HomeMy WebLinkAbout2001-11-19 City Council (2)TO:
City of Palo Alto
City Manager’s Report
HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
6
DATE:NOVEMBER 19, 2001 CMR:405:01
SUBJECT:APPROVAL OF A CONTRACT WITH ACKERMAN-PRACTICON IN
THE AMOUNT OF $62,000 TO PROVIDE DESIGN SERVICES FOR
CAPITAL IMPROVEMENT PROJECT 10027, RENOVATION AND
UPGRADES TO DATA MANAGEMENT SYSTEMS
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute a contract with Ackerman-Practicon
(Attachment A), in the amount of $62,000 for design of electrical, heating and
ventilation modifications to the Information Technology Services Division computer
rooms.
Authorize the City Manager or his designee to negotiate and execute one or more
change orders to the contract amendment with Ackerman-Practicon for related,
additional but unforeseen work that may occur, the total value of which shall not
exceed $12,000.
DISCUSSION
Project Description
The Information Technology computer room located in the Civic Center building provides
computer servers that .support all of the computer functions throughout the various City
facilities. The Civic Center computer room contains computer equipment and servers vital
to the management of various City functions. The Information Technology (IT) division has
completed a strategic plan that calls for the consolidation of all IT functions into one
Information Technology group, as well as the centralization of IT equipment into one
room. The electrical service panels are currently at capacity, with some lines being
overloaded. In addition, the existing computer room is 900 square feet, which would need
to be expanded to 1,600 square feet in order to accommodate the additional equipment
proposed in the IT strategic plan
The Police Communications dispatch area located on Level A in the Civic Center also serves
a critical public safety function and requires reliable electrical service and backup
CMR:405:01 Page 1 of 3
power. Currently the area is served by power from various sources. In the event of a power
failure, backup power is provided from two existing generators; however, not all equipment
is currently located on an emergency circuit, leaving it vulnerable during a power failure.
Approval of the contract with Ackerman-Practicon for $62,000 will provide for the design
of an improved emergency backup system for the Police Communications dispatch area,
electrical upgrades and expansion of the main IT computer room, and related minor heating
and ventilation design modifications.
A contingency of twenty percent is requested as the electrical system has been modified
several times over the past 30 years in order to accommodate small office remodels and
increased computer usage. Many of these small modifications were done without the need
for formal design plans~ and the changes were not always included in the Civic Center’s
record drawings. The contingency is requested to allow for additional consultant services
should they be needed to trace this incremental electrical loading.
Selection Process
Requests for proposals (RFP) were sent to three consulting firms. After a 21-day proposal
period, three firms responded to the RFP and Public Works Facilities Management staff
interviewed the two best qualified firms. Ackerman-Practicon was selected because the firm
had done a similar project for the City of Santa Clara and had received a good reference from
them.
RESOURCE IMPACT
Funds for this project are available in the Fiscal Year 2000-01 Capital Improvement Program
(CIP) Project 10027 (Civic Center Upgrade). The remainder of the funding in CIP 10027
will be used for generator replacement and various electrical and heating, ventilation and air
conditioning upgrades.
POLICY IMPLICATIONS
This recommendation is consistent with existing City policies.
TIMELINE
The design for the electrical and other upgrades is expected to be completed four months
from the start date. Once the design has been completed and reviewed, the project will be
advertised for construction.
ENVIRONMENTAL ASSESSMENT
This project is categorically exempt from the provisions of the California Environmental
Quality Act (CEQA).
CMR:405:01 Page 2 of 3
ATTACHMENTS
Attachment A: Contract for Design Services
PREPARED BY:
o
DEPARTMENT HEAD:
KAREN BENGARD, Acting Manager
Facilities Maintenance and Projects
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
HARRISON
Assistant City Manager
CMR:405:01 Page 3 of 3
ATTACHMENT A
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
ACKERMAN-PRACTICON, INC.
FOR CONSULTING SERVICES
This Contract No.is entered into this
day of __, 2001, by and between the CITY OF PALO ALTO,---~
chartered city and a municipal corporation of the State of
California ("CITY"), and ACKERMAN-PRACTICON, INC., a California
Corporation, located at 801 East Charleston Road, Palo Alto,
California 94303. ("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, plans,
designs, data, calculations, specifications, schedules or other
writings (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 wil! commence
work on the initial and subsequent Project to assure completion
within 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.
//
//
011113 sm 0052876
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 be!ow.
