HomeMy WebLinkAboutC37960A Design Interior Improvement Council Chamber 765-19C�
CONTRACT NO. C37960A
STAFF REPORT
CITY OF PALM DESERT
PUBLIC WORKS DEPARTMENT
MEETING DATE: April 11, 2019
PREPARED BY: Emily Roethler, Project Manager
REQUEST: Award Contract No. C37960A to Sillman Wright Architects, of San
Diego, California, for design consulting services for the interior
improvements to the City Council Chamber (Project No. 765-19)
Recommendation
By Minute Motion:
1. Award Contract No. C37960A to Sillman Wright Architects of San
Diego, California, for design consulting services related to the interior
improvements of the City Council Chamber in the amount of
$90,000.00.
2. Appropriate $90,000.00 from unobligated General Funds to the Building
Maintenance Capital Improvement Project Fund.
3. Authorize the City Manager to execute the Agreement and any
necessary change orders.
If the above actions are approved, funds will be available in the Project Account No.
4504161-4400100.
Strateqic Plan
This action has no impact on achieving the goals set forth in the Strategic Plan.
Background
The City Council Chamber was constructed in 1983, and there has been only one major
interior renovation, which was done in 2000-2001. The restoration included removing
walls and doors, replacing carpeting, improving council/director seating areas, and
various audio visual (AV) upgrades. During these improvements the original public
seating in the Chamber was reinstalled on top of the new carpeting.
The existing 35-year old seating no longer provides the appropriate amount of Americans
with Disabilities Act (ADA) mandated seating areas. The original seating that dates back
to 1983 has degraded due to heavy use and age and is no longer comfortable for the
residents and staff who attend Council and Commission meetings, sometimes for
extended hours. The condition of the seating, along with the lack of accommodation for
April 11, 2019 - Staff Report
Contract No. C37960A with Sillman Wright Architects for Council Chamber Interior Design
(Project No. 765-19)
Page 2 of 3 '
ADA use, requires that the seating be replaced and upgraded to current standards.
Additionally, the City Council Chamber is no longer in compliance with updated ADA
codes and standards for access. For example, the slope of the ramp leading from the
lobby to the public seating area exceeds the maximum allowed slope of 8%, the handrails
are non -compliant, and the texture of the wall behind the existing handrails creates an
architectural barrier for those who need to use them.
As part of the City's ongoing maintenance efforts, replacing the carpet and updating other
features, including improving ADA access within the Council Chamber, should be
considered at this time. Staff issued a Request for Proposals (RFP) for the design of
interior improvements for the Council Chambers, which was advertised on February 3,
2019. Three proposals for the design were received and were reviewed by a selection
committee, which was comprised of City staff familiar with the required qualifications. The
firms that submitted proposals are:
CONSULTANT
Sillman Wright Architects
STK Architecture, Inc.
RACE, Inc.
LOCATION
San Diego, CA_
Temecula, CA
Los Angeles, California
Staff is recommending the award of Contract C37960A to Sillman Wright Architects, who
scored the highest among the proposers.
Proiect Description
This project will be broken into 2 separate phases:
Phase 1 of the Council Chamber renovations include relocating the media control room
from the existing location behind the seating area for the City Manager and City Attorney
to the empty room behind the directors' seating, which is currently occupied with
equipment for the large projection screen. The existing large screen will be removed and
replaced with an LED screen wall. Additionally, a large monitor will be installed in place
of the artwork hanging on the wall behind the City Attorney. This phase is estimated to
cost $450,000 and will be funded using the IT Master Plan Budget. Construction is
anticipated to occur during late July/early August of 2019 when the Council Chambers
are not in use.
Phase 2 of the Council Chamber renovations include the replacement of the built-in
seating and carpet in the Council Chamber, updating the podium to meet the needs of
the public, updating existing improvements to current ADA standards (access doors,
ramp, handrails, and paths of travel), redesigning the restrooms to current ADA
standards, and creating a new access door for the relocated control room. This phase of
the project is preliminarily estimated to cost $500,000, and funding will be requested as
part of the 2019/20 budget cycle for the Building Maintenance Account. Construction is
April 11, 2019 - Staff Report
Contract No. C, 3; 950A, with Sillman Wright Architects for Council Chamber Interior Design
(Project No. 765-19)
Page 3 of 3
anticipated to take place during the July/August break in 2020.
Under this Professional Services Agreement, the City will work with the selected consultant
to evaluate all work for Phase 2, including all ADA requirements that need to be constructed
or redesigned within the City Council Chamber per a detailed Accessibility Survey prepared
by the Joint Powers Insurance Authority (JPIA) for the City. The Consultant will provide the
City with a biddable set of documents for all potential phases, including plans and cost
estimates.
