substances and prepare a report pertaining thereto. The Consultant shall work with the Public Works Department, Facilities Management Division, to develop the survey strategy, identify sampling locations for each facility, propose and have a schedule. approved, and create a mechanism for tabulating results and presenting recommendations. Surfaces and components to be sampled are those that present an exposure risk to building occupants and maintenance personnel. Roofs and inaccessible painted surfaces are not included. The consultant will incorporate City-provided documentation of past sampling results and asbestos remediation projects that exist for various facilities being evaluated. After the sampling is completed and evaluated, the Consultant will provide an authoritative reference document describing the type and allocation of hazardous materials present at the designated facilities. This reference document will identify the environmental hazards requiring remediation or removal as part of a minor remodeling project frk furore remediation stand-alone projects. Sites for this assessment are the Cubberley Community Center, Ventura Elementary School, College Terrace Library Day Care Center, Junior Museum and the Children’s Library. (See attachments). ACM’s and lead paint are the only hazardous materials in the basic . scope of this study. If additional hazardous materials are encountered in the basic scope of this study. If additional hazardous materials are encountered in the course of this study, notify the project manager so an appropriate course of action may be determined. This work will be addressed as additional services. B.Basic Services Tasks 010209 el 005/RWG/Winzler&Kelly a.Attend a Pre-Survey Meeting with the City of Palo Alto Project Manager and Building Representatives b. Field Investigation/Data Gathering c. Preliminary Report Meeting d. Preliminary Report Presentation Additional Sampling in Remediation Targeted Areas Final Report Final Report Presentation (oral) PROJECT ADMINISTRATION III. Jim Gustafson, Facilities Projects Supervisor, will be the point of contact and project manager throughout the consultation. All questions, correspondence and invoices shall be addressed to the project manager at City of Palo Alto, Facilities Management Division, P.O. Box 10250, Palo Alto, CA 94303, phone (650) 496-6920, fax (650) 496-6958. REPORTS Three copies of the draft report shall be provided. The final report shall be a spiral bound notebook, 8 ½" x 11", with title page, table of contents, ~summary, findings, recommendations, and appendix with sampling locations and specific lab results (ten copies-). Provide an Autocad R14 or Autocad 2000 CD for drawings showing, sample locations and identification. IV.INFORMATION TO BE PROVIDED BY THE CITY The City will provide the consultant with blue line copies of available site plans, floor. plans, and architectural elevation views of the buildings to be surveyed. The City will provide available records of past sampling (limited) and remediation projects that have occurred in the designated facilities immediately after award of the consultant agreement. TIME OF COMPLETION The consultant shall begin work within 14 calendar days after receipt of the Notice to proceed. The consultant shall provide a schedule containing, as a minimum, the milestone events described in the scope of work. The consultant shall complete the work within four months after receipt of the Notice to proceed. 010209 el 005/RWG/Winzler&Kelly ]. 8 EXHIBIT "B" RATE SCHEDULE Basic Services Fees shall include all normal costs associated with a field survey, testing, and analysis project including;. travel, meetings, sub-consultants, laboratory sample coordination, and report generation. Consultant shall be paid in full upon completion of work. Consultant shall provide all basic services under this agreement for a not-to-exceed fee of Sixty Four Thousand Four Htmdred dollars ($64,400). Pre Survey Meeting with City $ 800 Field Investigation/Data Gathering/Sampling Analysis $52,800 Preliminary Report Presentation $ 800 ¯ Targeted Field Sampling/Laboratory Analysis $ 8,000 Final Draft Report $ 1,000.Final Report $ 1,000 Total $64,400 Additional Services Consultant shall be paid on a time and material basis according to the following rate~, should any work be requested by the City which falls outside the basic services of this project. All additional services work must be authorized in writing by the City’s Project Manager. Winzler & Kelly Project Manager Field Technician Clerical CAD Draftsman $110.00/hr. $ 65.00/hr. $ 50.00/hr. $ 85.00/hr. Laboratory Fees: Asbestos PLM Lead AA $13.00/sample $15.00/sample 010209 el 005/RWG/Winzler&Kelly 19