HomeMy WebLinkAbout1998-06-22 City Council (24)City
" City ofPalo Altl 2
Manager’s Report
TO:HONORABLE CITY COUNCIL
ATTENTION:
FROM:
FINANCE COMMITTEE
CITY MANAGER DEPARTMENT:ADMINISTRATIVE
SERVICES
DATE:JUNE 22, 1998 CMR:273:98
SUBJECT:APPROVAL OF CONSULTANT CONTRACT WITH
TECHWISE CONSULTING, INC. FOR INFORMATION
TECHNOLOGY APPLICATION DEVELOPMENT SERVICES
FOR THE UTILITIES’ CUSTOMER INFORMATION SYSTEM
RECOMMENDATION
Staff recommends that Council approve and authorize the Mayor to execute the attached
consultant contract with TechWise Consulting, Inc., in the amount of$160,000 for consulting
services and application development.
DISCUSSION
Consultant Services Description
The primary responsibility of TechWise Consulting, Inc. will be to assist in the software
acquisition and implementation of the Utilities’ Customer Information System (CIS). The
consultant will provide requirements def’mition, development of test criteria and assistance
with acceptable testing, data modeling and data base conversion plans, application
development services, final inspection and test of the vendor’s installation, and project
installation and implementation support to the CIS. The contract will be managed by the
Manager of Computer Applications within the Information Technology Division of the
Administrative Services Department. The consulting services are funded by the Utilities
Customer Information System Capital Improvement Program (CIP) No. 9357. As part of
the Proposed 1998-99 Budget, this multi-year CIP was increased to include $160,000 for
such consulting services. The current CIP also funds enhancements to the standard software,
and provides for interfaces between the CIS and other City applications.
CMR:273:98 Page 1 of 3
Selection Process
A number of contract progra .tamers and contracting agencies were used on the CIS Project
between 1993 and 1996. In July 1996, Council approved a $124,000 contract with TechWise
Consulting, Inc. for system analysis assistance on the CIS project. The original selection of
TechWise Consulting, Inc. was made in 1996 as the result of a competitive RFP process.
Representatives from Information Technology and Utilities Department reviewed the
proposal and interviewed the candidates. TechWise Consulting, Inc. was selected on the
basis of their technical skills using the PowerBuilder application development tool, Oracle
database management software, and prototyping expertise; previous experience; and ability
to communicateand relate with the Utilities Department staff. In November 1996, staff
informed Council of a change in direction for the Utilities CIS project, switching from in-
house development to purchasing a pre-developed software solution. TechWise Consulting
assisted in the preparation of a request for proposals (RFP) to acquire the CIS software and
the development of comprehensive vendor review criteria. The RFP was distributed and
vendor responses were reviewed. TechWise Consulting was instrumental in this area and its
continued expertise is requested in the remaining phases of the project. The contract with
TechWise is continued under Palo Alto Municipal Code 2.30.140(a)(1) "...involving the
obtaining of professional or specialized services such as...information technology...".
The Information Technology Division has had three critical staff vacancies for well over a
year. Additional assistance in support of the Utilities CIS development and Utilities
development efforts in general are essential.
RESOURCE IMPACT
The attached proposed contract for $160,000 represents continuing a contract with TechWise
Consulting, Inc. for an additional 1,840 hours at $86.50 per hour of systems analysis effort.
The average hourly rate for programmers with the skills required for the CIS project has been
between $75 and $120.
Funds in the amount of $160,000 are included in the Utilities CIS CIP Project (No. 9357) for
fiscal year 1998-99. Consulting assistance on other application development projects will
be funded through the appropriate operating budgets.
POLICY IMPLICATIONS
This report does not propose any change to existing City policies.
ENVIRONMENTAL ASSESSMENT
These services do not constitute a project for the purposes of the California Environmental
Quality Act.
ATTACHMENTS
Attachment: Contract Agreement with TechWise Consulting, Inc.
CMR:273:98 Page 2 of 3
PREPARED BY: .Rob Pound, Manager, Information Technology
DEPARTMENT HEAD APPROVAL:
CARL YEAT~’~Dire. ctor
Administrative Services
CITY MANAGER APPROVAL:
EMIL~i" ~SON
Assistant City Manager
CMR:273:98 Page 3 of 3
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
TECHWISE CONSULTING, INC.