Staff notes that the nature of this project and the highly visible location of it make it likely
that interested persons will suggest any number of enhancements and upgrades to the
project scope. While such additions to the project are always possible, they could quickly
grow to eclipse the original intent, which is to improve accessibility for persons with
disabilities, replace aged and uncomfortable seating, and provide floor coverings that will
enhance acoustics by minimizing noises that currently disturb City Council meetings and
interrupt the conduct of business. If the City Council desires a more comprehensive
project, suggesting its scope at this time would be appropriate, so as to more effectively
plan and appropriately budget for it.
Copies of the proposals received are on file in the Public Works Department and are
available upon request.
Fiscal Analvsis
There is no fiscal impact beyond the cost of obtaining the architecture design services at
this time. Construction funds are being requested for Fiscal Year 2019-2020. The total
project cost cannot be accurately estimated until the architect defines the work needed to
meet the ADA requirements. However, a preliminary scope anticipated a $500,000 total
construction budget for Phase 2 improvements.
LEGAL REVIEW DEPT. REVIEW
WA
Robert W. Hargreaves Tom Garcia, P.E.
City Attorney Director of Public Works
FINANCIAL CITY
REVIEW MANAGER
?etMoore Lau�ritylaian
Director of Finance City Manager
CONSULTANT: Sillman Wright Architects
7515 Metropolitan Drive, Suite 400
San Diego, CA 92108
ATTACHMENT: Agreement
CONTRACT NO. C37960A
ARCHITECTURE DESIGN SERVICES
CITY OF PALM DESERT
PROFESSIONAL CONSULTANT SERVICES AGREEMENT
1. PARTIES AND DATE.
This Agreement is made and entered into this 11th day of April, 2019, by and
between the City of Palm Desert, a municipal corporation, organized under the laws of
the State of California, with its principal place of business at 73-510 Fred Waring Drive,
Palm Desert, California, 92260 ("City") and Sillman Wright Architects, a Corporation,
with its principal place of business at 7515 Metropolitan Drive, Suite 400, San Diego,
California, 92108 ("Consultant"). City and Consultant are sometimes individually
referred to herein as "Party" and collectively as "Parties."
2. RECITALS.
2.1 Consultant.
Consultant desires to perform and assume responsibility for the provision of certain
professional Architecture Design consulting services required by the City on the terms
and conditions set forth in this Agreement. Consultant represents that it is experienced
in providing professional Architecture Design consulting services to public clients, is
licensed in the State of California, and is familiar with the plans of City.
2.2 Project.
City desires to engage Consultant to render such professional ARCHITECTURE
DESIGN consulting services including but not limited to new comfortable audience
seating with increased legroom as well as new ADA compliant seating, new podium to
better facilitate audience, speakers and Council Members (including ADA), new carpet
flooring throughout Council Chamber, add new access door for new media control room,
repair and relocate existing ADA door at lobby, ADA upgrades to bring ramp, stairs and
path of travel elements into compliance with current codes, as identified in the October
2018 ADA Survey prepared by Disability Access Consultants (DAC), as set forth in this
Agreement.
3. TERMS.
3.1 Scope of Services and Term.
3.1.1 General Scope of Services. Consultant promises and agrees to
furnish to the City all labor, materials, tools, equipment, services, and incidental and
customary work necessary to fully and adequately supply the professional Architecture
Design consulting services necessary for the Project ("Services"), including but not
limited to meet with City staff to review and confirm project details, perform necessary
field investigation, develop electronic as -built plans, develop conceptual design, conduct
reviews with City staff, incorporate comments for final review, develop and deliver a full
set of construction specifications and drawings, provide City staff with bid documents and
(BB&K 2018)
72500.00001\31605678.1 Rev 11-9-18 1
CONTRACT NO. C37960A
bid assistance, and provide construction support services. All Services shall be subject
to, and performed in accordance with, this Agreement, and all applicable local, state and
federal laws, rules and regulations.
3.1.2 Term. The term of this Agreement shall be from April 11, 2019, to
September 1, 2020, unless earlier terminated as provided herein. Consultant shall
complete the Services within the term of this Agreement, and shall meet any other
established schedules and deadlines.
Upon the expiration of the initial agreement term, the agreement shall be automatically
renewed for an additional one (1) year term.
3.2 Responsibilities of Consultant.
3.2.1 Independent Contractor: Control and Pavment of Subordinates. The
Services shall be performed by Consultant or under its supervision. Consultant will
determine the means, methods and details of performing the Services subject to the
requirements of this Agreement. City retains Consultant on an independent contractor
basis and not as an employee. Consultant retains the right to perform similar or different
services for others during the term of this Agreement. Any additional personnel
performing the Services under this Agreement on behalf of Consultant shall also not be
employees of City and shall at all times be under Consultant's exclusive direction and
control. Neither City, nor any of its officials, officers, directors, employees or agents shall
have control over the conduct of Consultant or any of Consultant's officers, employees,
or agents, except as set forth in this Agreement. Consultant shall pay all wages, salaries,
and other amounts due such personnel in connection with their performance of Services
under this Agreement and as required by law. Consultant shall be responsible for all
reports and obligations respecting such additional personnel, including, but not limited to:
social security taxes, income tax withholding, unemployment insurance, disability
insurance, and workers' compensation insurance.
