HomeMy WebLinkAbout1997-06-23 City Council (43)BUDGET 1997-98
City of Polo Alto
C ty Manager’s Report
23
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: UTILITIES
AGENDA DATE: June 23, 1997 CMR:286:97
SUBJECT:Award of Agreement to Sure Flow, Inc., D.B.A. ROTO-
ROOTER, for Sewer Lateral Cleaning Services
REQUEST
This is a request for approval of an Agreement with Sure Flow, Inc., D.B.A. Roto-Rooter,
in an amount not to exceed $100,000 for sewer lateral cleaning services for fiscal year 1997-
1998.
RECOMMENDATIONS
Staff recommends that Council approve and authorize the Mayor to execute the attached
Agreement with Sure Flow, Inc., D.B.A. Roto-Rooter, in an amount not to exceed $100,000
for cleaning City sewer laterals.
POLICY IMPLICATIONS
The award of this Agreement is consistent with existing policies. "
EXECUTIVE SUMMARY
Project Description
The work to be performed under the Agreement is for clearing City sewer laterals in response
to reports of blockages by residents and businesses in Palo Alto. This work has been
contracted out since FY 1989-1990. The present Agreement, with Sure Flow, Inc., D.B.A.
Roto Rooter, expires on June 30, 1997. Approval of this Agreement will permit blockages
of City sewer laterals to be cleared by the contractor at a specified per-call rate of $38.00,
except in those instances where the Contractor additionally performs work for the customer,
and the applicable charge to the City will be a discounted rate of $20.00 per call. The total
CMR:286:97 Page 1 of 3
cost of all services under this Agreement is estimated not to exceed $100,000.
represents no increase over current budgeted levels.
This
Bid Process
A request for quotes for sewer lateral cleaning services was sent on April 10, 1997 to ten
contractors. The minimum standard quote period of 26 days was judged sufficient for this
relatively uncomplicated project. On May 6, 1997, quotes were received from two qualified
contractors, as shown on the attached quote summary (Attachment A). Of the contractors
not responding, two indicated that they did not submit a quote because they had failed to mail
their quotes on time, one contractor (though confLrming that the RFQ packet had been mailed
to the correct address) stated that he had not received the RFQ, and two others failed to return
staff’s calls.
Quoted prices were evaluated based on an assumed mix of undiscounted and discounted
calls. Quotes ranged from a high of $38.00 per undiscounted call and $20.00 per discounted
call to a low quote of $42.00 per undiscounted call and $0.00 per discounted call. The high
quote is approximately 2.6 percent above the low quote and is within the range of the staff
estimate. The estimated cost differential between the two quotes is less than $200.00 per
month.
Because each vendor’s quote consists of several different prices for different sorts of service
calls, a comparison of the two quotes necessarily depends upon a statistical analysis based
upon past experience relative to the mix of the different kinds of calls. The resulting quote
comparison is thus a "best estimate," and it is possible that the actual difference between the
two vendors’ quotes could be somewhat less or somewhat more than the 2.6 percent figure
cited above.
Both vendors have held this contract in the past, and the City’s experience with Sure Flow,
Inc., D.B.A. Roto Rooter, is satisfactory. Utilities staff had to spend considerably more
time investigating, mediating, and resolving customer complaints when the second vendor,
the low bidder, held the contract. Additionally, City staffwere more often required to assist
the low bidder in such field tasks as locating clean-outs and opening clean-out lids. "
Staff has considered these factors and reviewed all quotes submitted and recommends that
the quote of $38.00 and $20.00 submitted by Sure Flow, Inc., D.B.A. Roto:Rooter, be
accepted and that Sure Flow, Inc., D.B.A. Roto-Rooter, be declared the lowest responsible
bidder.
CMR:286:97 ~Page 2 of 3
FISCAL IMPACT
Funds for this project are included in the proposed FY 1997-1998 Utilities Operating budget.
ENVIRONMENTAL ASSESSMENT
This project is categorically exempt
environmental review is necessary.
