REQUEST FOR PROPOSAL (RFP)

2030 PARKS, RECREATION FACILITIES, AND OPEN SPACE MASTER PLAN

 

 

 

 

RFP Release Date: August 20, 2014 Proposal Submittal Date: September 17, 2014

REQUEST FOR PROPOSAL FOR THE 2030 PARKS, RECREATION FACILITIES, AND OPEN SPACE MASTER PLAN

The City of Santa Cruz (the “City”) is requesting written proposals from qualified consultants to prepare a citywide Parks, Recreation Facilities, and Open Space Master Plan (Plan). The selected consultant will review the City’s existing plans, policies, parks, recreational facilities and open spaces to establish a baseline; facilitate community meetings; conduct a community survey and needs assessment; collect and analyze data to develop goals, objectives, policies, and standards for the City's park system; analyze revenue and funding sources; and develop a budget for capital and operating expenses to implement the Plan. The Plan will require review and approval by the Parks and Recreation Commission and City Council.

BACKGROUND Santa Cruz has a population of more than 62,000 and is a major tourist destination. A temperate climate and a diverse natural environment of beaches, streams, rolling foothills, coastal marshes, and redwood forests allow for limitless recreational opportunities. Residents and visitors enjoy a diverse array of recreational activities to choose from. Some of the most notable attractions include the City of Santa Cruz Municipal Wharf, the longest pier on the west coast of the country; a world class disc golf course and golf course at Delaveaga Park; a 15,000 square foot concrete skate park with a full pipe at Ken Wormhoudt Skate Park; some of the most visited beaches in the region at Main and Cowell Beaches; and the open spaces of Moore Creek, Pogonip, Arana Gulch, DeLaveaga and Neary Lagoon in which visitors can explore truly unique California environments. The City also hosts a full array of activities within its facilities, including roller derby at the Kaiser Permanente Arena, an archery club at Delaveaga Park, lawn bowling at San Lorenzo Park, a bicycle park at Depot Park, and much more. The City has the responsibility for the management, maintenance, and operation of more than 1,700 acres of parks, beaches, open space lands, medians, and various community/recreation facilities. In 2011, the City adopted the 2030 General Plan which includes action PR1.1.2, Develop and maintain a citywide Parks Master Plan that sets service standards and strategic goals for the development and maintenance of parks and related facilities. The City’s last Parks Master Plan is from the 1980’s, and many of the existing master plans for specific parks and open spaces are also outdated. The Plan’s development process will need to analyze and assess existing policies and park and facility conditions, identify the community’s needs and desires, and set a course of action for improvements to the parks system for the next 15 years.

SELECTION PROCESS The City is seeking to identify consultant teams through the RFP process who have the most extensive experience and proven track record in parks and open space planning. Based on the criteria set forth in this RFP, the City will select and rank up to four consultants. The top rated consultant(s), including all members of that team, will interview with City staff and 1) provide a presentation regarding their submittal, 2) participate in a question and answer session; and 3) submit a written cost proposal for work identified in the Description of Requested Consultant Services section of this RFP. The City may, but is under no obligation to do so, invite the second, third, and fourth ranked teams, including all members of those teams, to interview. The City reserves the right to reject any or all of the consultants responding to this RFP.

2  

REQUIREMENTS FOR SELECTION OF TEAMS THROUGH THE RFP PROCESS A description of the work proposed and the requirements for the RFP submittals are set forth below. Please be sure to comply with all requirements and address all elements of this RFP in your response. Six (6) copies of your proposal submittal must be submitted no later than September 17, 2014 at 11:00 a.m. to: Parks and Recreation Department City of Santa Cruz Attn: Noah Downing, Park Planner 323 Church Street Santa Cruz, CA 95060 Phone: (831) 420-5362 Email: [email protected]