3.2.2 Schedule of Services. Consultant shall perform the Services
expeditiously, within the term of this Agreement, and in accordance with the Schedule of
Services set forth by the City. Consultant represents that it has the professional and
technical personnel required to perform the Services in conformance with such
conditions. In order to facilitate Consultant's conformance with the Schedule, City shall
respond to Consultant's submittals in a timely manner. Upon request of City, Consultant
shall provide a more detailed schedule of anticipated performance to meet the Schedule
of Services.
3.2.3 Conformance to Applicable Requirements. All work prepared by
Consultant shall be subject to the approval of City.
3.2.4 Substitution of Key Personnel. Consultant has represented to City
that certain key personnel will perform and coordinate the Services under this Agreement.
Should one or more of such personnel become unavailable, Consultant may substitute
other personnel of at least equal competence upon written approval of City. In the event
that City and Consultant cannot agree as to the substitution of key personnel, City shall
(BB&K 2018)
72500.00001\31605678.1 Rev 11-9-18 -2-
CONTRACT NO. C37960A
be entitled to terminate this Agreement for cause. As discussed below, any personnel
who fail or refuse to perform the Services in a manner acceptable to the City, or who are
determined by the City to be uncooperative, incompetent, a threat to the adequate or
timely completion of the Project or a threat to the safety of persons or property, shall be
promptly removed from the Project by the Consultant at the request of the City. The key
personnel for performance of this Agreement are as follows: Mark Baker, AIA, LEED AP,
Principal-in-Charge/Principal Architect, Joe Lucido, LEED AP, Project Designer,
Marc Stock, Project Manager, Charlie Colvin, SE, PE, Structural Engineer, Allan
Ugalde, PE, LEED AP BD+C, Mechanical Engineer, Matt Samar, PE, LEED AP BD+C,
Electrical Engineer, Steve Leyton, Fire Prtection Designer, and Ashok Patel,
MRICS, Senior Cost Estimator.
3.2.5 City's Representative. The City hereby designates Tom Garcia,
P.E., Director of Public Works, or his designee, to act as its representative in all matters
pertaining to the administration and performance of this Agreement ("City's
Representative"). Consultant shall not accept direction or orders from any person other
than the City Manager, City's Representative or his/her designee. City's Representative
shall have the power to act on behalf of the City for review and approval of all products
submitted by Consultant, but not the authority to enlarge the Scope of Work or change
the total compensation due to Consultant under this Agreement. The City Manager shall
be authorized to act on City's behalf and to execute all necessary documents which
increase the Scope of Work or change the Consultant's total compensation, subject to
the provisions contained in Section 3.3 of this Agreement.
3.2.6 Consultant's Representative. Consultant hereby designates Mark
Baker, AIA, LEED AP, Principal-in-Charge/Principal Architect or his/her designee, to
act as its representative for the performance of this Agreement ("Consultant's
Representative"). Consultant's Representative shall have full authority to represent and
act on behalf of the Consultant for all purposes under this Agreement. The Consultant's
Representative shall supervise and direct the Services, using his/her best skill and
attention, and shall be responsible for all means, methods, techniques, sequences, and
procedures and for the satisfactory coordination of all portions of the Services under this
Agreement.
3.2.7 Coordination of Services. Consultant agrees to work closely with
City staff in the performance of Services and shall be available to City's staff, consultants
and other staff at all times.
3.2.8 Standard of Care; Performance of Employees. Consultant shall
perform all Services under this Agreement in a skillful and competent manner, consistent
with the standards generally recognized as being employed by professionals in the same
discipline in the State of California. Consultant represents and maintains that it is skilled
in the professional calling necessary to perform the Services. Consultant warrants that
all employees and sub -consultants shall have sufficient skill and experience to perform
the Services assigned to them. Finally, Consultant represents that it, its employees and
sub -consultants have all licenses, permits, qualifications and approvals of whatever
nature that are legally required to perform the Services, and that such licenses and
approvals shall be maintained throughout the term of this Agreement. As provided for in
(BB&K 2018)
72500.00001\31605678.1 Rev 11-9-18 -3-
CONTRACT NO. C37960A
the indemnification provisions of this Agreement, Consultant shall perform, at its own cost
and expense and without reimbursement from the City, any services necessary to correct
errors or omissions which are caused by the Consultant's failure to comply with the
standard of care provided for herein. Any employee of the Consultant or its sub -
consultants who is determined by the City to be uncooperative, incompetent, a threat to
the adequate or timely completion of the Project, a threat to the safety of persons or
property, or any employee who fails or refuses to perform the Services in a manner
acceptable to the City, shall be promptly removed from the Project by the Consultant and
shall not be re-employed to perform any of the Services or to work on the Project.