2.2 CITY may order substantia! changes in the scope or
character of the Basic Services, the Deliverab!es, 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, if applicable. Any
increase in compensation for substantial changes will be determined
in accordance with the provisions of this Contract. CITY will not
be liable for the cost or payment of any change in work, unless the
amount of additional compensation attributable to the change in
work is agreed to, in writing, by CITY before CONSULTANT commences
the performance of any such change in work.
2.3 Where the Project entails the drafting and
submission of Deliverables, for example, construction plans,
drawings, and specifications, any and all errors, omissions, or
ambiguities in the Deliverab!es, which are discovered by CITY
before invitations to bid on a...construction project (for which the
De!iverables 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 be!ow, or both, will result in minor or non-beneficial
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.
II
II
O11113 sm 0052876
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 e~tent 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 Daniel B. Smith as the
project director to have supervisory responsibility for the
performance, progress, and execution of the Project. Larry Tonogan
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 Keep itself fully informed of all existing
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;
3.4.2 At all times observe and comply with, and cause
its employees and consultants~ if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances, regulations, orders and decrees mentioned above; and
3.4.3 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.
011113 sm 0052876
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 four (4) copies of
any documents which are a part of the Deliverables upon their
completion and acceptance by CITY.
3.7 If ~CITY requests additional copies of any documents
which are a~part of the Deliverables, CONSULTANT will provide such
additional copies and CITY will compensate CONSULTANT for its
duplicating costs.
3.8 CONSULTANT will be responsible for employing or
engaging all persons necessary to execute the Project. All
consultants of CONSULTANT wil! be deemed to be directly controlled
and supervised by CONSULTANT, which will be responsible for their
performance. If any emp!oyee 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 executionof 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 wil! perform or obtain or cause to be
performed or obtained any and all of the following Additional
Services, not included under the Basic Services, if so authorized,
in writing, by CITY:
3.10.1 Providing services as ~an expert witness in
connection with any public hearing or meeting, arbitration
proceeding,or proceeding of a court of record;
3.10.2 Incurring travel and subsistence expenses for
CONSULTANT and its staff beyond those normally required under the
Basic Services;
3.10.3 Performing any other Additional Services that
may be agreed upon by the parties subsequent to the execution of
this Contract; and
3.11 CONSULTANT will be responsible for employing
all consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The appointment of consultants must
011113 sm 0052876
4
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 approvewithin 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. Chok Chokkalingam is designated as
the project manager for the city manager. The project manager wil!
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 fee not to exceed sixty-two thousand
dollars ($62,000). The amount of compensation will be calculated in
accordance with the hourly rate schedule set forth in Exhibit "B",
on a time and materials basis, up to the maximum amount set forth
in this Section.
5.1.2 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
011113 sm 0052876
changes, or both. Prior to commencing such extra work or changes,
or both, the parties will agree upon an estimated maximum cost for
such extra work or changes. CONSULTANT will not be paid for extra
work or changes, including, without limitation, any design work or
change order preparation, which is made necessary On account of
CONSULTANT’s errors, omissions, or oversights.
5.1.3 Current hourly rates (Exhibit ~B") 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 current hourly rates 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, and overhead and profit.
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
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
wil! be made by CITY after CONSULTANT has submitted all
Deliverables, which have been approved by the project manager, and
a Notice of Completion for the construction project has been
recorded.
5.2.2 No deductions will be made from CONSULTANT’s
compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from 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 extra work or changes pertaining to the Project will
be prepared, maintained, and retained by CONSULTANT in accordance
with generally accepted accounting principles and will be made
available to CITY for auditing purposes at mutually convenient
times during the term of this Contract and for three (3) years
following the expiration or earlier termination of this Contract.
6.2 The originals of the Deliverables prepared by or
under the direction of CONSULTANT in the performance of this
011113 sm 0052876
6
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’, agents’, consultants’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may .impose strict liability on CONSULTANT-in the
performance of or failure to perform its obligations under this
Contract.
SECTION 8. WAIVERS
8.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract or of the provisions of any ordinance or law wil! 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 force 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.
O11113 sm 0052876
7
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, 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, employer’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 forthe 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
it will comply with such provisions, as applicable, before
commencing the performance of the Project.
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
011113 sm 0052876
CONSULTANT of any completed item of Basic Services.
of such notice, CONSULTANT will
performance under this Contract.
Upon receipt
immediately discontinue its
11.2 CONSULTANT may terminate this Contract or suspend
its execution of the Project by giving thirty (30) days prior
writte~ 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 additiona! 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 subjectto 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.