ATTACHMENTS
Attachment A:
Attachment B:
PREPARED BY:
Quote Summary
Agreement
DEPARTMENT HEAD REVIEW:
from the provisions of CEQA and no further
CITY MANAGER APPROVAL:
Roger Niclas, Supervisor
Utilities Meter Reading and Field Services
.
~¢City Manager ~/"
CMR:286:97 Page 3 of 3
BY THIS AGREEMENT MADE AND ENTERED INTO ON THE
BY AND BETWEEN THE CITY OF PALO ALTO "CITY", AND
Sure Flow; Inc. DBA Rnto-Rooter; A California
(ADDRESS) ]205 Chrysler Drive; Menlo Park (C~TY)
CaliForms PPJNT SERVICES. INC., FHONE: 1408) 926-3676,1:.~ 1408192&2472
AGNEENENT NO,
DAY OF
Corporation
1-J’DATE TO BE ENTERED9__ ~.BY CITY PURCHASING
(zip) 94025 (PHONE~15-968-59~
"CONTRACTOR" IN CONSIDERATION OF THEIR MUTUAL COVENANTS, THE PARTIES HERETO AGREE AS FOLLOWS:
" CONTRACTOR SHALL PROVIDE OR FURNISH THE FOLLOWING SPECIFIED 1) GOODS AND MATERIALS, 2) SERVICES OR 3) A COMBINATION
THEREOF AS SPECIFIED IN THE EXHIBITS NAMED BELOW AND ATTACHED HERETO AND INCORPORATED HEREIN BY THIS REFERENCE:
TITLE: (DESCRIPTION)
Respond to sewer back-up calls on behalf of the City of Palo Alto Utilities Department.
The service to be performed is to clear any blockage along a sewer lateral between the
City’s clean-out and the sewer main. Service further described in Exhibit A.
EXHIBITS THE FOLLOWING All’ACHED EXHIBITS HEREBY ARE MADE PART OF THIS AGREEMENT:
Exhibit A
TERM THE SERVICES AND/OR MATERIALS FURNISHED UNDER THIS AGREEMENT SHALL COMMENCE ON
June 30, 1998.AND SHALL BE COMPLETED BEFORE
COMPENSATIONFOR THE FULL PERFORMANCE OF THIS AGREEMENT:Per Exhibit A.
X-] CITY SHALL PAY CONTRACTOR:
[~] CONTRACTOR SHALL PAY CITY:
PAYMENT RECORD (DEPARTMENT USE REVERSE SIDE)
CITY ACCOUNT NUMBER:
July 1, 1997
@
®
KEY CODE OBJECT PROJECT PHASE NO. I DOLLAR AMOUNT
27 250 290.3199
1100’000"00
GENERAL TERMS AND CONDITIONS ARE INCLUDED ON BOTH SIDES OF THIS AGREEMENT.
THIS AGREEMENT SHALL BECOME EFFECTIVE UPON ITS APPROVAL AND EXECUTION BY CITY. IN WITNESS THEREOF, THE PARTIES HAVE EXECUTED THIS
AGREEMENT THE DAY, MONTH, AND YEAR FIRST WRII-rEN ABOVE.
HOLD HARMLESS. CONTRACTOR agrees to indemnify, defend and hold harmless CITY, its Council Members, officers, employees, and agents from any and all demands,
claims or liability of any nature, including wrongful death, caused by or arising out of CONTRACTOR’S, its officers’, directors’, employees’ or agents’ negligent acts, errors,
or omissions, or willful misconduct, or conduct for which the law imposes strict liability on CONTRACTOR in the periormance oI or failure to perform this agreement by
CONTRACTOR.
ENTIRE ABREEMENT. This agreement and the terms and conditions on the reverse hereof represent the entire agreement between the parties with respect to the purchase
and sale of the goods, equipment, materials or supplies or payment for services which may be the subject of this agreement. All prior agreeme=representations,statements, negotiations and undertakings whether oral or written are superseded hereby.