3.2.9 Laws and Regulations. Consultant shall keep itself fully informed of
and in compliance with all local, state and federal laws, rules and regulations in any
manner affecting the performance of the Project or the Services, including all Cal/OSHA
requirements, and shall give all notices required by law. Consultant shall be liable for all
violations of such laws and regulations in connection with Services. If Consultant
performs any work knowing it to be contrary to such laws, rules and regulations,
Consultant shall be solely responsible for all costs arising therefrom. Consultant shall
defend, indemnify and hold City, its officials, directors, officers, employees, agents, and
volunteers free and harmless, pursuant to the indemnification provisions of this
Agreement, from any claim or liability arising out of any failure or alleged failure to comply
with such laws, rules or regulations.
3.2.10 Insurance.
Without limiting Consultant's indemnification of City, and prior to commencement of Work,
Consultant shall obtain, provide and maintain at its own expense during the term of this
Agreement, policies of insurance of the type and amounts described below and in a form
that is satisfactory to City.
General Liability Insurance. Consultant shall maintain commercial general liability
insurance with coverage at least as broad as Insurance Services Office form CG 00 01,
in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate,
for bodily injury, personal injury, and property damage. The policy must include
contractual liability that has not been amended. Any endorsement restricting standard
ISO "insured contract" language will not be accepted.
Automobile Liability Insurance. Consultant shall maintain automobile insurance at least
as broad as Insurance Services Office form CA 00 01 covering bodily injury and property
damage for all activities of the Consultant arising out of or in connection with Work to be
performed under this Agreement, including coverage for any owned, hired, non -owned or
rented vehicles, in an amount not less than $1,000,000 combined single limit for each
accident. The City's Risk Manager may modify this requirement if it is determined that
Consultant will not be utilizing a vehicle in the performance of his/her duties under this
agreement.
Professional Liability (Errors & Omissions) Insurance. Consultant shall maintain
professional liability insurance that covers the Services to be performed in connection
(BB&K 2018)
72500.00001\31605678.1 Rev 11-9-18 -4-
CONTRACT NO. C37960A
with this Agreement, in the minimum amount of $1,000,000 per claim and in the
aggregate. Any policy inception date, continuity date, or retroactive date must be before
the effective date of this agreement and Consultant agrees to maintain continuous
coverage through a period no less than three years after completion of the services
required by this agreement.
Workers' Compensation Insurance. Consultant shall maintain Workers' Compensation
Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least
$1,000,000). Consultant shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of the City of Palm Desert, its officers,
agents, employees and volunteers.
Umbrella or Excess Liability Insurance.
Consultant may opt to utilize umbrella or excess liability insurance in meeting insurance
requirements. In such circumstances, Consultant shall obtain and maintain an umbrella
or excess liability insurance policy with limits that will provide bodily injury, personal injury
and property damage liability coverage at least as broad as the primary coverages set
forth above, including commercial general liability and employer's liability. Such policy or
policies shall include the following terms and conditions:
• A drop down feature requiring the policy to respond if any primary insurance that
would otherwise have applied proves to be uncollectible in whole or in part for any
reason;
• Pay on behalf of wording as opposed to reimbursement;
• Concurrency of effective dates with primary policies; and
• Policies shall "follow form" to the underlying primary policies.
• Insureds under primary policies shall also be insureds under the umbrella or
excess policies.
OTHER PROVISIONS OR REQUIREMENTS
Proof of Insurance. Consultant shall provide certificates of insurance to City as evidence
of the insurance coverage required herein, along with a waiver of subrogation
endorsement for workers' compensation. Insurance certificates and endorsements must
be approved by City's Risk Manager prior to commencement of performance. Current
certification of insurance shall be kept on file with City at all times during the term of this
contract. City reserves the right to require complete, certified copies of all required
insurance policies, at any time.
Duration of Coverage. Consultant shall procure and maintain for the duration of the
contract insurance against claims for injuries to persons or damages to property, which
may arise from or in connection with the performance of the Work hereunder by
Consultant, his/her agents, representatives, employees or subconsultants.
(BB&K 2018)
72500.00001\31605678.1 Rev 11-9-18 -5-
CONTRACT NO. C37960A
Primary/Non-Contributing. Coverage provided by Consultant shall be primary and any
insurance or self-insurance procured or maintained by City shall not be required to
contribute with it. The limits of insurance required herein may be satisfied by a
combination of primary and umbrella or excess insurance. Any umbrella or excess
insurance shall contain or be endorsed to contain a provision that such coverage shall
also apply on a primary and non-contributory basis for the benefit of City before the City's
own insurance or self-insurance shall be called upon to protect it as a named insured.
City's Rights of Enforcement. In the event any policy of insurance required under this
Agreement does not comply with these specifications, or is canceled and not replaced,
City has the right, but not the duty, to obtain the insurance it deems necessary and any
premium paid by City will be promptly reimbursed by Consultant, or City will withhold
amounts sufficient to pay premium from Consultant payments. In the alternative, City may
cancel this Agreement.