11.4 In the event ~f 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
Ol I 113 sm 0052876
9
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 recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONSULTANT to fulfill its obligations under this Contract.
SECTION 12.ASSIGNMENT
12.1 This Contract is for the personal services of
CONSULTANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be "
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of CITY will be void and, at
the option of the city manager, this Contract may be terminated.
This Contract will not be assignable by operation of law.
SECTION 13.NOTICES
13.1 All notices hereunder will be given, in writing,
and mailed, postage prepaid,.~by certified mail, addressed as
follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
To CONSULTANT: Attention of the project director
at the address of CONSULTANT recited above
SECTION 14.CbNFLICT OF INTEREST
14.1 In accepting this Contract, CONSULTANT covenants
that it presently has no interest, and will not acquire any
interest, direct or indirect, financial or otherwise, which would
conflict in any manner or degree with the performance of the
Services.
14.2 CONSULTANT further covenants that, in the
performance of this Contract, it will not employ contractors or
persons having such an interest mentioned above. CONSULTANT
certifies that no one who has or will have any financial interest
under this Contract is an officer or employee of CITY; this
provision will be interpreted in accordance with the applicable
011113 sm 0052876
10
provisions of the Palo Alto Municipal Codeand 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, co!or, nationa! 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".
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
cance! or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to
discrimination, as damages for breach of contract, or both. Only
a finding of the State of California Fair Employment Practices
Commission or the equivalent federa! 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
011113 sm 0052876
11
public buildings and accommodations for disabled persons, and
relating to facilities for disabled persons. CONSULTANT will
comply with or ensure by its advice that compliance with such
provisions will be effected pursuant to the terms of this Contract.
16.2 Upon the agreement of the parties, any controversy
or claim arising out of or relating to this Contract may be settled
by arbitration in accordance with the Rules of the American
Arbitration Association, and judgment upon the award rendered by
the Arbitrators may be entered in any court having jurisdiction
thereof.
16.3 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
16.4 in the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
16.5 The prevailing party in any action brought to
enforce the terms of this Contract or arising out of this Contract
may recover its reasonable costs and attorneys’ fees expended in
connection with that action.
16.6 This document represents the entire and integrated
Contract between the parties and supersedes all prior negotiations,
representations, and contracts, either written or oral. This
document may be amended only by a written instrument, which is
signed by the parties.
16.7 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
16.8 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and. consultants, as the case
may be, of the parties.
16.9 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
16.10 All exhibits referred to in thisContract 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.
O11113 sm 0052876
12
16.11 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
16.12 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Pa!o Alto Municipa!
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 fol!owing 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, cond±tion, or provision
of this Contract.
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
011113 sm 0052876
13
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST]CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Mayor
ACKERMAN-PRACTICON, INC.
City Attorney By:
Name:
Title:
By:
Name:
Title:
Taxpayer Identification No.
APPROVED:
Assistant City Manager
Director of Public Works
Director of Administrative
Services
Risk Manager
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 alternative, a
certified corporate resolution
attesting to the signatory authority
of the individuals signing in their
respective capacities is acceptable)
SCOPE OF WORK OR SERVICES (PART III) RFP
#134621; and ACKERMAN-PRACTICON PROPOSAL DATED
JUNE ii, 2001
RATE SCHEDULE ACKERMAN-PRACTICON FOR YEAR 2001
INSURANCE CERTIFICATE
NONDISCRIMINATION COMPLIANCE FORM
011113 sm 0052876
14
CERTIFICATE OF ACENOWLEDGMENT
(Civil Code § 1189)
STATE OF )
) SSo
COUNTY OF )
On , 2001, before me, the undersigned, a
Notary Public in and for said County and State, personally appeared
, personally known tome 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
Ol 1113 sm 0052876
15
CERTIFICATE OF ACKIqOWLEDG£MENT
(Civil Code § 1189)
STATE OF )
COUNTY bF )
On , 2001, before me, the undersigned, a
Notary Public in and for saidCounty 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
O11113 sm 0052876
16
Exhibit A
PUBLIC WORKS DEPARTMENT
FACILITIES MANAGEMENT DIVISION
PROJECT TITLE:
DESIGN SERVICES FOR
DATA MANAGEMENT FACILITIES
EXPANSION PROJECT
REQUEST FOR PROPOSAL
(RFP). NUMBER t 34621
PART I11
SCOPE OF WORK OR SERVICES
Section III - Scope of Work
I. INTRODUCTION
The Ciiy of Palo Alto is requesting proposals from qualified electrical engineering
consultants for the design of the Data Management Renovation Project located at the Civic
Center Office Building, 250 Hamilton Avenue, Palo Alto, CA. This project was approved by
the City Council of Palo Alto and provides for needed i’mprovements to the City’s computer
and communications equipment rooms. In addition to the electrical upgrade work
described below, the work includes modification of the heating, ventilation, and air
conditioning system and minor architectural revisions.