FOR CONSULTING SERVICES
This Contract No. is entered into this day of
, 1998, by and between the CITY OF PALO ALTO, a
chartered city and a municipal corporation of the State of
California ("CITY"), and TechWise Consulting, Inc., a California
corporation ("CONTRACTOR"), located at 391 Henderson Drive, San
Jose, CA 95123 (Taxpayer ID No. 77-0435344).
RECITALS :
WHEREAS, CITY desires certain consulting services
("Services"), as more fully described in Exhibit "A"; and
WHEREAS, CITY desires to engage CONTRACTOR in providing
the Services by reason of CONTRACTOR’s qualifications and
experience in performing such Services, and CONTRACTOR has offered
to provide the Services on the terms and in the manner set forth
herein;
NOgl, 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 shall continue in full force and effect until
June 30, 1999, or as earlier terminated as provided herein. Time
is of the essence of this Contract. The obligation of CONTRACTOR
to perform the Services will commence in accordance with this
Section. It is understood and agreed that the services to be
performed by CONTRACTOR will be in response to the assignment of
responsibilities for the definition of requirements, design,
development, test, implementation, and documentation of the City’s
implementation of Utilities Customer Information System and for
other application development projects requiring fourth generation
development tools.
SECTION 2.
CONTRACTOR
QUALIFICATIONS,STATUS, AND DUTIES OF
2.1 CONTRACTOR represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services. CONTRACTOR further represents and warrants
1
980608 ]ac 0031980
that the project director and every individual charged with the
performance of the Services under this Contract are duly licensed
or certified by the State of California, to the extent such
licensing or certification is required by law to perform the
Services.
2.2 In reliance on the representation and warranty set
forth in Section 2.1, CITY hires CONTRACTOR to perform, and
CONTRACTOR covenants and agrees that it will furnish or cause to be
furnished, the Services.
2.3 Steven K. Orr shall perform all work on behalf of
CONTRACTOR and shall have overall responsibility for the progress
and execution of this Contract for CONTRACTOR.
2.4 CONTRACTOR~represents and warrants that it will:
2.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the due and lawful prosecution of the Services;
2.4.2 Keep i[self reasonably informed of all existing
and future Federal, State of California,~ and local laws,
ordinances, regulations, orders, and decrees which may affect those
engaged or employed under this Contract, any materials used in
CONTRACTOR’s performance under this Contract, or the performance of
the Services;
2.4.3 At all times observe and comply with, and cause
its employees and contractors (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
2.4.4 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 any specifications or provisions of this Contract.
2.5 Any reports, information, data or other material
given to, or prepared or assembled by, CONTRACTOR or its
contractors, if any, under this Contract will become the property
of CITY and will not be made available to any individual or
organization by CONTRACTOR or its contractors, if any, without the
prior written approval of the city manager.
2.6 CONTRACTOR will provide CITY with the electronic
version and required number of originals and copies of the reports,
letters, memos, schedules, drawings, documentation and other
writings, if any, which may be required.
2
980608 ~c 0031980
2.7 If CITY requests additional copies of reports,.
drawings, specifications or any other material which CONTRACTOR is
required to furnish in limited quantities in the performance of
the Services, CONTRACTOR will provide such additional copies and
CITY will compensate CONTRACTOR for its duplication costs.
2.8 CONTRACTOR will be responsible for employing or
engaging all persons necessary to perform the Services. All
contractors of CONTRACTOR will be deemed to be directly controlled
and supervised by CONTRACTOR, which will be responsible for their
performance. If any employee or contractor of CONTRACTOR fails or
refuses to carry out the provisionsof this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or contractor will be discharged immediately from further
performance under this Contract on demand of the project manager°
SECTION 3. DUTIES OF CITY
3.1 The City Manager will represent CITY for all
purposes under this Contract. The Manager of Information
Technology is designated as the project manager for the City
Manager. The project manager will supervise the performance,
progress, and execution of the Services.
3.2 If CITY observes or otherwise becomes aware of any
default in the performance of CONTRACTOR, CITY will use reasonable
efforts to give written notice thereof to CONTRACTOR in a timely
manner.
