HomeMy WebLinkAbout1997-08-11 City Council (22)City of Palo Alto
C ty Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER ’DEPARTMENT: PUBLIC WORKS
AGENDA DATE: AUGUST 11, 1997 CMR:358:97
SUBJECT:APPROVAL OF AGREEMENT WITH THOMAS S. BARRON,
CONSULTING ENGINEER, FOR INDUSTRIAL
WASTEWATER DISCHARGE EVALUATION FOR THE
REGIONAL WATER QUALITY CONTROL PLANT
REOUEST
This report requests Council approval, of an agreement with Thomas S. Barron, a
consulting engineer, in the amount of $90,000 for assistance in evaluating industrial
processes, practices, and data to determine compliance status, methods of reducing
pollutant loads, and related tasks..
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached agreement with Thomas
S. Barron in the amount of $90,000 for assistance in evaluating industrial
wastewater discharges.
Authorize the City Manager or her designee to negotiate and execute amendments
for services related to or incidental to the scope of work or services, the total value
of which amendments shall not exceed $13,000 during the first year of the
agreement.
Authorize the City Manager or her designee to extend the agreement for two
additional years, for $90,000 in each year, provided that the work is satisfactory,
the need exists, and funds are appropriated during the subsequent years’ budget.
Authorize the City Manger or her designee to negotiate and execute amendments
for services, the total value of which shall not exceed $13,000 during the second
ClVIR:358:97 Page 1 of 3
year, and $13,000 during the third year of the agreement, provided the agreement
is extended for those years.
POLICY IMPLICATIONS
This report does not represent a change to existing City policy.
EXECUTIVE SUMMARY ’
Engineering consultant services are needed to assist Regional Water Quality Control Plant
(RWQCP) staff in evaluating industrial processes, practices, and data to determine
compliance status, methods of reducing pollutant loadings, and trend analysis. These tasks
are part of the larger effort to reduce pollutants flowing to the RWQCP from industrial,
small business, and residential sources. This source control work is needed to insure that
the treated wastewater, air emissions, and incinerator ash from the Plant are all within
regulatory requirements and reduced to the maximum extent practical.
Solicitation Process
Seventeen requests for proposals were mailed out and three responses were received.
More responses were not received because of the highly specialized nature of the work.
A major focus of.the work is on metal plating facilities and printed circuit board shops.
Extensive experience in water pollution prevention at these facilities was required.
All three teams submitting proposals were interviewed by three staff members of the
RWQCP. The contract will be administered onLa time and materials basis, and the hourly
rates of the consultant teams were comparable. However, Thomas S. Barron had greater
experience and in-depth knowledge with respect to the major industrial facilities of
concern, and is therefore being selected. Mr. Barron’s experience at printed circuit.board
facilities and his experience in interpreting the City’s Ordinance was greater than the
competing contractors.
FISCAL IMPACT
Funds are available in the Wastewater Treatment Fund FY 1997-1998 operating budget.
ENVIRONMENTAL ASSESSMENT
The assistance prov!ded to the City pursuant to this agreement does not constitute a project
under the California Environmental Quality Act. Therefore an environmental assessment
is not required.
Agreement between the City of Palo Alto and Thomas S. Barron for consultant services.
PREPARED BY: Philip Bobel, Manager, Environmental Compliance Division
CMR:358:97 Page 2 of 3
DEPARTMENT HEAD REVIEW:
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
Assistant City Manager
CMR:358:97 Page 3 of 3
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
THOMAS S. BARRON
FOR CONSULTING SERVICES
This Contract No..is entered into ,
by and between the CITY OF PALO ALTO, a chartered city and a
municipal corporation of th4 State of California ("CITY"), and
THOMAS S. BARRON, a sole proprietor, located at 3351 Beechwood
Drive, Lafayette, CA 94549 ("CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain professional consulting
services ("Services") and the preparation and delivery of, without
limitation, one or more sets of documents, drawings, maps, plans,
designs, data, calculations, surveys, specifications, schedules or
other writings ("Deliverables") (Services and Deliverables are,
collectively, the "Project"), as more fully described in Exhibit "A";
and
WHEREAS, CITY desires to engage CONSULTANT, including its
employees, if any, in providing the Services by reason of its
qualifications and~ experience in performing the Services, and
CONSULTANT has offered to complete the Project on the terms and in
the manner set forth herein;
NOW, THEREFORE, in consideration.of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
SECTION i. TERM
i.i This Contract will commence on the date of its
execution by CITY, and will terminate upon the completion of the
Project, unless this Contract is earlier terminated by CITY. Upon
the receipt of CITY’s notice to proceed, CONSULTANT will commence
work on the initial and subsequent-Project tasks in accordance with
the time schedule set forth in Exhibit "A". Time is of the essence
of this Contract. In the event that the Project is not .completed
within the time required through any fault of CONSULTANT, CITY’s
city manager will. have the option of extending the~time schedule
for any period of time. This provision will not.preclude the
recovery of damages for delay caused by CONSULTANT.
SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS
2.1 The scope of Services and Deliverables constituting
the Project will be performed, delivered or executed by CONSULTANT
under the phases of the Basic Services as described below.
2.2 CITY may ordersubstantial changes in the scope or
character of the Basic Services, the Deliverables, or the Project,
970806 ~yn 0071258
either decreasing or increasing the amount of work required of
CONSULTANT. In the event that such changes are ordered, subject to
the approval of CITY’s City Council, as may be required, CONSULTANT
will be entitled to full compensation for all work performed prior
to CONSULTANT’s receipt of the notice of change and further will be
entitled to an extension of the time schedule. Any increase in
compensation for substantial changes will be determined in
accordance with the provisions of this Contract. CITY will not be
liable for the cost or payment of any change in work, unless the
amount of additional compensation attributable to the change in
work is agreed to, in writing, by CITY before CONSULTANT commences
the.performance of any such change in work.
2.3 Where the Project entails the drafting and
submission of Deliverables, for example, construction plans,
drawings, and specifications, any and all errors, omissions, or
ambiguities in the Deliverables, which are discovered by ~CITY
before invitations to bid on a construction project (for which the
Deliverables are required) are distributed by CITY, will be
corrected by CONSULTANT at no cost to CITY, provided CITY gives
notice to CONSULTANT.
SECTION 3. QUALIFICATIONS, STATUS, AND DUTIES OF
CONSULTANT
3.1 CONSULTANT represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services and Deliverables. CONSULTANT further
represents and warrants that the project director and every
individual, including any consultant (including CONSULTANTs),
charged with the performance of the Services are duly licensed or
certified by the State of California, tO the extent such licensing
or certification is required by law to performthe Services, and
that the Project will be executed by them or under their
supervision. CONSULTANT will furnish to CITY for approval, prior
to execution of this Contract, a list of all individuals and the
names of their employers or principals to be employed as
consultants.
3.2 In reliance on the representations and warranties
set forth in this Contract, CITY hires CONSULTANT to execute, and
CONSULTANT covenants and agrees that it will execute or cause to be
executed, the Project.
3.3 CONSULTANT will assign THOMAS S. BARRON as the
project director to have supervisory responsibility for the
performance, progress, and execution of the Project and as the
project coordinator who will represent CONSULTANT during the day-
tooday work on the Project. If circumstances or conditions
subsequent to the execution of this Contract cause the substitution
of the project director or project coordinator for any reason, the
appointment of a substitute project director or substitute project
coordinator will be subject to the prior written approval of the
project manager.
970806 syn 0071258
2
3.4 CONSULTANT represents and warrants that it will:
3.4.1 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 Project;
3.4.2 Keep itself fully 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 and any materials used in CONSULTANT’s
performance of the Services;
3.4.3 At all times observe and comply with, and cause
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances, regulations, orders and decrees mentioned above; and
3.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned-above
in relation to the Deliverables.
3.5 Any Deliverables given to, or prepared or assembled
by, CONSULTANT or its consultants, if any, under this Contract will
become the property of CITY. Notwithstanding the foregoing,
CONSULTANT may retain, for reference purposes, paper and electronic
copies of each document prepared by CONSULTANT hereunder. Subject
to the requirements of this Agreement, CONSULTANT shall also have
the right to use the information contained in each such document on
CONSULTANT’s projects that are not related to this Agreement°
3.6 CONSULTANT will provide CITY with.five (5) copies of
any documents which are a part of the Deliverables upon their
completion and acceptance by CITY.