2. BACKGROUND
The Civic Center emergency electrical pow.er backup consists of a system of two
generators and various Uninterruptible Power Supply units (UPS) for both the main tower
area and the Police/Communications dispatch area. Both generators have automatic
transfer switches in the event of a power failure. The smaller generator, intended to
service the Police areas, is backed up by the main building generator through a manual
transfer switch. The second floor computer room is fed from the main building generator
and UPS.
The. public safety communications dis~.atch area Iocated on Level A in City Hall serves a
critical public safety function and requires reliable electrical service.and back up power.
Currently the area is served by power from various sources. In the event of a power
failure, backup power is provided from both generators, or in some cases, equipment is-not
on an emergency circuit. The .primary objective for this area is to rewire the system so that
it will have primary emergency backup power for all critical .equipment from the small
generator and appropriately sized UPS Unit. In addition, should the small generator fail,
an additional automatic trans!~er switch will be installed to drop the load from the large
generator and pick up the Communications load.. These improvements are especially
important since the recent implementation of the new Computer Aided Dispatch System
and the enhanced Emergency 911 system. A minor project is currently in progress to
update dispatch consoles with new equipment, and the consultant selected for this project
shall examine the impact of the new equipment as well as the existing conditions of level
A. The new UPS eq.uipment will be located in-the communications, equipment room directly
adjacent to the dispatch area. This room has had equipment added over the years, and
the ventilation System is inadequate for the load. The improvements to Level A include
upgrades to the electrical systems, acqu!sition and installation of a larger UPS, and
modification to the ventilation and air conditioning system.
The second floor computer room contains computer equipment and servers vital to the
management of the City. The City’s Information Technology (IT) division has completed
a strategic plan which calls for the consolidation of all IT functions into one Information
Page 2 of 7
Section Ill - Scope of Work
Technology Group, and the centralization of IT equipment into the Civic Center second
floor computer room. The electrical service panel for the computer room is currently at
capacity. Power quality measurements on the secondary side of the three phase 20KVA
transformer that serves the computer room reveal that the neutral leg is overloaded. The
wiring distribution under the computer room floor has been added to and modified over a
thirty year period and needs to be identified and cleaned up. Implementation of the
Information Technology .(IT) Division’s Strategic Plan will exacerbate the electrical problem
through increased loading. The emergency power supply to the computer room will need
to be reviewed in conjunction with the other electrical upgrades. In addition to the electrical
issues, the computer room is under severe space constraints. The-size of the room was
modified approximately 10 years ago to make room for additional staff. The room now
needs to return to the original footprint to accommodate the additional equipment proposed
in the strategic plan.. The existing second floor computer room is 900 square feet. The
expanded second .floor computer room will have approximately 1600 square feet. The
expansion of the computer, room area andupgrading the electrical service will be
accomplished through this project. This will ensure that computer sYstems are maintained
in an efficient and effectivemanner and will have Sufficient power, back up power, and
protection from fire. In addition to the expansion of the computer room and upgrade of the
electrical and life safety-systems, the improvements include, minor modificStions to the
HVAC system to accommodate the expansion, and the installation of shelving for storage
of miscellaneous hardware and technical publications. Fan ST-4 located on the eighth
.floor is dedicated to the Second floor computer room. Cooling for the computer room is
supplemented by two 5 ton Data Air p;ackage units located on the roof of the council
chambers, adjacent to the computer ro~6m. Dampers on ST--4 fed ducts are controlled by
a Building. Automation.Sy.stem installed by Barber-Coleman (now Siebe).
3.SCOPE OF WORK
The Consultant shall work with the Public Works Department, Facilities Management
Division, for development and~coordination of the project.
The consultant shall evaluate all existing conditions and. shall provide a design package
which includes all elements of the work proposed. Consultant shall provide panel and
circuit configurations for both Level A and the Second Floor, specify a new Uninterruptible
Power Supply large enough to support the Communications suite on Level A, designmodifications to the HVAC systems to support the additional equipment, and provide
architectural drawings for the computer room expansion. The consultant will be provided
a copy of the Information Technology Department’s strategic pla, n and a copy of a
preliminary study done for the communications area.