DESCRIPTION OF REQUESTED CONSULTANT SERVICES Under the direction of the Parks and Recreation Department, the consultant shall provide the following services: 1. Establish Existing Conditions a. Review City’s existing plans and policies which are relevant to the Parks System. b. Compile an inventory and assessment of the existing parks, trails, beaches, open space, and recreation facilities, including regional parks and recreation facilities. The analysis should consider the capacity of each amenity found within the system (playgrounds, ball fields, trails, natural areas, facilities, etc.) as well as functionality, accessibility, condition, comfort and convenience. a. Evaluate recreational opportunities located within each of the six neighborhood areas (Upper Westside, Lower Westside, Central, Harvey West, Upper Eastside, and Lower Eastside) at the sub-planning level. 2. Outreach a. Administer a statistically valid bilingual community-wide survey. Survey results will be analyzed by sub-planning area and citywide. Analyze correlations between various groups and facility use. b. Develop a questionnaire to post on the website, at events, and in the Parks and Recreation Department’s Activity Guide. c. Prepare handouts and other media for posting on the City’s website and at community meetings. d. Facilitate a workshop in each of the six sub-planning areas. e. Administer a Mindmixer.com account or other online engagement tool to share ideas with community members and keep them apprised of updates. f. Meet with Parks and Recreation Section and other key staff members to assess park conditions, understand community issues, and vet recommendations. 3. Needs Assessment a. Perform a comparative analysis of the Parks System with communities of a similar size and density and to regional and national standards.

3  

b. Identify the Park System needs, desires and interests of the community today and 15 years from today based on anticipated demographic, economic and sociologic changes. General Plan growth projections and level of service standards will provide some of the framework for analysis. Review recent planning permit project status lists to identify areas with current development. c. Identify emerging trends and needs from national and regional studies, regional collaborations, and stakeholder input. 4. Recommendations a. Consider current and future needs and determine which modifications to the parks system are necessary, considering the conditions of existing facilities and costs of the modifications. b. Prepare citywide and specific park and facility goals, policies and implementation actions for inclusion in the Plan. 5. Implementation a. Establish a detailed implementation program for achieving the plan’s vision. b. Provide estimates of annual costs (both capital and operating) and funding sources.

PRODUCTS The anticipated work products include: 1. A timeline schedule with milestones for the completion of the Plan. 2. Periodic status reports to City. 3. Statistically valid survey and survey results and analysis. 4. Public input questionnaire. 5. Setup and administer a Mindmixer.com or other online account to facilitate input. 6. Public workshop and meeting materials. 7. Technical memorandums which summarize the existing conditions and needs assessments. 8. One (1) reproducible copy and one (1) electronic copy in Microsoft Word format and one (1) Adobe Portable Document Format (PDF) of the Administrative Draft. 9. One (1) reproducible copy and one (1) electronic copy in Microsoft Word format and one (1) Adobe Portable Document Format (PDF) of the Final Draft incorporating revisions. 10. Thirty (30) bound copies, one (1) electronic copy in Microsoft Word format, and one (1) electronic copy in Adobe Portable Document Format (PDF) of the Final Plan.

MEETINGS AND PRESENTATIONS The project will require a variety of meetings, the minimum being: 4  

1. One kick-off meeting with staff 2. Six project management meetings 3. Six neighborhood workshop meetings 4. Two Parks and Recreation Commission Meetings 5. Three City Council Meetings

PROPOSAL SUBMITTAL REQUIREMENTS The Proposal shall be submitted in a bound (three ring binder or similar) format, not to exceed thirty (30) pages, with the following tabs, documenting your team’s: 1. Tab A “Work Experience” a. Ability to prepare a Parks, Recreation Facilities, and Open Space Master Plan. b. Experience in administering a community-wide survey and facilitating community meetings to solicit public input. c. Knowledge of evaluating and analyzing Park System conditions, demographic trends, and level of service standards. d. Capability to develop realistic capital and operating cost estimates for park improvement recommendations. e. Personnel: list team members and their professional certifications on a single page. Indicate who will be the project manager and principal contact permanently assigned to the project. Full resumes of team members may be submitted in a separate bound document, a USB drive, or hard disk and will not count against the thirty (30) page limit on the Proposal. 2. TAB B “Scope of Work” a. Describe your understanding of the project. b. Describe the approach to accomplishing the stated services and work product. c. The City welcomes suggestions or supplemental tasks which may enhance the project, streamline the scope of work, or reduce costs. 3. Tab C “Insurance Coverage” The City’s terms and conditions for consulting services is included in Appendix 1 of this document. Describe your current insurance coverage for commercial general liability, professional liability, worker's compensation and auto insurance. Provide sample certificates of insurance if available. 4. Tab D “Cost Summary” The City estimates a budget of up to $95,000 for consultant fees. The consultant is expected to submit a proposal that falls within this range. All costs should reflect “not to exceed” figures. Fee schedules, including hourly rates for the prime consultant and all sub-consultants, meetings, and reproduction costs, should accompany the cost summary.