PROJECT MANAGER AND REPRESENTATIVE FOR C~TY
NAME Rager Niclas BY
DEPT. Hti I i tieS ¯ TITLE
P.O. BOX 10250 ’SOCIAL SECI
PALO ALTO, CA 94303 OR I.R.S. NI
Telephone 415 - 3 2 9 - 2479
iNVOICING SEND ALL INVOICES TO THE CITY, ATTN: PROJECT MANAGER
CITY OF PALO ALTO APPROVALS: (ROUTE FOR SIGNATURES ACCORDING TO NUMBERS IN APPROVAL BOXES BELOW)
CITY DEPARTMENT I--IFunds Have Been FINANCE RISK MANAGER PURCHASING & CONTRACT ADMINISTRATIO[~~ Budgeted
!(1 ) (2) (3) (4)
IF OVER $5.,000, REQUIRES CITY MANAGER’S SIGNATURE ! IF OVER $25,000, REQUIRES MAYOR AND CITY ATTORNEY SIGNATURES
b
City of Palo Alto - Purchasing & Contract Administration = Request For Quotation
" City of Palo Alto
Purchasing & Contract Administration
250 Hamilton Avenue, P.O. Box 10250
Palo Alto, California 94303
Note:Facsimile responses are welcomed when literature and original (hard copy)
signature are followed via mail.
Quotations may be Fax’d to: (415) 329-2468.
TO: PURCHASING & CONTRACT ADMINISTRATION
In response to the RFQ for Sewer Lateral Cleaning, the undersigned proposes to
furnish and deliver to the City of Palo Alto the material as specified herein and on
file in the office of the Manager of Purchasing & Contract Administration of the
City of Palo Alto at prices stated in the following proposal form:
DESCRIPTION:
Sewer back-up cleaning as required according to the scope of work and
services below. The rates charged below relate to sewer lateral clearance.
Specifically, the service to be performed is to clear any blockage along a
sewer lateral between the City’s "clean-out" and the sewer main.
Include all applicable taxesin any price quotations.
1.Basic Fee to Perform Service described herein
Discounted fee to perform service when
contractor also performs sewer lateral
cleanout services directly for occupant of
dwelling as described herein:
Fee to perform service when Contractor is
required to utilize customer’s roof vent
because of absence or unavailable cleanout
as described herein:
(price per ~
(price per "~., 0 ~ ~
$ ~
(price per ~,,.~.~O
City ofPalo Alto - RFQ (Rev.3/96)Page 2
SPECIFICATIONS FOR SEWER LATERAL CLEANING
Fee for applying disinfectant when directed
as described herein:
Fee for protecting storm drains as described
herein:
Cit~/ of Palo Alto
(price per )
(price per ~.-~,~!)
TERMS OF SALE:
Bid Specifications
Sewer Lateral Cleaning Contract
FY 1997-98
BACKGROUND
The Palo Alto Utilities Department presently uses a contractors to respond to citizen calls regarding
sewer back-ups. This contractor is dispatched to the location to clear City laterals from the City’s
"clean-out" to the sewer main. The program has worked effectively, and is being continued. This
bid will be used to select the contractor(s) who will perform these services for Fiscal Year 1997-
1998, and has the potential for being renewed for up to two (2) additional years. Quotations received
will be evaluated with respect.to several performance-related criteria, as well as by cost.
On an average, the City receives approximately 275 sewer-related calls per month which will be
covered by this contract. Response time is a significant factor; currently, response time is typically
under an hour, and considerably less in those cases where flooding is occurring in a dwelling. The
ability to maintain these response times is a significant criterion for the award of the contract(s).
Contractor(s) must have sufficient personnel and equipment resources to respond in such a timely
manner.