3.7 If CITY requests additional copies of any documents
which are a part of the Deliverables, CONSULTANT will provide such
additional copies-and CITY will compensate CONSULTANT for its
duplicating costs.
3.8 CONSULTANT will be responsible for employing or
engaging all persons necessary to execute the Project. All
consultants of CONSULTANT will be deemed to be directly controlled
and supervised by CONSULTANT, which will be responsible for their
performance. If any employee or consultant of CONSULTANT fails or
refuses to carryout the provisions of this Contract or appears to
be incompetent~-or to act in a disorderly or improper manner, the
employee or consultant will be discharged immediately from further
performance under this Contract on demand of the project manager.
3.9 In the execution of the Project, CONSULTANT and its
consultants, if any, will at all times be considered independent
contractors and not agents or employees of CITY.
¯ 970806 syn 0071258
3.10 CONSULTANT will be responsible for employing
all consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The appointment of consultants must
be approved, in advance, by CITY, in writing, and must remain
acceptable to CITY during the term of this Contract.
SECTION 4.DUTIES OF CITY
4.1 CITY will furnish or cause to be furnished the
services listed in Exhibit "A" and such information regarding its
requirements applicable to the Project as may be reasonably
requested by CONSULTANT.
4.2 CITY will review and approve, as necessary, in a
timely manner the Deliverables and each phase of work performed by
CONSULTANT. CITY’s estimated time of review and approval will be
furnished to CONSULTANT at the time of submission of each phase of
work. CONSULTANT acknowledges and understands that the
interrelated exchange of information among CITY’s various
departments- makes it extremely difficult for CITY to firmly
establish the time of each review and approval task. CI-TY’s failure
to review and approve within the estimated time schedule will not
constitute a default under this Contract.
4.3 The city manager will represent CITY for all
purposes under.this Contract. PHIL BOBEL is designated as the
project manager for the city manager. The project manager will
supervise the performance, progress, and execution of the Project,
and will be assisted by JAVAD GHAFFARI, the Manager of
Environmental Control Programs.
4.4 If CITY observes or otherwise becomes aware of any
default in the performance of CONSULTANT, CITY Will use reasonable
efforts to give written notice thereof to CONSULTANT in a timely
manner.
SECTION 5. COMPENSATION
5.1 CITY will compensate CONSULTANT for the following
services and work:
5.1.1 In consideration of the full performance of the
Basic Services, including any authorized reimbursable expenses,
CITY will pay CONSULTANT a fee not to exceed ninety thousand
dollars .($90,000). The amount of compensation will be calculated in
accordance with the hourly rate schedule set forth in Exhibit "B",
on a time and materials basis, up to the maximum amount set forth
in this Section. the fees of the consultants, who have direct
contractual relationships with ~0NSULTANT, will be approved, in
advance, by CITY. CITY reserves the right to refuse payment of
such fees, if such prior approval is not obtained by CONSULTANT.
970806 syn 0071258
5.1.2 The full payment of charges for extra work or
changes, or both, in the execution of the Project will be made,
provided such request for payment is initiated by CONSULTANT and
authorized, in writing, by the project manager. Payment will be
made within thirty (30) days of submission by CONSULTANT of a
statement, in triplicate, of itemized costs covering such work or
changes, or both. Prior to commencing such extra work or changes,
or both, the parties will agree upqn an estimated maximum cost for
such extra work or changes. CONSULTANT will not be paid for extra
work or changes, including, without limitation, any design work or
change order preparation, which is made necessary on account of
CONSULTANT’s errors, omissions, or oversights.
5.1.3 Direct personnel expense of employees assigned
to the execution of the Project by CONSULTANT will include only the
work of architects, engineers, designers, job captains, surveyors,
draftspersons, specification writers and typists, in consultation,
research and design, work in producing drawings, specifications and
other documents pertaining to the Project, and in services rendered
during construction at the site, to the extent such services are
expressly contemplated under this Contract. Included in the cost
of direct personnel expense of these employees are salaries and
mandatory and customary benefits such as statutory employee
benefits, insurance, sick ~eave, holidays and vacations, pensions
and similar benefits.