SECTION 4 - COMPENSATION
4.~ In consideration of the full performance of the
Services by CONTRACTOR, CITY will pay CONTRACTOR the sum of Eighty
Six Dollars and Fifty Cents ($86.50) per hour, payable within
thirty (30) days of submission by CONTRACTOR of its itemized
billings, in triplicate; provided, however, the total sum payable
to CONTRACTOR hereunder will not exceed One Hundred Sixty Thousand
Dollars ($160,000) per fiscal year, including expenses.
SECTION 5. AUDITS
5.1 CONTRACTOR will permit CITY to audit, at any
reasonable time during the te~m of this Contract and for three (3)
years thereafter, CONTRACTOR’s records pertaining to matters
covered by this Contract. CONTRACTOR further agrees to maintain
and retain such records for at least three (3) years after the
expiration or earlier termination of this Contract.
SECTION 6.INDEMNITY
6.1 CONTRACTOR agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
3
980612 lac 0031980
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 CONTRACTOR’s, its
officers’, agents’, subcontractors’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONTRACTOR in the
performance of or failure to perform its obligations under this
Contract.
SECTION 7.WAIVERS
7.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract, or of the provisions of any ordinance or law, will not be
deemed to be a waiver of any other term, covenant, condition,
provisions, ordinance or law, or of any subsequent breach or
violation of thesame or of any other term, covenant, 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 term, covenant, condition or provision of
this Contract or of any applicable law or ordinance.
7.2 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 8. INSURANCE
8.1 CONTRACTOR, 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 "B",
insuring not only CONTRACTOR and its contractors, if any, but also,
with the exception of workers’ compensation, employer’s liability,
and business liability insurance, naming CITY as an additional
insured concerning CONTRACTOR’s performance under this Contract.
8.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Ratinq Guide ratings of
A:VII or higher which are admitted to transact insurance business
in the State of California. Any and all contractors of CONTRACTOR
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
8.3 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
4
980608 |ac 0031980
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 business 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.
8.4 The procuring of such required policy or policies of
insurance will not be construed to limit CONTRACTOR’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONTRACTOR will be obligated for the 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 9. WORKERS’ COMPENSATION
9.1 CONTRACTOR, 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 Services.
SERVICES
SECTION i0. TERMINATION OR SUSPENSION OF CONTRACT OR
i0.I The city manager may suspend the performance of the
Services, in whole or in part, or terminate this Contract, (a) im-
mediately, for. cause, or (b) by giving thirty (30) days’ prior
written notice thereof to CONTRACTOR if no cause for suspension or
termination exists. Upon receipt of such notice, CONTRACTOR will
immediately discontinue its performance of the Services.
10.2 CONTRACTOR may terminate this Contract or suspend
its performance of the Services, in whole or in part, by giving
thirty (30) days’ prior written notice thereof to CITY.
10.3 Upon such suspension or termination by CITY,
CONTRACTOR will be paid for the Services actually rendered to CITY
on or before the effective date of suspension or termination;
provided, however, if this Contract is suspended or terminated on
account of a default by CONTRACTOR, CITY wil! be obligated to
compensate CONTRACTOR only for that portion of the Services which
are of direct and immediate benefit to CITY, as such determination
may be made by the city manager acting in the reasonable exercise
of her discretion.
5
980608 |ac 0031980
10.4 Upon such suspension or termination, CONTRACTOR will
deliver to the city manager immediately any and all copies of
studies, sketches, drawings, computations, and other data, whether
or not completed, prepared by CONTRACTOR or its contractors, if
any, or given to CONTRACTOR or its contractors, if any, in
connection with this Contract. Such materials will become the
property of CITY.
10.5 The failure of CITY to agree with CONTRACTOR’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 CONTRACTOR to fulfill its obligations under this Contract.
SECTION ii.ASSIGNMENT
ii.i This Contract is for the personal services of
CONTRACTOR. Therefore, CONTRACTOR 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 the city manager 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 12.NOTICES
12.1 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 9~303
To
CONTRACTOR:TechWise Consulting, Inc.