Acceptable Insurers. All insurance policies shall be issued by an insurance company
currently authorized by the Insurance Commissioner to transact business of insurance or
is on the List of Approved Surplus Line Insurers in the State of California, with an assigned
policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved
by the City's Risk Manager.
Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this
agreement shall be endorsed to waive subrogation against the City of Palm Desert, its
elected or appointed officers, agents, officials, employees and volunteers, or shall
specifically allow Consultant or others providing insurance evidence in compliance with
these specifications to waive their right of recovery prior to a loss. Consultant hereby
waives its own right of recovery against the City of Palm Desert, its elected or appointed
officers, agents, officials, employees and volunteers, and shall require similar written
express waivers and insurance clauses from each of its sub -contractors.
Enforcement of Contract Provisions (non estoppel). Consultant acknowledges and
agrees that any actual or alleged failure on the part of the City to inform Consultant of
non-compliance with any requirement imposes no additional obligations on the City nor
does it waive any rights hereunder.
Requirements Not Limiting. Requirements of specific coverage features or limits
contained in this Section are not intended as a limitation on coverage, limits or other
requirements, or a waiver of any coverage normally provided by any insurance. Specific
reference to a given coverage feature is for purposes of clarification only as it pertains to
a given issue and is not intended by any party or insured to be all inclusive, or to the
exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher
limits than the minimums shown above, the City requires and shall be entitled to coverage
for the higher limits maintained by the Consultant. Any available insurance proceeds in
excess of the specified minimum limits of insurance and coverage shall be available to
the City.
(BB&K 2018)
72500.00001 \31605678.1 Rev 11-9-18 -6-
CONTRACT NO. C37960A
Notice of Cancellation. Consultant agrees to oblige its insurance agent or broker and
insurers to provide to City with a thirty (30) day notice of cancellation (except for
nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for
each required coverage.
Additional Insured Status. General liability, automobile liability, and if applicable,
pollution liability and cyber liability, policies shall provide or be endorsed to provide that
the City of Palm Desert and its officers, officials, employees, agents, and volunteers shall
be additional insureds under such policies. This provision shall also apply to any
excess/umbrella liability policies.
Prohibition of Undisclosed Coverage Limitations. None of the coverages required
herein will be in compliance with these requirements if they include any limiting
endorsement of any kind that has not been first submitted to City and approved of in
writing.
Separation of Insureds. A severability of interests provision must apply for all additional
insureds ensuring that Consultant's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect to the insurer's limits
of liability. The policy(ies) shall not contain any cross -liability exclusions.
Pass Through Clause. Consultant agrees to ensure that its sub -consultants, sub-
contractors, and any other party involved with the project who is brought onto or involved
in the project by Consultant, provide the same minimum insurance coverage and
endorsements required of Consultant. Consultant agrees to monitor and review all such
coverage and assumes all responsibility for ensuring that such coverage is provided in
conformity with the requirements of this section. Consultant agrees that upon request, all
agreements with consultants, sub -contractors, and others engaged in the project will be
submitted to City for review.
City's Right to Revise Specifications. The City or its Risk Manager reserves the right
at any time during the term of the contract to change the amounts and types of insurance
required by giving the Consultant ninety (90) days advance written notice of such change.
If such change results in substantial additional cost to the Consultant, the City and
Consultant may renegotiate Consultant's compensation. If the City reduces the insurance
requirements, the change shall go into effect immediately and require no advanced
written notice.
Self -Insured Retentions. Any self -insured retentions must be declared to and approved
by City. City reserves the right to require that self -insured retentions be eliminated,
lowered, or replaced by a deductible. Self-insurance will not be considered to comply with
these specifications unless approved by City.
(BB&K 2018)
72500.00001\31605678.1 Rev 11-9-18 -7-
CONTRACT NO. C37960A
Timely Notice of Claims. Consultant shall give City prompt and timely notice of claims
made or suits instituted that arise out of or result from Consultant's performance under
this Agreement, and that involve or may involve coverage under any of the required
liability policies.
Additional Insurance. Consultant shall also procure and maintain, at its own cost and
expense, any additional kinds of insurance, which in its own judgment may be necessary
for its proper protection and prosecution of the Work.
Safety. Consultant shall execute and maintain its work so as to avoid injury or damage
to any person or property. In carrying out its Services, the Consultant shall at all times
be in compliance with all applicable local, state and federal laws, rules and regulations,
and shall exercise all necessary precautions for the safety of employees appropriate to
the nature of the work and the conditions under which the work is to be performed.
3.3 Fees and Payments.
3.3.1 Compensation. Consultant shall receive compensation, including
authorized reimbursements, for all Services rendered under this Agreement at the rates
set forth in the rate sheet provided by the Consultant. The total compensation shall be
Ninety Thousand dollars and 00/100 ($90,000) without authorization of the City Council
or City Manager, as applicable, per the Palm Desert Municipal Code. Extra Work may be
authorized, as described below, and if authorized, will be compensated at the rates and
manner set forth in this Agreement.