Both of the project areas provide critical support for the staff and the public. For this
reason, the project must be accomplished with minimum downtime. Consultant shall
prov de, with their design, a sequence of work for the contractor to follow. Work shall be
sequenced so that minimal downtime is required during switchover or connection of new
Page 3 of 7
Section 111 - Scope of Work
equipment only.
Engineering/design services will include preliminary design, final design, cost estimation,
preparation of construction documents (drawings and specifications), assistance during the
bidding.period, and Construction administration services.
The Consultant’s scope of work shall include the following:
A. General
Field investigation of the project site and all existing conditions that may effect the
scope of work.
Review all available plans and documentation relevant to the two areas.
Attend meetings with City staff throughout the project as required.
Work closely with City staff to assure the total project cost does not exceed, the
project budget .($650K for. competitively bid construction proje’ct including
contingency).
Preparation of construction specifications and permit drawings;
Field consultation with City staff:~luring construction.
B.-Proiect Desiqn Overview
Design features to be incorporated"
2°d Floor ’"
Electrical distributior] Upgrade to accommodate.expansion of data management
equipment (list to be provided by City)
¯Confirmation of adequacy of existing system / Minor HVAC duct modifications
as needed
¯Wall construction/demolition for expansion ’of the computer room
¯Shelving
¯New work shall be designed, and work sequenced so downtirfle of vital data
management functions is minimized ,
¯Future expansion capabilities / flexibility to allow future changes
¯ADA / Title 24/Fire codes
Level A
Page 4 of 7
Do
Eo
Section I11 - Scope of Work
Electrical distribution upgrade from emergency generators to dispatch area as
required
New UPS for Communications / Dispatch Room and Telephone Equ.ipmeqt
Room
HVAC expansion an~l controls modifications for communications equipment
too ITi
Construction sequenced so vital dispatch and communications management
functions are maintained
Future expansion cababilities I flexibility t0.allow future changes
ADA! Title 24/Fire codes
Preliminary Desi.qn
Consultant shall review all existing conditions relevant to this project, evaluate the
existing mechanical, control, electrical, and architectural features of.the facilities
described above, and shall work closely with the City’s Project Manager to develop
the new load list. The consultant shall identify information needed from the building
users and facilitate its acquisition.
Consultant shall develop a list of circ.uits, transformers, and panel boxes that require
modificatio.n to support the mechanical and electrical upgrades.
Consultant shall provide concept (30%) drawings for staff review and approval and
attend a meeting with City staff at the 30% design completion stage to coordinate
the final and bid-set designs..--¢:~
Consultant shall provide a preliminary eiqgineer’s estimate of the construction
contract cost for City staff review and approval at the 30% design stage.
Consultant shall design improvements to con.form to all applicable codes, laws and
regulations including the Uniform Building, Mechanical, Plumbing, Electrical and.Fire
Codes.
Final Design
Consultant will furnish drawi.ngs and technical specifications to staff for review and
approval at the final design completion stage, and for final review and signing at the
bid set design stage. Final drawings shall, be suitable for review by the Building
Inspection Division and for signing by the Public Works Director.
Consultant shall assist City staff.to obtain a building permit by furnishing all the
necessary drawings and calculations and working with the Planning Department,
Building Inspection Division, as required.
Biddinq Period
Page 5 of 7
Section I11 - Scope of Work
Consultant shall attend a pre-bid conference for interested contractor personnel.-
Consultant shall assist staff in responding to technical questions from prospective
bidders during the bid. period.
Consultant will assist staff to prepare any necessary addenda.
Construction Administration
The Consultant shall provide, construction administration phase services
commencing from the award of the construction contract and terminating with the
submittal and approval of record drawings.
Consultant shall attend a pre-cof~struotion meeting.
Consultant shall provide submittal review and response to clarification requests as
required.
4. FEES
Consultant fees for this work shall be negotiated on a lump sum basis after selection of the
Consultant. Consultant shall provide, with the proposal, a proposed lump sum fee for the
work described above. The negotiated~fee for this work will include all Consultant costs
necessary for Completing the design and providing construction administration services.
Consultant shall also provide a unit hourly rate standard fee schedule with the proposal.
5. PROJECT ADMINISTRATION
Jim Gustafson, Facilities Proiects Supervisor, will be the point of contact and Project
Manager throughout the project unless directed otherwise by the City. All questions,
correspondence and invoices will 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) 4.96-6958.