5  

5. Tab E “Similar Projects” Provide examples of work on projects similar to that described in this RFP. Examples can accompany the proposal in a separate bound document, a USB drive, or hard disk and will not affect the thirty (30) page limit. 6. Tab F “References” Provide references and contact information from clients for whom you have performed work similar to that proposed. 7. Tab G “Deliverable Schedule” Provide a timeline with estimates provided in the number of days/weeks without any reference to a specific starting date for the work elements described in the above scope-of-work. Clearly indicate any recommended deviations from the scope-of-work or additional tasks, as well as the timeline modifications associated with them.

REVIEW OF THE PROPOSAL Proposals will be evaluated by the City. Based on the criteria set forth in this RFP, the City will select and rank up to four firms. The top rated team, including all members of that team, will interview with City staff and 1) provide a presentation regarding their submittal, 2) participate in a question and answer session; and 3) submit a written cost proposal for work identified in the Description of Requested Consultant Services section of this RFP. The City may, but is under no obligation to do so, invite the second, third, and fourth ranked teams, including all members of those teams, to interview. The City reserves the right to reject any or all of the teams responding to this RFP.

SELECTION CRITERIA AND CONSIDERATIONS PERCENTAGE The City will use the following evaluation criteria and considerations percentages to establish a maximum rating. 1. Experience with developing a Parks Master Plan and the approach to developing the Plan (40%). 2. Experience administering a citywide survey (25%). 3. Experience with facilitating outreach workshops or community meetings (25%). 4. References and capacity/ability to perform required activities and produce required work products on time and within budget (10%).

AVAILABLE BACKGROUND INFORMATION The primary background information to consider for your proposal includes the City of Santa Cruz 2030 General Plan and EIR found here: http://www.cityofsantacruz.com/departments/planning-andcommunity-development/general-plan-2030.

6  

CITY CONDITIONS OR RESERVATIONS: 1. The City reserves the right to reject any or all proposals received. 2. The City will not be liable for any costs incurred in the preparation of the proposal. 3. The submission of a Proposal shall be prima facie evidence that the RFP respondent has full knowledge of the scope, nature, quantity, and quality of the work to be performed. 4. The RFP respondent shall furnish the City such additional information as the City may reasonably require. 5. The City reserves the right to request clarification of information submitted and to request additional information. 6. Proposals may be modified or withdrawn at any time prior to the award of the contract. 7. The selected consultant team will agree to remove any employee whose conduct is improper, inappropriate, or offensive as determined by the City. A removed employee(s) is not to work on City premises without the written consent of the City. The selected consultant team will remove any employee from working in, or delivering to, City facilities who is convicted of a felony during his/her employment. 8. Proposals received will become the property of the City. All proposals and any subsequent contracts will be subject to public disclosure per the “California Public Records Act,” California Government Code, sections 6250 – 6270, once the City has awarded the contract resulting from this solicitation. 9. The City will require the selected consultant team to have a valid City of Santa Cruz business license. 10. The City reserves the right to revise the project time frame described below.

PROJECT TIMEFRAME: The following is a preliminary timeframe for the project:               

Mid-August 2014 September 17, 2014 September 24-25, 2014 Early-October 2014 October to November 2014 November 30, 2014 November to December 2014 January 2015 January to February 2015 March 2015 March to May 2015 April 2015 July to September 2015 September to October 2015 January to March 2016

RFP issued Proposal due Consultant interviews Kick-Off Meeting (Tour of City Parks) Evaluate existing conditions Memo on Existing Conditions Consultant preparation for outreach Release community Survey Stakeholder outreach City Council Study Session Draft Plan Review and revise draft (Break in project for CEQA) Two Parks and Recreation Commission Meetings Two City Council Meetings 7

 