3.3.2 Pavment of Compensation. Consultant shall submit to City a monthly
invoice which indicates work completed and hours of Services rendered by Consultant.
The invoice shall describe the amount of Services provided since the initial
commencement date, or since the start of the subsequent billing periods, as appropriate,
through the date of the invoice. City shall, within 30 days of receiving such invoice, review
the invoice and pay all non -disputed and approved charges thereon. If the City disputes
any of Consultant's fees, the City shall give written notice to Consultant within thirty (30)
days of receipt of an invoice of any disputed fees set forth therein.
3.3.3 Reimbursement for Expenses. Consultant shall not be reimbursed
for any expenses unless authorized in writing by City.
3.3.4 Extra Work. At any time during the term of this Agreement, City may
request that Consultant perform Extra Work. As used herein, "Extra Work" means any
work which is determined by City to be necessary for the proper completion of the Project,
but which the Parties did not reasonably anticipate would be necessary at the execution
of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work
without authorization from the City Council or City Manager, as applicable, per the Palm
Desert Municipal Code.
3.3.5 Rate Increases. In the event that this Agreement is renewed
pursuant to Section 3.1.2 of this Agreement, the rate set forth in the rate sheet provided
by the Consultant may be adjusted each year at the time of renewal.
(BB&K 2018)
72500.00001\31605678.1 Rev 11-9-18 -8-
CONTRACT NO. C37960A
3.3.6 Prevailinq Waqes. Consultant is aware of the requirements of
California Labor Code Section 1720, et sec ., and 1770, et seg., as well as California Code
of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage Laws"), which require
the payment of prevailing wage rates and the performance of other requirements on
"public works" and "maintenance" projects. Since the Services are being performed as
part of an applicable "public works" or "maintenance" project, as defined by the Prevailing
Wage Laws, Consultant agrees to fully comply with such Prevailing Wage Laws. City
shall provide Consultant with a copy of the prevailing rates of per diem wages in effect at
the commencement of this Agreement. Consultant shall make copies of the prevailing
rates of per diem wages for each craft, classification or type of worker needed to execute
the Services available to interested parties upon request, and shall post copies at the
Consultant's principal place of business and at the project site. Consultant shall defend,
indemnify and hold the City, its officials, officers, employees, agents, and volunteers free
and harmless from any claim or liability arising out of any failure or alleged failure to
comply with the Prevailing Wage Laws.
3.4 Accounting Records.
3.4.1 Maintenance and Inspection. Consultant shall maintain complete
and accurate records with respect to all costs and expenses incurred under this
Agreement. All such records shall be clearly identifiable. Consultant shall allow a
representative of City during normal business hours to examine, audit, and make
transcripts or copies of such records and any other documents created pursuant to this
Agreement. Consultant shall allow inspection of all work, data, documents, proceedings,
and activities related to the Agreement for a period of three (3) years from the date of final
payment under this Agreement.
3.5 General Provisions.
3.5.1 Termination of Agreement.
3.5.1.1 Grounds for Termination. City may, by written notice
to Consultant, terminate the whole or any part of this Agreement at any time and without
cause by giving written notice to Consultant of such termination, and specifying the
effective date thereof, at least seven (7) days before the effective date of such termination.
Upon termination, Consultant shall be compensated only for those services which have
been adequately rendered to City, and Consultant shall be entitled to no further
compensation. Consultant may not terminate this Agreement except for cause.
3.5.1.2 Effect of Termination. If this Agreement is terminated
as provided herein, City may require Consultant to provide all finished or unfinished
Documents and Data and other information of any kind prepared by Consultant in
connection with the performance of Services under this Agreement. Consultant shall be
required to provide such document and other information within fifteen (15) days of the
request.
(BB&K 2018)
72500.00001\31605678.1 Rev 11-9-18 -9-
CONTRACT NO. C37960A
3.5.1.3 Additional Services. In the event this Agreement is
terminated in whole or in part as provided herein, City may procure, upon such terms and
in such manner as it may determine appropriate, services similar to those terminated.
3.5.2 Delivery of Notices. All notices permitted or required under this
Agreement shall be given to the respective parties at the following address, or at such
other address as the respective parties may provide in writing for this purpose:
Consultant: Sillman Wright Architects
7515 Metropolitan Drive, Suite 400
San Diego, CA 92108
ATTN: Larry Sillman, AIA, Principal
City: City of Palm Desert
73-510 Fred Waring Drive
Palm Desert, CA 92260
ATTN: Tom Garcia, P.E., Director of Public Works
Such notice shall be deemed made when personally delivered or when mailed,
forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and
addressed to the party at its applicable address. Actual notice shall be deemed adequate
notice on the date actual notice occurred, regardless of the method of service.