5.2 The schedule of payments will be made as follows:
5.2.1 Payment of the Basic Services will be made in
monthly progress payments in proportion to the quantum of services
performed, or in accordance with any other schedule of payment
mutually agreed upon by the parties, as set forth in Exhibit "B",
or within thirty (30) days of submission, in ’triplicate, of such
requests if a schedule of payment is not specified. Final payment
will be made by CITY after CONSULTANT has submitted all
Deliverables, including, without limitation, reports which have
been approved by the project manager.
5.2.2 No deductions will be made from CONSULTANT’s
compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from payments to general contractors.
SECTION 6. ~ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS
6.1 Records of the direct personnel_ expenses and
expenses incurred in connection with the performance of Basic
Services and Additional Services pertaining to t~e Project will.beprepared, maintained, and retained by CONSULTANT in accordance wlth
generally accepted accounting principles and will be made available
-to CITY for auditing purposes at mutually convenient times during
the term of this Contract and for three (3) years following the
expiration or earlier termination of this Contract.
970806 ayn 0071258
5
6.2 The originals of the Deliverables prepared by or
under the direction of CONSULTANT in the performance of this
Contract will become the property of CITY irrespective of whether
the Project is completed upon CITY’s payment of the amounts
required to be paid to CONSULTANT. These originals will be
delivered to CITY without additional compensation. CITY will have
the right to utilize any final and incomplete drawings, estimates;
specifications, and any other dobuments prepared hereunder by
CONSULTANT, but CONSULTANT disclaims any responsibility or
liability for any alterations or modifications of such documents.
SECTION 7.INDEMNITY
7.1 CONSULTANT agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents, from any and all demands, claims, or ’liability of any
nature, including death or injury to any person, property damage or
any other loss, caused by or arising out of CONSULTANT’s, its
officers’, agents’, consultants’ or employees’ negligent acts,
errors, .or omissions, or willful misconduct, or conduct for-which
applicable law may impose strict liability on CONSULTANT in the
performance of or failure to perform its obligations under this
Contract~
SECTION 8.WAIVERS
8.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract or of the provisions of any ordinance or law will not be
deemed to be a waiver of any such covenant, term, condition,
provision, ordinance, or law or of any subsequent breach or
violation of the same or of any other covenant, term, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any covenant, term, condition or provision of
this Contract or of any applicable law or ordinance.
8.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any ofits .rights under this Contract.
SECTION 9. INSURANCE
9.1 CONSULTANT, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract,~i the insurance coverage described in Exhibit "C",
insuring not only CONSULTANT and its consultants, if any, but also,
with the exceptionof workers" compensation, employer’s liability
and professional liability insurance, naming CITY as an additional
insured concerning CONSULTANT’s performance under this Contract.
9.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Ratinq Guide ratings of
970806 Byn 0071258
A:X or higher which are admitted to transact insurance business in
the State of California. Any and all consultants of CONSULTANT
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
9.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will con~in an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
the CITY’s city clerk thirty (30) days’ prior written,notice of such
cancellation or alteration, and that the City of Palo Alto is.named
as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk. ~-
9.4 The procuring of such required policy or policies
of insurance will not be construed to limit CONSULTANT’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,.
CONSULTANT will be obligated 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 i0. WORKERS’ COMPENSATION
i0.I CONSULTANT, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as applicable,, before
commencing the performance of the Project.
SECTION II -TERMINATION OR SUSPENSION OF CONTRACT OR
PROJECT
ii.I The city manager may suspend the execution of the
Project, in whole or in part, or terminate this Contract, with or
without cause,; by giving thirty (30) days’ prior written notice
thereof to CONSULTANT, or immediately after submission to CITY by
CONSULTANT of any completed item of Basic Services. Upon receipt
of such notice, CONSULTANT will immediately discontinue its
performance under this Contract.
11.2 CONSULTANT may terminate this Contract or suspend
its execution of the Project by giving thirty (30) days’ prior
970806 syn 0071258
7
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of Basic Services or the execution of the Project.