6. ORAL.INTERVIEW
The Consultant may be required to attend an oral interview. The pers, on to be designated
as the project leader must be present. -The Consultant. is expected to give a brief
presentation of their- familiarity with similar projects, their overall understanding of the
scope of the project, and the services to be provided in this Request.for Proposal. Staff
will notify those Oonsultants selectedto schedule interviews if required.
7. FINAL DRAWINGS AND SPECIFICATIONS
Page 6 of 7
Section II1 - Scope of Work
Proiect Drawinqs and Specifications
Upon completion of the final design tt~e Consultant will submit one (1).set of
specifications, one (1) set of reproducible mylar drawings, and three (3) wet
stamped drawings to the City. Specifications will include Division O and Division 1
and shall be in the CSl format. Drawings shall be on a 24" x 36" sheet size with a
scale of !/4" = 1’. .
B,Record Drawinqs.
Upon completion of the project, and after.acceptance by the City, the Consultant:
shall submit to the City one (1) complete set of reproducible mylar record drawings
reflecting.all as-.built Conditions. A CD shall also be submitted to the city containing
a complete set of the drawings in Autocad Version R14 or R2000.
8.INFORMATION TO BE PROVIDED BY THE CITY
The City will provide the Consultant with blue-line copies of all applioable record drawings
available for the Second Floor and Level A, plus electrical and mechanical drawings for
equipment that service those floors.
9.TIME OF ~COMPLETION
The selected Consultant shall complete all design stage services within. 90 calendar days
after issuance of the Notice to Proceed. Construction Administration services will be
scheduled upon award of the.construction phase of the project.
END OF SECTION
Page 7 of 7
A C K E R M A N
P R A C T I C O N
CONSOLIDATED TECHNICAL SERVICES
J:une 1 I, 2001
City of Palo Alto
Purchasing and Contract Administration
Mezzanine Civic Center
250 Hamilton Avenue
Palo Alto, CA 94301
Project Proposal:Data Management Facilities Expansion Project. Request For
Proposal No. 134621.
Contract Manager; Johnella Walker
Project Manager; Jim Gustafson
We are pleased to submit out enclosed proposal document for the subject project.
We have received and reviewed your RFP dated 3/16/01 as well as information received at
the site walkthrough. We understand and agree to the requirements of the RFP. Since the
RFP is quite thorough and complete, we will not repeat the description of the project in this
proposal.
We have enclosed the supporting forms as required with this proposal.
Ackerman-Practicon is a full-service engineering fu’m founded in Palo Alto in 1957. The
project is in our backyard andwe can assure you that it will receive our full and complete
attention. We are only a few minutes.away for meetings and site observations. It is our
intent to serve this project as your prime and only contact with total responsibility resting in
our firm.
Ackerman-Practicon has been involved in many projects similar to this one. We have
attached a listing of those projects of interest. As the prime consultant, we will manage all
aspects of the project including meeting agendas, minutes, scheduling, estimating, planning
and permit submittals, and site observations during Construction. Our total involvement in
a leadership role from beginning to end will assure you a successful project.
Our electrical engineers, led by Larry Tonogan, will provide the design focus for the
project with analysis of the existing systems, new Ups and batteries, circuit and panel
reconfiguration as described in the RFP. Larry will also serve as overall project manager
for this project. Larry is currently completing a new essential services facility for the City
of Stockton which we believe has given us insight into the special needs of such a facility.
Our mechanical engineer, Ed McJay, will provide HVAC design for the expansion.
801 EAST CHARLESTON ROAD
PALO ALTO~ CALIFORNIA 94303
TEL 650.965.ZOOO
FAX 650.494.93Z2
Jose De La Cruz, A.I A, will provide in-house arckitectural design as well as assisting in
code analysis and planning submittals. Jose will also serve as backup project manager for
{he project.
We have included an allowance for Rinne and Peterson, Structural Engineers, for
assistance in developing anchoring details for the new HVAC equipment in the computer
r6om and on the roof. The city will need to provide record calculations on the building
structure as a basis for design.
The RFP does not address IT services in this scope mad we have excluded this discipline.
Please note, however, that we have, on staff, a very talented IT engineer, Oabe Ramirez,
RCDD, who could be available to assist the city as future needs arise.
We can also be available to negotiate construction management services during the
construction phase should this be necessary. We have not included that cost in our
proposal.
Estimate of Fees:
Project Management/Admin
Electrical Design
Mechanical Design
Architectural Design
Structural Design
Estimating
Totals
Design Phase
Hours
48
120
80,.