ATTACHMENT Standard Contract Terms and Conditions

8  

CITY OF SANTA CRUZ TERMS AND CONDITIONS OF PURCHASE As of July 2014

1. Contract: The following terms and conditions shall govern all purchases by the City unless other terms are specifically designated by the City to apply or the City and Vendor have entered into another written agreement. Any terms or conditions (including price and delivery dates) proposed by the Vendor which are inconsistent with or in addition to these terms and conditions shall be void and of no effect unless and to the extent expressly accepted by the City in writing. 2. Delivery, Inspection, and Acceptance of Goods: Goods are to be delivered to the location specified. All deliveries are F.O.B. destination. Vendor acknowledges that time is of the essence in the performance of this contract. If the goods are not delivered within the time period stated on the Vendor’s proposal, or by a different date mutually agreed to in writing, the City reserves the right to cancel the order. If the City cancels the order because of late delivery, the Vendor will not be allowed to charge the City for any costs associated with the order and may be charged any increase in cost the City must pay for the replacement order. Charges not included in the contract will not be paid. However, the City may consider requests to pay fuel surcharges when the price of crude oil is inflated; but when the price of crude oil decreases, fuel surcharges not set forth in the contract will no longer be paid. Within 14 calendar days, unless the contract stipulates a different time period, the City will inspect the goods received to verify compliance with specifications. If deficiencies are detected, the goods will be rejected and the Vendor will be required to make the necessary adjustments or replacements at the Vendor’s expense. Acceptance of the goods will be made when the City determines the goods received are in compliance with specifications and are free from defects. 3. Payment: All invoices shall contain correct bid or contract pricing, the applicable purchase order number, and the name of the City employee making the purchase. Invoices shall be sent to the division making the purchase. Vendor shall submit invoices to the City within 60 days of delivery of goods or provision of service. Invoices with incorrect pricing will be returned to the Vendor for correction. The City will pay approximately 30 days after acceptance of goods or services and receipt of correct invoice, whichever occurs last. The City will take early payment discounts when the net payment period is over 15 days. The payment period will extend to the date that the invoices are paid. Should the Vendor become delinquent with any fees, assessments, or charges due to the City, the City will reduce any amount owed to the Vendor by the delinquent amount owed to the City. The City reserves the right to audit Vendor records when necessary. 4. Sales Tax: Sales tax must be stated separately on each invoice. If the current local sales tax is not charged, the City will remit all sales tax due directly to the California State Board of Equalization. 5.

Warranty: Vendor warrants that the item(s) provided and/or work performed under this contract comply with all specifications, are free of liens and encumbrances, and that workmanship and materials are free from defects. Work shall comply with nationally recognized codes and established industry standards. Equipment shall carry the manufacturers’ most favorable commercial warranties. The warranty period shall begin after acceptance of item(s) and/or work. Vendor agrees to remedy by replacing or repairing any item(s) that is damaged or defective during normal

usage within the warranty period, at no additional cost to the City. Such repair or replacement shall occur within a reasonable time frame, to the satisfaction of the City. 6. Indemnity: Vendor agrees to indemnify, defend, and hold harmless the City, its officers, agents and employees, from and against any and all claims, demands, actions, damages, or judgments, including associated costs of investigation and defense arising in any manner from Vendor’s negligence, gross negligence, recklessness, or willful misconduct or patent or copyright violation in the performance of this contract. 7. Compliance Requirements: Vendor shall be responsible for complying with all applicable Federal, State, and local laws and regulations including, but not limited to, City policies, ordinances, and Best Management Practices. Requirements vary based on the nature of the product to be provided and/or work to be performed; these shall include, but are not limited to, complying with the items listed below and following Council policies regarding asbestos in products, polystyrene foam, recycled paper, and fair trade coffee. These policies are available on the City’s website at: http://www.cityofsantacruz.com/index.aspx?page=283. 7a. Licensing: Vendor warrants that it has complied with any and all federal, state, and local licensing requirements and agrees to provide proof of a current City of Santa Cruz Business Tax Certificate if:  Vendor is located in the City of Santa Cruz;  Will perform physical work in the City of Santa Cruz for 6 or more days annually; or  Will use company vehicles to deliver within the City of Santa Cruz for 6 or more days annually. For additional information and licensing requirements, view the City’s Business Licenses and Permits webpage or call the Revenue and Taxation division at 831/420-5070. 7b. Prevailing wage: State prevailing wage requirements apply to Water, Wastewater, and Library public works projects over $1,000; alteration, demolition, repair, or maintenance jobs over $15,000; construction projects over $25,000; and all state bond funded projects. Prevailing wages are required to be paid to all workers, including subcontracted employees. This contract may be subject to compliance monitoring