3.5.3 Ownership of Materials and Confidentialitv.
3.5.3.1 Documents & Data; Licensing of Intellectual Propertv.
This Agreement creates a non-exclusive and perpetual license for City to copy, use,
modify, reuse, or sublicense any and all copyrights, designs, and other intellectual
property embodied in plans, specifications, studies, drawings, estimates, and other
documents or works of authorship fixed in any tangible medium of expression, including
but not limited to, physical drawings and data magnetically or otherwise recorded on
computer diskettes, which are prepared or caused to be prepared by Consultant under
this Agreement ("Documents & Data"). Consultant shall require all subconsultants to
agree in writing that City is granted a non-exclusive and perpetual license for any
Documents & Data the subconsultant prepares under this Agreement. Consultant
represents and warrants that Consultant has the legal right to license any and all
Documents & Data. Consultant makes no such representation and warranty in regard to
Documents & Data which were prepared by design professionals other than Consultant
or provided to Consultant by the City. City shall not be limited in any way in its use of the
Documents & Data at any time, provided that any such use not within the purposes
intended by this Agreement shall be at City's sole risk.
3.5.3.2 Confidentialitv. All ideas, memoranda, specifications,
plans, procedures, drawings, descriptions, computer program data, input record data,
written information, and other Documents & Data either created by or provided to
Consultant in connection with the performance of this Agreement shall be held
confidential by Consultant. Such materials shall not, without the prior written consent of
(BB&K 2018)
72500.00001\31605678.1 Rev 11-9-18 -10-
CONTRACT NO. C37960A
City, be used by Consultant for any purposes other than the performance of the Services.
Nor shall such materials be disclosed to any person or entity not connected with the
performance of the Services or the Project. Nothing furnished to Consultant which is
otherwise known to Consultant or is generally known, or has become known, to the
related industry shall be deemed confidential. Consultant shall not use City's name or
insignia, photographs of the Project, or any publicity pertaining to the Services or the
Project in any magazine, trade paper, newspaper, television or radio production or other
similar medium without the prior written consent of City.
3.5.4 Cooperation; Further Acts. The Parties shall fully cooperate with one
another, and shall take any additional acts or sign any additional documents as may be
necessary, appropriate, or convenient to attain the purposes of this Agreement.
3.5.5 Attornev's Fees. If either party commences an action against the
other party, either legal, administrative or otherwise, arising out of or in connection with
this Agreement, the prevailing party in such litigation shall be entitled to have and recover
from the losing party reasonable attorney's fees and all other costs of such action.
3.5.6 Indemnification.
3.5.6.1 Scope of Indemnity. To the fullest extent permitted by
law, Consultant shall defend, indemnify and hold the City, its directors, officials, officers,
employees, volunteers and agents free and harmless from any and all claims, demands,
causes of action, costs, expenses, liability, loss, damage or injury of any kind, in law or
equity, to property or persons, including wrongful death, in any manner arising out of,
pertaining to, or incident to any alleged acts, errors or omissions, or willful misconduct of
Consultant, its officials, officers, employees, subcontractors, consultants or agents in
connection with the performance of the Consultant's Services, the Project or this
Agreement, including without limitation the payment of all consequential damages, expert
witness fees and attorneys' fees and other related costs and expenses. Notwithstanding
the foregoing, to the extent Consultant's Services are subject to Civil Code Section
2782.8, the above indemnity shall be limited, to the extent required by Civil Code Section
2782.8, to claims that arise out of, pertain to, or relate to the negligence, recklessness, or
willful misconduct of the Consultant.
3.5.6.2 Additional Indemnitv Obligations. To the fullest extent
permitted by law, Consultant shall defend, with counsel of City's choosing and at
Consultant's own cost, expense and risk, any and all claims, suits, actions or other
proceedings of every kind covered by Section 3.5.6.1 that may be brought or instituted
against City or its directors, officials, officers, employees, volunteers and agents.
Consultant shall pay and satisfy any judgment, award or decree that may be rendered
against City or its directors, officials, officers, employees, volunteers and agents as part
of any such claim, suit, action or other proceeding. Consultant shall also reimburse City
for the cost of any settlement paid by City or its directors, officials, officers, employees,
agents or volunteers as part of any such claim, suit, action or other proceeding. Such
reimbursement shall include payment for City's attorney's fees and costs, including expert
witness fees. Consultant shall reimburse City and its directors, officials, officers,
employees, agents, and/or volunteers, for any and all legal expenses and costs incurred
(BB&K 2018)
72500.00001\31605678.1 Rev 11-9-18 11
CONTRACT NO. C37960A
by each of them in connection therewith or in enforcing the indemnity herein
provided. Consultant's obligation to indemnify shall not be restricted to insurance
proceeds, if any, received by the City, its directors, officials, officers, employees, agents,
or volunteers.
3.5.7 Entire Aqreement. This Agreement contains the entire Agreement
of the parties with respect to the subject matter hereof, and supersedes all prior
negotiations, understandings or agreements. This Agreement may only be modified by
a writing signed by both parties.