4O
10
Cost
$5000
14000
10000
5000
5000
1000
338 $40000
Construction Phase
Hours
108
4O
24
12
10
194
Cost
$12000
4400
2800
1200
1200
$21600
We recommend a budget of $400 for reimbursables. Printing, plotting, anddelivery
charges are direct reimbursables. Plan check and permit fees are ex6luded. Our total fee
estimate, including reimbursables, is therefore sixty-two thousand dollars ($62,000).
We believe the 90-day design schedule in the RFP {s appropriate. This should allow for a
30%, 60%, and 100% review printing and reviews. We have assumed a 6 month (27 week)
construction cycle to determine weekly (four hour) meeting costs.
We look forward to continuing our many years of service for the city.
_questions, please do not hesitate to call.
Ackerman-Practico~n
Principal
If there are any
A C K E R M A N Exhibit B
P R ACT I C O N
CONSOLIDATED TECHNICAL SERVICES
January 1,2001
CURRENT RATE SCHEDULE OF HOURLY CHARGES FOR
ENGINEERING SERVICES:
ENGINEERING/DESIGN SERVICES
Principal $125.00
Project or I.T. Manager $115.00
Project Engineer $110.00
Engineer II $100.00
Engineer I $ 85.00
Designer $ 70.00
CAD Operator $ 60.00
Clerical $ 50.00
CONSULTATION AND DESIGN-BUILD CRITERIA
SERVICES ONLY
Principal and Project Engineers $150.00
Rates subject to change on January 1 of each year.
Reimbursable Expenses (not included in the standard
proposal):
Reimbursable expense shall be for actual expense for job
related travel beyond 50-mile radius of our office, car rental,
hotels, and meals; courier service; printing, plotting of vellums
for external use, and duplicating other than for internal use;
and other expenses authorized by the client.
801 EAST CHARLESTON ROAD
PALO ALTO, CALIFORNIA 94303
TEL 650.965.IOOO
FAX 650.494.9312
A C K E R M A N
P R ACT I C O N
CONSOLIDATED TECHNICAL SERVICES
January 1,2002
CURRENT RATE SCHEDULE OF HOURLY CHARGES FOR
ENGINEERING SERVICES:
ENGINEERING/DESIGN SERVICES
Principal $130.00
Project or I.T. Manager $120.00
Project Engineer $115.00
Engineer II $105.00
Engineer I $ 88.00
Designer $ 75.00
CAD Operator $ 65.00
Clerical $ 50.00
LIMITED PROFESSIONAL CONSULTATIONS
PREPARATION OF DESIGN-BUILD CRITERIA
Principal and Project Engineers $160.00
Rates subject to change on January 1 of each year.
AND
Reimbursable Expenses (not included in the standard
proposal):
Reimbursable expense shall be for actual expense for job
related travel beyond 50-mile radius of our office, car rental,
hotels, and meals; courier service; printing, plotting of vellums
for external use, and duplicating other than for internal use;
and other expenses authorized by the client.
8OI EAST CHARLESTON ROAD
PALO ALTO, CALIFORNIA 94303
TEL 650.965.IOOO
FAX 650.494.9312
9/20/01 i0:06 AM 1-510-452~2193ExhibitC ±ooua~oo~oo
Client#: 5 " -ACKERMANP
ACORn-, CERTIFICATE OF LIABILITY INSURANCE
~RODUCER
Dealey, Renton & Associates
p. O. Box_f2675
oakland, CA 94604-2675
510 465-3090.
Ackenn an-Practicon
801 E.ast Charleston Rd.
Palo Alto, CA 94303
-~SUKED
I
7.OVERAGES
9/20/0
THIS CERTIFICATE IS ISSUED AS A I%iATTER OF INFORMATIO
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND O!
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELO~t
INSURERS AFFORDING COVERAGE "
~NSU~aA: American Motorists Ins. Co.
,Na~.a~: Hartford Casualty Insurance Co.
i.~.~c: American International Insurance
INSUF.BR D:
THE POLICI~S OF INSL~CE LISTXD BELO.W HA\r~ BEEN ISSUED TO TI-IE IN~ NAMI~D ABOVE PORTTIEPOLICY PEPdOD INDICATED, NOT~VITHSTAND]]"
ANY P.EQUIREMENT, TEP-aM OR CONDITION OF ANY CONTRACT OR OTHIEP. DOCUMENT \~r!TH P..ESPECT TO V.qlICH THIS CERTLFICATI~ I~iAY BE ISSLr~D C
~IA%" PEP.TAZN, THX INSUP~ANC2 AI"FORL)ED BY TIZE POLICIES DESCP.IBED I-IEREIN IS SUBJEC~ TO ALL TI-IE TEII£~S, EXCLUSIONS AND CONDFI-IONS OF SUC
POLICIES. AGGKEGATE LI24ITS SHO%q~ NIAY HAVE BEEN KEDUCED BY PAID CLA!M~.