and enforcement by the DIR. Contractors and subcontractors must register with the DIR in order to submit a bid and be awarded a contract (http://www.dir.ca.gov/dlse/dlsePublicWorks.html). 7c. Living Wage: Every contract for services to the City for $10,000 or more, is subject to City of Santa Cruz Living Wage Ordinance number 2000-25. Jobs subject to prevailing wage meet the requirements of the Living Wage Ordinance. The requirements of the Living Wage ordinance include:  The payment of a minimum living wage to all employees working on the City contract. Effective July 1, 2014, this rate is $14.97 per hour. This rate may be changed annually by City Council.  The provision of benefits to all employees working on the City contract. If benefits are not provided, the Vendor must pay a higher minimum living wage. Effective July 1, 2014, this rate is $16.32 per hour. This rate may be changed annually by City Council.  Employee retention, labor peace, labor relation neutrality and other matters. Completed Living Wage compliance documents constitute an addendum to this contract. The City may request certified payrolls associated with this contract. These requests will be made in writing and will provide adequate time to respond. Full text of the Living Wage Ordinance can be found at: http://www.codepublishing.com/CA/SantaCruz/ Section 5.10. For further information, contact Laura Nolan, Purchasing Manager, at 831/420-5082 or [email protected]. 7d. Storm Water Requirements: The Vendor, and all subcontractors, are required to abide by the applicable City of Santa Cruz Storm Water Best Management Practices (BMPs) for the duration of the work. The City’s mandatory Storm Water BMPs, which are listed according to the type of work, operations, or business, are located on the City website at: http://www.cityofsantacruz.com/index.aspx?page=138.

8. Insurance: When applicable, Vendor must provide Certificate of Insurance(s) prior to the beginning of and throughout the duration of the contract. Vendor must provide satisfactory proof of insurance meeting the City’s requirements. The Vendor will comply with the standard requirements shown below, or as stated in a separate written agreement approved by the City. The Vendor will insure the City against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Vendor, his agents, representatives, employees or subcontractors. 8a. Standard Certificate Requirements The City will be issued a Certificate of Insurance (a Memorandum of Understanding will not be accepted) with the following minimum requirements:  Certificate(s) will show current policy number(s) and effective dates,  Coverage and policy limits will meet, or exceed, requirements below,  The Certificate Holder will be City of Santa Cruz, Risk Management, 809 Center St, Rm 7, Santa Cruz, CA 95060,  Certificate will be signed by an authorized representative,  An endorsement will be provided to show the City, its officers, officials, employees, and volunteers as additional insured. 8b. Minimum Scope and Limits of Insurance: General Services The Vendor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. The City will be entitled to coverage for the highest limits maintained by the Vendor. Coverage will be at least as broad as: 

Commercial General Liability (CGL): $1,000,000 (Including products and completed operations) Proof of coverage for up to $1 Million per occurrence for bodily injury, personal injury and property damage will be provided on Insurance Services Office (ISO) Form CG 00 01 12 07 covering CGL. If a general aggregate limit applies, either the general aggregate limit will apply separately to this project/location or the general aggregate limit will be twice the required occurrence limit.



Automobile Liability: $1,000,000 Proof of coverage for $1 Million will be provided on ISO Form Number CA 00 01 covering any auto (Code 1), or if Vendor has no owned autos, hired, (Code 8) and non-owned autos (Code 9), per accident for bodily injury and property damage.



Workers’ Compensation as required by the State of California, with Statutory Limits, and Employer’s Liability Insurance: $1,000,000 per accident for bodily injury or disease. Must include a waiver of subrogation.

8c. Additional Requirement for Professional Services  Professional Liability (Errors and Omissions): $1,000,000 per occurrence or claim, $2,000,000 aggregate. The Vendor will maintain insurance appropriate to the Vendor’s profession; with limit no less than $1,000,000 per occurrence or claim, $2,000,000 aggregate. Insurance will be maintained and evidence of insurance will be provided for at least five years after date of completion of the contract work. The Vendor agrees to purchase an extended period coverage for a minimum of five years after completion of contract work. 8d. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: 

Additional Insured Status The City, its officers, officials, employees, and volunteers are to be covered as insured on the CGL policy with respect to liability arising out of work or operations performed by or on behalf of the Vendor including materials, parts, or equipment furnished in connection with such work or operations. General

liability coverage will be provided in the form of an endorsement to the Vendor’s insurance at least as broad as ISO Form CG 20 10 11 85, or if not available, through the addition of both CG 20 10 and CG 20 37 (if a later edition is used). 