391 Henderson Drive
San Jose, CA 95123
SECTION 13.CONFLICT OF INTEREST
13.1 In accepting this Contract, CONTRACTOR 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.
13.2 CONTRACTOR further covenants that, in the
performance of this Contract, it will not employ any contractor or
6
980608 lec 0031980
person having such an interest. CONTRACTOR certifies that no
person who has or will have any financial interest under this
Contract is an officer or employee of CITY; this provision will be
interpreted in accordance with the applicable provisions of the
Palo Alto Municipal Code and the Government Code of the State of ~
California.
SECTION 14. NONDISCRIMINATION
14.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made 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 that
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONTRACTOR 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 "C".
14.2 CONTRACTOR agrees that each contract for services
with an independent provider will contain a provision substantially
as follows:
"[Name of Provider] Will provide CONTRACTOR 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."
14.3 If CONTRACTOR 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
cancel or’suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to acts of
discrimination, as damages for breach of contract, or both. Only
a finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
i~.4 If CONTRACTOR is in default of the nondiscrimination
provisions of this Contract CONTRACTOR will be found in materia!
breach of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
from the amount payable to CONTRACTOR the sum of two hundred fifty
dollars ($250) for each calendar day during which CONTRACTOR is not
7
980608 lac 0031980
in compliance with
contract, or both.
SECTION 15.
this provision as. damages for breach of
MISCELLANEOUS PROVISIONS
15.1 CONTRACTOR represents and warrants that it has
knowledge of the requirements of the 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 public buildings
and accommodations for disabled persons, and relating to facilities
for disabled persons. CONTRACTOR will comply with or ensure by its
advice that compliance with such provisions wil! be effected in the
performance of this Contract.
15.2 This Contract will be governed by the laws of~the
State of California, excluding its conflicts of law.
15.3 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.
15.4 The prevailing party in any action brought to
enforce the provisions of this Contract may.recover its reasonable
costs and attorneys’ fees expended in connection with that action.
15.5 This document represents the entire and integrated
agreement between the parties and supersedes all prior negotia-
tions, representations, and contracts, either written or oral.
This document may be amended only by a written instrument, which is
signed by the parties.
15.6 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
15.7 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and contractors, as the case
may be, of the parties.
15.8 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 wil! remain in full force and effect.
15.9 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
8
980608 l~c 0031980
15.10 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.
15.11 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) at any time within a fiscal
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 15.11 shall take precedence in the event
of a conflict with any other covenant, term, condition, or
provision of this Contract.
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk Mayor
APPROVED AS TO FORM:
Senior Assistant City Attorney
APPROVED:
TECHWISE CONSULTING, INC.
S[even K. Orr, President
Taxpayer’s I.D. No. 77-0435344
Manager of Information
Technology
Director of Administrative
Services
Risk Manager
Attachments:
EXHIBIT "A":
EXHIBIT "B"-
EXHIBIT "C":
SCOPE OF SERVICES
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
9
980608 |~c 0031_980
CERT IFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
On ’~f~-,~:1, i~,.,/~, before me, the undersigned, a notary
~ubli~ in di’ and for said County, personally appeared
~.o ~, ~<. &~. ,- __, personally known to me
(’e ’s ’ t_o~y__e~i~n -~e) to be the
person(s) whose name(s) is/am-~ ~ubscribed to the within instrument,
and acknowledged to me that he/-mbeva~%ey executed the same in
his/~ authorized capacity(ies), and that by his/~
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.
IO
980608~c 0031980
EXHIBIT "A"
SCOPE OF SERVICES
This contract is required to provide continued and consistent
support to the City of Palo Alto’s Utilities Customer Information
System (CIS). The work consists of: definition of requirements;
documentation of process and workflow; generation of
specifications; test plans and scripts for testing; review and
evaluation of vendor proposals for packaged software; participation
on the project implementation team; and additional phases of the
vendor’s application. In addition, the contractor will support
application development in other areas that make use of fourth
generation application development tools, to support staff in the
development of in-house modules.
Ii
980608 la~: 0031980
06/10/1998 13:38 4084451001 JOHN L JESTER
PAGE
INSURANCE SERVICES GROUP,
204 CEDAR STREET
CAMBRIDGE MD 21613
G.PHILIP FELDMAN
INC.