Upon arrival at the location, the Contractor(s)’s responsibili.ty is to rod the sewer lateral from the
city’s clean-out to the sewer main. As far as the sewer main itself, this will remain the responsibility
of the City’s Sewer Department field forces. Contractor(s) will not clean sewer mains. With regard
to the section of the lateral between the City’s clean-out and the dwelling, this remains-the
responsibility ofthe customer, who will continue to select a plumbing company to clear the blockage,
at the ~ expense.
Records indicate that approximately one-third of sewer back-ups are on the customer’s side of the
clean-out. Therefore, approximately one-third Of your trips to a Palo Alto residence have the
potential to result in two separate transactions: one for the City, and .one for the resident. The
contractor(s) selected to perform this contract are not precluded from doing this work for the
customer, and, in fact, because they are already on-site, may in many cases be the plumber the
RFQ: U’dl~es -Sewer Lateral Cleaning 1997-98 Page 3
¯ SPECIFICATIONS FOR SEWER LATERAL CLEANING City of Palo Alto
customer selects. In this case, the contractor must obtain the agreement of the customer to perform
the work and to bear responsibility for the costs of cleaning the customer’s lateral. In order to avoid
misunderstandings, in all such cases, contractor(s)’s invoice to the City must contain the notation
that the customer’s agreement was obtained.
The opportunity to bill additional work in some cases is the rationale behind the discount to the city
in these instances.
Prior experience as a contractor to the City of Palo Alto will also be a factor in evaluation of bids.
All City contractors are required to carry sufficient general liability, automobile liability, and Worker’s
Compensation insurance. See Section 00600, Insurance Requirements.
The criteria above will be uset:l to select One pdmary contractor or one pdmary contractor and a
"secondary contractor" for Fiscal Year 1997-1998, with the potential for renewal annually for two
additional years..The total aggregate amount of compensation will not exceed $100,000 in Fiscal
Year 1997-1998.
Because the City may receive damage claims as a result of sewer back-ups, the ability of
contractor(s) to supply sufficient information to the City to evaluate such claims will be an
important factor in selection. Normally, such information will consist of the odginal invoice. To
facilitate retrieval, bills to the City should be annotated with the address at which work was
performed, in addition to being accompanied by the odginal invoice, which should contain, at a
minimum, notations to indicate whether the stoppage was on the City’s or the Customer’s side
of the lateral, and the cause of the stoppage, if any.
Can you provide such information?.._~’.-~ (Yes/No)
In addition to the rate information requested herein, please provide the following information to
be used in evaluating your quotation:
o
o
Number of years in business at
current location:
Number of years in business under
business name:
Average number of service vehicles in
operation between the hours of 7:00
AM and 9:00 PM weekdays:
Average number of service vehicles in
operation between the hours of 7:00
AM and 9:00 PM on weekends and
holidays:
o
RFQ: UtJl~es - Sewer Lateral Cleaning 1997-98 Page 4
SPECIFICATIONS FOR SEWER LATERAL CLEANING City of Palo Alto
5.Number of Vehicles which are:
o
o
A. Company owned:
B. Employee owned:
Will all vehicles employed in the duties
covered by this contract be covered
by the Contractors’ liability insurance
policies, regardless of the ownership
of the vehicle? (Explain differences)
State Contract number and effective
dates of any contract you hold or held
with the City of Palo Alto.
ls contract still in force?
State your capability to sandbag storm
drains:
Comments:Provide below, your current method of handling, procedure, or ability to comply.
Use additional pages if necessary. Pdnt or use typewriter please.
Contractor must have the capability of
responding to as many as 475 (with a
monthly average of 275) .calls per
month.
Contractor must respond to 90% of all
calls within one hour of receipt.
RFQ: U’dlities - Sewer Lateral Cleaning 1997-98 Page 5
SPECIFICATIONS FOR SEWER LATERAL CLEANING City of Palo.AIto
3.Contractor must respond to 99% of
calls where sewage is backing up
inside the customers premises within
30 minutes of receipt.