Primary Coverage For any claims related to this contract, the Vendor’s insurance coverage will be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers will be excess of the Vendor’s insurance and will not contribute with it.



Notice of Cancellation Each insurance policy required above will provide that the City will be notified of any coverage canceled with 30 days’ prior written notice (10 days for non-payment).



Waiver of Subrogation Vendor hereby grants to the City a waiver of any right to subrogation which any insurer of said Vendor may acquire against the City by virtue of the payment of any loss under such insurance. Vendor agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not the City has received a waiver of subrogation endorsement from the insurer. The Worker’s Compensation policy will be endorsed with a waiver of subrogation in favor of the City for all work performed by the Vendor, its employees, agents and subcontractors.



Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions will be declared to and approved by the City. The City may at its option allow the Vendor to purchase coverage with a lower deductible or retention, or require the Vendor to provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration, and defense expenses.



Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best’s rating of no less than A:VII, unless otherwise acceptable to the Entity.



Verification of Coverage Vendor will furnish the City with original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning will not waive the Vendor’s obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time.

9. Governing Law: The contract will be construed and interpreted according to the laws of the State of California. 10. Assignment: The City reserves the right to cancel contract if the contract is assigned without written consent of the City. 11. Subcontractors: Subcontracting of work without prior approval of the City, may result in contract termination. If at any time, the City determines any subcontractor is incompetent or undesirable, Vendor will be notified and will be expected to immediately cancel the subcontract. 12. Contract Modifications: All changes to this contract will be approved in writing through an amendment to the contract. 13. Termination of Contract: The City or the Vendor may terminate the contract for convenience by providing written notice to the other party not less than 30 calendar days prior to an effective termination date.

The City or Vendor may terminate the contract for material breach of contract by providing written notice to the other party not less than 14 calendar days prior to an effective termination date. Upon notice of termination, the Vendor will immediately take action not to incur any additional obligations, costs or expenses, except as may be reasonably necessary to terminate its activities. The City’s only obligation to the Vendor will be just and equitable payment for materials and/or services authorized by, and received to the satisfaction of, the City up to and including the effective date of termination. All finished or unfinished materials, supplies, goods, or documents procured or produced under the contract will become property of the City upon the termination date. The City reserves the right to purchase or obtain the supplies or services elsewhere, and the defaulting vendor will be liable for the difference between the prices set forth in the terminated order and the actual cost to the City. In no event will the City be liable for any loss of profits on the resulting order or portion thereof so terminated. After the effective date of termination, Vendor will have no further claims against the City under the contract. Termination of the contract pursuant to this paragraph may not relieve the Vendor of any liability to City for damages sustained by City because of any breach of contract by Vendor, and City may withhold any payments to Vendor for the purpose of set-off until such time as the exact amount of damages due City from Vendor is determined. The rights and remedies provided in this section will not be exclusive and are in addition to any other rights and remedies provided by law or under the contract. 14. Safety: All service(s) and item(s) provided will comply with applicable safety laws, regulations, and standards. Vendor will provide proof of compliance, if requested by the City. 15. Force Majeure: Neither party will be held responsible for delay or default caused by declared emergencies, natural disasters, or any other cause which is beyond the party's reasonable control. Vendor will, however, make all reasonable efforts to remove or eliminate such a cause of delay or default and will, upon the cessation of the cause, diligently pursue performance of its obligations in this agreement. The City reserves the right to obtain the item(s) covered by this contract from another source during any ongoing suspension of service due to the circumstances outlined above. 16. Equal Employment Opportunity: The City of Santa Cruz strongly supports equal employment opportunities for all and requires its Vendors to ensure that effective policies and procedures concerning the prevention of illegal discrimination and harassment exist in their companies. In addition, all Vendors must be in compliance with all applicable Federal and State and local equal employment opportunity acts, laws, and regulations. The City’s current Equal Employment Opportunity and Anti-Discrimination policies to which this provision applies may be viewed at: http://www.cityofsantacruz.com/index.aspx?page=223 and http://www.codepublishing.com/CA/SantaCruz/?SantaCruz09/SantaCruz0983.html. Copies are available upon request from the City’s Purchasing Division. 17. MacBride Principles and the Peace Charter: City of Santa Cruz Resolution NS-19,378 (7/24/90) encourages all companies doing business in Northern Ireland to abide by the MacBride Principles and Peace Charter.