TYPE OF INSURANCE
OENB~AL L/ABILITY
h
] COMM g KC 5%L GE NB KAL LL~B ~LrYY’,
~ ~] CLAIMS MADZ D OCCUR
_!
GEN’I.. AGORBOATB L~[r APFLIES FEE :
"--] PC~ICY [--’]PRC~,,p, CT [’r’--] LCC
A
C
AUTOMOBILE LIABILITY
.X~ ANYAUTO
_~ALL O%VNBD AUTOS
____~ ~CHEDULSD Atrr C~
X_~ HII~D AUTOS
~NON~DWNgD AUTO~
C.I~P,.A G.g L/ABILITY
ANYAUTO
EXCES~ MABILITY
~D ~DUCTIBLE
KETENTK)N
WORKEP~. COMPENSATION AND
EMPLOYERS’ LIABILITY
~E~Professional
~iability
POLl CY N UM BER
7RS66130901
57UECUN9122
7RS66130901
6471946
POLICY EFFECTIVE~AT~ ¢MM/DDtyy]
104/01/01
09/15/01
04/01/01
12/02/00
POLICY EXPIRATION
DATE fMM{DD/YY)
!04/01/02
:09/15/02
04101/02
12/02/01.
LIMITS
~!,000,000
il00,000
~i0,000
,i,000,000
~2,000,000
~2,000,000
,i,000,000
t3,000~000
~3,000,000
claim
$2,000,000 annl aggr.
D~C~ION OF OPE~ATIONS,%~ATION~’EHICL~I~CLUSIONS ADDED BY ENDO~EME~/~ECI~ PROVISIONS
ALL OPERATIONS OF THE NAMED INSURED
Please refer to the attached endorsement. The City of Palo Alto is named
an additional insured under general/auto liability as pertains to work done
by the named insured. Insurance is primary and non-cQntributory
¯ CERTIFICATE HOLDER
City of Pa[o Alto
Office of the CiW Clerk
CC:Chok Chokkalingam
P,O,Box 10250
Pa[o Alto, CA 94303
CANCELLATION
SHOULD ANYOFTH EA~OVE D ESC~!BED POLICNS B E CANCELLED B EFOFdg TH E EX~INATION
DATZ THEKEOF, THE IS~’UING INSURER. WILL~])%%Xt~X~’dAIL~.~DAYN WNITrEN
NOqlCETOTHE CERTIFICATE HOLDERNAMEDTOTHE
AUTH OP~ ZE[~R]~ P~RESENTATI VE
9/20/01 i0:08 AM l-Si0-1~Z-Z±~o .......... ~
POLICYNUMBER: 7RS66130901
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES or
CONTRACTORS (FORM B)
COMMERCIAL GENERAL LIABILITY
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
City of Palo Alto
office of the City Clerk
CC:Chok Chokkalingam
P.O.Box 10250
Palo Alto, CA 94303
(If no entry appears above, information required to comp ere this endorsement will be shown in the Declaratidns
as applicable to this endorsement.)
WHO IS AN INSURED(Section II) is amended to include as an insured the person or organization, shown in the
Schedule, but only with respect to liabili~ arising out of "your work" for that insured by or for you.
The city of Palo Alto is named an¢~dditional insured under the general
liability policy pertaining to work done by 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 CANCELLEDFOR NON-PAYMENT OF PREMIUM, i0 DAYS
WRITTEN NOTICE WILL BE SENT TO THE ABOVE. ¯ .
PRIMARY INSURANCE:
ITIS 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.
Exhibit D ’
PART II1 - CONTRACT ADMINISTRAT!ON INSTRUCTIONS AND FORMS SECTION 410
PROJECT TITLE: CONSULTANT SERVICES FOR CIVIC CENTER DA~A
MANAGEMENT RENOVATION AND UPGRADE
Certificationof Nondiscrimination: As suppliers of goods or services to the City of Palo Alto, the
firm and individuals listed below certify that they do not discriminate in employment with regards to
age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they
are in compliance with ail Federal, State and local directives and executive orders regarding
nondiscrimination in employment.
Firm:
Title of Officer Signing:
Signature
DATE:
END OF SECTION