Contractor must use the largest
appropriate diameter cutter blade
(with a required minimum of 2-inch
"doubles") for removing roots from
laterals.
o In the event that an appropriate-
diameter cutter blade cannot be run
through the lateral, contractor will take
appropriate action to alleviate the
immediate blockage by running a one-
inch "snake" through the lateral and
will subsequently notify City Water- "
Gas-Wastewater staff of the inability
to properly clear the line, so that City
crews may take proper follow-up
action.
Contractor must supply a single,
itemized invoice to the City at least
once monthly, with a supporting copy
of the individual bill for each call
attached.
Provide sample o~ invoice.
Contractor personnel must be clearly
identifiable (by uniform and by virtue
of utilizing clearly marked vehicles)
when responding to City-dispatched
calls.
3.
RFQ: Utilities - Sewer Lateral Cleaning 1997-98 Page 6
BIDDER’S SIGNATURE PAGE SECTION 305
Sewer Lateral Cleaning 1997-98
The undersigned hereby certifies that, directly or indirectly, they or their representatives and agents
have not colluded with other parties interested in this Notice Inviting Formal Bids.
Bidder is a:
J~]/~alifornia Corporation, or a E] California Limited Liability Company, or a
[] Corporation organized under the laws of the State of,
head offices located at
and offices in California at
(Attach addendum if necessary)
JE] Sole Proprietorship including any fictitious business names (i.e., "dba"), or a
[] Partnership ¯(list names of partners; state which partner or partners are
managing partner(s). (Attach addendum).
[] Other (Attach addendum specifying details).
Address #1 :
City:
Fax No~
Contractor ~cense #/Type:
Name of Contac~Person:!/
I</f/
/
Must be,_sarp._ e signature as wil~ppear on Contract.
//." Sig nature of/O ffic~r~Wne r:
Address #2:
State, Zip: L/’?~
Telephone.’
IRS 1:
Telephone:
End of Section
CITY OF PALO ALTO; Signature Page (Rev.4/96)SECTION 305-1
ACKNOWLEDGEMENT OF ADDENDA SECTION 310
During the Bid process there may be changes to the Bid documents which would
require an issuance of an Addendum or Addenda. To assure that all Bidders
receive the update or change Addendum, the following acknowledgement and
sign-off is required.
NOTE: Failure to execute the following may be considered as an irregularity
in the Bid. Receipt of the following Addendum is acknowledged. The Bidder
acknowledges that the information contained in the addendum has been
considered in the preparation of this Bid.
Addendum No. (Nones), (1~), (2~), (3m), (4____), (5~)
(Check appropriate space/number above)
~SignatLLre~dder
Company
A copy of the contractor’s license asdescribed in SECTION 00300 shall be
attached to the Signature Page, (SECTION 00305) of the NIFB.
END OF SECTION
CITY OF PALO ALTO: Acknowledgement Page (REVo6/94)SECTION 310-1
CERTIFICATION of NONDISCRIMINATION City of Palo Alto
Project: Sewer Lateral Cleaning 1997-98
Certification of Nondiscriminatiorl: 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 odgin, 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 minodty persons at all job levels.
2:0 To communicate this policy to all persons concerned, including all employees,
¯ outside recruiting services, especially those serving minodty communities, and to the
minodty communities at large.
3.0 To take affirmative action st6ps to hire minority employees within the organization.
Firm
4.0 To be knov~edgeable of the local, state, and federal laws and regulations concerning
affirmative action policies and provide opportunities for employees.
DATE: ~/- ~/" #’,,2
Title of Officer S
Please include any additional information available
programs now in effect within .your company.
regarding equal opportuni~employment
(Please attach additional pages if necessary)
END OF SECTION
CITY of PALO ALTO: NomdiscdminaSon (12/96)Page -1 of 1
SUPPLEMENTAL FORMS - REQUIRED INFORMATION
I. This section must be completed. MINORITY BUSINESS ENTERPRISES. Non-,completion
indicates "is not". MINORITY/WOMENIDISADVANTAGED BUSINESS ENTERPRISE. Vendor is
~ is not ~ a Minority or Women or Disadvantaged Business Enterprise, M/W/DBE.