’ , ’ ,:,. ",~+:- 061098
THIS CERT}FICATE IS ISSUED AS A MATI"~=~’6F iI~FORMATiON ONLY ANb
OO~S NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
TEcHWISE CONSULTING, INC COMPANY
391 ~ENDERSON DRIVE
SAN JOSE CA 95123 LE~’ER
KEMPER INSURANCE
CQMPANYLETTIER
’
CERTIFICAI’~ MAY BE ISSUED OR MAY PERTAIN, THE INSURANCI~ AFFORDPD 8Y THE POLlC’I~S DESGRIBI~D HEREIN ’S SUBJECT TO ALL THE TERMS,
EXCLUS’ONS AND OONDITION8 OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN ~EDUOED BY PAID CLAIMS,
"ryP~ oF ,.SU.ANCe
! ~" ICOMMERCIAL GENERAL LIABILITY
..... ~MSMAO~, X ;OCCUR..
~O~R’S & CONTRACTOR’S PROT.
POt_ICY NLIM~"-~
7JJ44921 _,~00
AUTOMOBILE LIAI~ILITY
,ANY AUTO
I~LL OWNED AUTOS
=SOHEDULEG AUTOS
X.-!H’REO AUTO~7JJ4~92~ 5-00i.X_.!NON-OWNED AUTOS
jGAF~GE UABILITY
*UMBR~LA ~RM
OTHER THAN UMBREUA FORM
~S~N~S~ PERSONAL PROPERTY
COMPUTERS
BUSINESS INCOME
WORKER’S COMPENI~ATION
ANO
EMPLOYI~R~;’ UABILITY
i OTHF, L.R’ ’"
I PROPERTY - SPEC
POM~Y EFF’~CTIVE ,PO~.l=~f ~XPIP.~TIONDATE (MM~DD/YY) , DATE (MM!DD/YY) UMIT8
081197 081198
0811 97 0811 98
’ GENERAL AGGREGATE
PFR~ONAL & ADV. IEUuRY ’ $ 1 n n 0~, 0 0 0
, " CHOGCURRENCE $ 1 000" 000
U~T ~ t ~ 000,000
8ODILY INJURY
BOOILY INJURY(Per ac=~d~t,~) ’ ’
PROPERTY DAMAGE .$
$15K, 250D, NO COINSUR.
15K, 250D, NO COINSUR~
D~.~IP~ON OF O~RATIO~ILOCATIONS~EHII~.E~/SpE~AL ITEM8
*~XCEPT 10 DAYS FOR NON-PAYMEN~ OF PREMIUM
.
ADDITIONAL INSURED :
CITY OF PALO ALTO
250 HAMILTON AVE
PALO ALTO, CA 94301
:.,, .. .+.: .+/+~.... ,, ,~ ,.+. ~ ,..~./.~?~ :.:.~.~,;+
SHOULD ANY OF THE ABOv~ D~3CRIBED POLICIES BE ~NCEL~D BEFORE ~E
~XPIRATION DAT~ THEREOF, THE ISSUING COMPANY WILL END~VOR TO
MAIL ~ 0 DAY9 WRI~EN NOTICE TO THE C~RTIFICATE HO~ER N~ED TO ~E
LE~, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGA~ON OR
LIABILITY OF ANY KIND UPON THE COMPANy, ITS AGENTS OR REPRE~ENTATIVE~.
Exhibit B
CERTIFICATION of NONDISCRIMINATION SECTION 410
Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo Alto,
the firm and individuals listed below certifies 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 all Federal, State and local directives and executive orders
regarding nondiscrimination in employment; and that they agree to demonstrate positively and
aggressively the principle of equal opportunity in employment.
The Bidder agrees specifically:
1.0 To establish or observe employment policies which affirmatively promote
opportunities for minority persons at all job levels.
2.0 To communicate this policy to all persons concerned, including all employees,
outside recruiting services, especially those serving minority communities, and to
the minority communities at large.
3.0 To take affirmative action steps to hire minority employees within the organization.
4.0 To be knowledgeable of the lo.cal, state, and federal laws and regulations
concerning affirmative action policies and provide opportunities for employees.
Firm:, .~.4:_--DATE: ~;/~,,,/’~3>
Title of Officer Si
Signature
Please include any additional information available regarding equal opportunity employment
programs now in effect within your company.
(Please attach additional pages if necessary)
END OF SECTION
CITY of PALO ALTO: Non-discrimination (6/94)SECTION 410-1
EXHIBIT C