3.5.8 Governinq Law. This Agreement shall be governed by the laws of
the State of California. Venue shall be in Riverside County.
3.5.9 Time of Essence. Time is of the essence for each and every
provision of this Agreement.
3.5.10 Citv's Right to Emr)lov Other Consultants. City reserves right to
employ other consultants in connection with this Project.
3.5.11 Successors and Assiqns. This Agreement shall be binding on the
successors and assigns of the parties.
3.5.12 Assignment or Transfer. Consultant shall not assign, hypothecate,
or transfer, either directly or by operation of law, this Agreement or any interest herein
without the prior written consent of the City. Any attempt to do so shall be null and void,
and any assignees, hypothecates or transferees shall acquire no right or interest by
reason of such attempted assignment, hypothecation or transfer.
3.5.13 Construction; References; Captions. Since the Parties or their
agents have participated fully in the preparation of this Agreement, the language of this
Agreement shall be construed simply, according to its fair meaning, and not strictly for or
against any Party. Any term referencing time, days or period for performance shall be
deemed calendar days and not work days. All references to Consultant include all
personnel, employees, agents, and sub -consultants of Consultant, except as otherwise
specified in this Agreement. All references to City include its elected officials, officers,
employees, agents, and volunteers except as otherwise specified in this Agreement. The
captions of the various articles and paragraphs are for convenience and ease of reference
only, and do not define, limit, augment, or describe the scope, content, or intent of this
Agreement.
3.5.14 Amendment; Modification. No supplement, modification, or
amendment of this Agreement shall be binding unless executed in writing and signed by
both Parties.
3.5.15 Waiver. No waiver of any default shall constitute a waiver of any
other default or breach, whether of the same or other covenant or condition. No waiver,
benefit, privilege, or service voluntarily given or performed by a Party shall give the other
Party any contractual rights by custom, estoppel, or otherwise.
(BB&K 2018)
72500.00001\31605678.1 Rev 11-9-18 -12-
CONTRACT NO. C37960A
3.5.16 No Third-Partv Beneficiaries. There are no intended third party
beneficiaries of any right or obligation assumed by the Parties.
3.5.17 Invaliditv; Severabilitv. If any portion of this Agreement is declared
invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the
remaining provisions shall continue in full force and effect.
3.5.18 Prohibited Interests. Consultant maintains and warrants that it has
not employed nor retained any company or person, other than a bona fide employee
working solely for Consultant, to solicit or secure this Agreement. Further, Consultant
warrants that it has not paid nor has it agreed to pay any company or person, other than
a bona fide employee working solely for Consultant, any fee, commission, percentage,
brokerage fee, gift or other consideration contingent upon or resulting from the award or
making of this Agreement. For breach or violation of this warranty, City shall have the
right to rescind this Agreement without liability. For the term of this Agreement, no
member, officer or employee of City, during the term of his or her service with City, shall
have any direct interest in this Agreement, or obtain any present or anticipated material
benefit arising therefrom.
3.5.19 Equal Opportunity Emplovment. Consultant represents that it is an
equal opportunity employer and it shall not discriminate against any sub -consultant,
employee or applicant for employment because of race, religion, color, national origin,
handicap, ancestry, sex, or age. Such non-discrimination shall include, but not be limited
to, all activities related to initial employment, upgrading, demotion, transfer, recruitment
or recruitment advertising, layoff or termination.
3.5.20 Labor Certification. By its signature hereunder, Consultant certifies
that it is aware of the provisions of Section 3700 of the California Labor Code which
require every employer to be insured against liability for Worker's Compensation, or to
undertake self-insurance in accordance with the provisions of that Code and agrees to
comply with such provisions before commencing the performance of the Services.
3.5.21 Authoritv to Enter Aqreement. Consultant has all requisite power and
authority to conduct its business and to execute, deliver, and perform the Agreement.
Each Party warrants that the individuals who have signed this Agreement have the legal
power, right, and authority to make this Agreement and bind each respective Party.
3.5.22 Counterparts. This Agreement may be signed in counterparts, each
of which shall constitute an original.
3.6 Subcontracting.
3.6.1 Prior Approval Required. Consultant shall not subcontract any
portion of the work required by this Agreement, except as expressly stated herein, without
prior written approval of City. Subcontracts, if any, shall contain a provision making them
subject to all provisions stipulated in this Agreement.
(BB&K 2018)
72500.00001\31605678.1 Rev 11-9-18 -13-
CONTRACT NO. C37960A
CITY OF PALM DESERT
Laurie Aylaian, City Manager
ATTEST:
M
Rachelle D. Klassen
City Clerk
APPROVED AS TO CONTENT:
Tom Garcia, P.E.
Director of Public Works
APPROVED AS TO FORM:
la
Best Best & Krieger, LLP
City Attorney
(BB&K 2018)
72500.00001\31605678.1 Rev 11-9-18 -14-
SILLMAN WRIGHT ARCHITECTS
in
President OR Vice President
Secretary OR Treasurer