(A Minority Business Enterprise is defined as a "business, .privately or publicly owned, at least 51% of which is owned
by minority group members." For the purpose of this definition, minority group members includes African - Americans,
Hispanics, Asian Americans, American Indian or Alaskan Natives, or Women.)
I1. This section must be completed. Non-completion indicates "is not". SMALL BUSINESS.
Vendor is ~, is not e small business (~oncern. (A small business concern for the purpose
of this, procurement is e concern, including its affiliates, which is independently owned and operate~l, is not dominant
in the field of operations in which it is contracting, and can further qualify under the criteria concerning number of
employees, average annual receipts, or other criteria as a result of Public Law 95-507 amending the Small Business
Act of 1958.)
Iii. This section applies only to construction projects..C_gJ33J~Ji~3~ with the Americans with
Disabilities Act (ADA) of 1990. The Contractor, by signature herein, indicates that all new
construction commencing after January 26, 1992, shall be made readily accessible and properly
signed to the maximum extent feasible in compliance with ADA.
IV. This section applies to all suppliers and contractors as required. The Supplier or Contractor
shall comply with Executive Order No. 11246, entitled "Equal Employment Opportunity," as
amended by Executive Order No. 11375, and as supplemented in Department of Labor
Regulations (41 CFR, Part 60).
V. This section.applies to all suppliers and contractors. The Contractor represents that it
has not retained a person to solicit or secure a City contract upon an agreement or
understanding for a commission, percentage, brokerage, or contingent fee, except for retention
of bona fide employees or bona fide established commercial selling agencies for the purpose
of securing business.
Further, the Contractor or supplier represents that it hasnot knowingly influenced and promises
that it will not knowingly influence a City’ employee or former city employee to breach any
ethical standards.set forth in the Palo Alto Municipal Code or any of the State of California
procurement regulations..
Vendor’s represehtative concerning any of>thee above information in sections I-V~:
Signature herein, (Bidder’s Signature..p~ge)-~f-t~s document implies compliance.
END OF SECTION
CITY of PALO ALTO: Required Info (61941
PART II - EXPERIENCE and FINANCIAL QUALIFICATIONS
The following information concerning the experience and financial qualifications of the
Contractor are a required part of the Bid. The information is certified correct by signature
herein.
PROJECT NAME:Sewer Cleaning 1997~98
Name of Company:
Phone Number:
Nameof Insurance Carrier: /~, ~,~" ,..~- ~’~,,,//,~; ~.~.,"
Phone Number:
Policy Number: 6’
3.1
How many years have you (or your firm) done business under the name listed above?
How many years experience have you (or your firm) had Which is similar in nature to
the work covered in the .Bid?
I~rovide relevant references of contracts satisfactorily completed in the last three 13)
years:
3a. ~.P,~_j~i.~m e nt Contract Amount Age, ZZcv Phon~#
3b. Year.Eaui.oment Contract Amount Agency Phone
3C..Year EauiDment Contract Amount Agency Phon~ j~
(Please provide additional sl~eets if necessarY)" /’ "
Have you (or your firm) previously worked for the City of Palo Alto? ~,/~Yes ~No
(.If yes, please list above or provide additional sheets if necessary)
CITY of PALO ALTO; Exper/Fin Questions (6/94}SECTION 420-1
PART II - EXPERIENCE and FINANCIAL QUALIFICATIONS
o Provide a list of the Project’s management staff of the bidder who will manage the
proposed work as may be required herein:
Name Years of Exoerience Field of Ex.oertise/(~i~.oabilities
~-7~-~ ~-,4~ /,>,, ~..,, Z ds ~ .~..~;~.,~’;., ~..; .." ~,..~.~.__,.
x?,...- .--’~ x:;....-~-~k’,,...--.7.-;.,.~-;7 /,-,.-4---,, --,-/,,....4
(Please pro.vide additional sheets if necessary)
(Vendor)/(Person to Contact) /
(Phone)(Date)
END OF SECTION
CITY of PALO ALTO: Exper/Fin Questions (6/94)SECTION 420-2
PRODUCF..q IHI~ (~P.HItPIGAIP- IS ISSUP..~ A5 A MAI I~.R Of- INPO~’-~MATIONCONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATEArthur J. Gallagher-Pleasanton
4301 Hacienda Drive #300
P.O. Box 9101
Pleasanton, CA 94566-9101
510-460-9900
~NSURED
Sure Flow, Inc dba Roto Rooter
1205 Chrysler Drive
Atn= Mr Jack King
Menlo Park
CA g4025
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
~ POLICIES BELOW.
COMPANIES AFFORDINGCOVERAGE
COI~ANY
LETTER A AI lianz Insurance Co,
A I U Insurance Co.
LETTER C New Hampshire Ins. Group
LETTER D Granite State Ins. Co.
LETT~E
THIS IS TO CERTIFY THA T THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED N;~MED ABOVE FOR THE POLICY PERIOD
tNDICA TED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER OOCLk4ENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TEI~4S.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. L~ITS SHOWNMAY HAVE BEEN REDUCED BY PAID CLAMS.
co TYP~O~ II~ANCE POI.IOYNUMI~ POLIOYE~F1EOTIV~ PO~.IOY EXPIRATION LIMITSLTTDAT~ (MMI(~O/Y~ DATE (~AIdlOOIY~
C CPP5129314 4/01/97 4/01/98
D
GENERAL LIABILITY
A~fl’O ~ IL.~ LIAGiLn’Y
~ ANY AUTO
ALL OWHED AUTOS
~ SCHEOULED AUTOS
__~_XI HIRED AUTOS
.._~.~ I NOH-OWNED AUTOS
~! ~GE LIABILITY
[XCE~ LIA~ILrrY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORJ~R’a COMI~F~ATK)~
CA5129315
BE9327913
WCN219514
4101197
410119.7
110119.7
4101198
4/01/98
1101198
DENERAL AUGREUATE I$
PR00UCTS-C(~4P/0P AUG.I $
PERSON.~L & ADV. INJURY $
EACH OCCURRENCE $
FIRE DAMAOE lay one firel $
MUD. EXPENSE fAn~/one perso~ $
C~BINED SINGLE ~LIMIT
BODILY INJU~
(Per perso~
BODILY INJU~ ~(Per accidenO
PROPZRTY D~GE ~
EACH OCCURRENCE
AGGREGATE
~c. ~ccmmt
OiSEASE-EAC, EmPL~EE
2000000
1000000
1000000
1000000
50000
5000
1000000
$
$10000000
$10000000
s 1000000
s 1000000
$ 1000000
DESCRIPTION OF OF~RATIONSJLO~ATIO~VEHI~SP~¢IAL IT~MS
City of Paid Alto is additional insured per’CG2010.
RE: All work performed by or on behal~ of the named insured.
City Of Paid Alto
Attn: Utilities Dept.
250 Hamilton Ave., 2nd Floor
P, o A,te, CA+94301 .
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 30 DAYSWRITTENNOTICETOTHECERTIFICATEHOLDERNAMEDTOTHE
LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IVlPOSE NO OBLIGATION OR
LIABLITY OF ANY KIND UPON THE COMP=ANY.IT S AGENTS OR REPRESENT ATWES,
POLICY NUMBER: CPP5129314 COMMERCIAL GENERAL LIABILI
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - FORM B
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization
The City of Palo Alto
RE: All operations
(If no entry appears above, information required to complete this endorsement will be shown
in the Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured as an insured the
person or organization shown in the Schedule, but oniy with respect to liability arising out of.
"your work" for that insured by or for you.
CG 20 10 11-85 Copyright, Insurance Services Office, Inc., 1984