11.3 Upon such suspension or termination by CITY,
CONSULTANT will be compensated for the Basic Services and
Additional Services performed and Deliverables received and
approved prior to receipt of written notice from CITY of such
suspension or abandonment, together with authorized additional and
reimbursable expenses then due. If the Project is resumed after it
has been suspended for more than 180 days, any change in
CONSULTANT’s compensation will be subject to renegotiation and, if
necessary, approval of CITY’s City Council. If this Contract is
suspended or terminated on account of a default by CONSULTANT, CITY
will be obligated to compensate CONSULTANT only for that portion of
CONSULTANT’s services which are of direct and immediate benefit to
CITY, as such determination may be made by the city manager in the
reasonable exercise of her discretion.
11.4 In the event of termination of this Contract or
suspension of work on the Project by CITY where CONSULTANT is not
in default, CONSULTANT will receive compensation as follows:
11o4.1 For approved items of services, CONSULTANT will
be compensated for each item of service fully performed in the
amounts authorized under this Contract.
11.4.2 For approved..items of services on which a
notice to proceed is issued by CITY, but which are not fully
performed, CONSULTANT will be compensated for each item of service
in an amount which bears the same ratio to the total fee otherwise
payable for the performance of the service as the quantum of
service actually rendered bears to the services necessary for the
full performance of that item of service.
11.4.3 The total compensation payable under the
preceding paragraphs of this Section will not exceed the payment
specified under Section 5 for the respective items of service to be
furnished by CONSULTANT.
ii.5 Upon such suspension or .termination, CONSULTANT
will deliver to the city manager immediately any and all copies of
the Deliverables, whether or not completed, prepared by CONSULTANT
or its consultants, if any, or given to CONSULTANT or its
consultants, if any, in connection with this Contract. Such
materials will~-become the property of CITY. CITY shall have the
right to utilize any complete or incomplete drawings, estimates,
specifications, and any other documents prepared hereunder by
CONSULTANT. However, CITY shall be responsible for any use of such
documents for purposes that are not consistent with the purposes of
this Agreement.
970806 ~yn 0071258
8
11.6 The failure of CITY to agree with CONSULTANT’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONSULTANT to fulfill its obligations under this Contract.
SECTION 12. ASSIGNMENT
12.1 This Contract is ~or the personal services of
CONSULTANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise dispose of this Contract or any right~, title
or interest in or to the same or any part thereof without the prior~
written consent of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of CITY will be void and, at
the option of the city manager, this Contract may be terminated.
This Contract will not be assignable by operation of law.
SECTION 13. NOTICES
13.1 All notices hereunder will be given, in writing,
and mailed, postage prepaid, by certified mail, addressed as
follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
To CONSULTANT: Attention of the project director
at the address of CONSULTANT recited above
SECTION 14.CONFLICT OF INTEREST
14.1 In accepting this Contract, CONSULTANT covenants
that it presently has no interest, and will not acquire any
interest, direct or indirect, financial or otherwise, which would
conflict in any. manner or degree with the performance of the
Sez-vices.
14.2 CONSULTANT further covenants that, in the
performance of this Contract, it will not employ contractors or
persons having such an interest mentioned above. CONSULTANT
certifies that no one who has or will have any financial interest
under this Contract is an officer or employee of CITY; this
Provision will be interpreted in accordance with the applicable
provisions of the PaloAlto Municipal Code and the Government Code
of the State of California.
SECTION 15. NONDISCRIMINATION
15.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment of persons under this
Contract because of the age, race, color, national origin,
970806 syn 0071258
9
ancestry, religion, disability, sexual preference or gender of such
person. .If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONSULTANT agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
15.2 CONSULTANT agrees that each contract for services
from independent providers will contain a provision substantially
as follows:
"[Name of Provider] will provide CONSULTANT
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; that [Name of
Provider] will pursue an affirmative course of
action as required by the Affirmative Action
Guidelines of the City of Palo Alto; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
15.3 If CONSULTANT is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment-Practices Act or similer 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
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.
15.4 If CONSULTANT is found in default of the
nondiscrimination provisions of this Contract or the applicable
Affirmative Action Guidelines pertaining to this Contract,
CONSULTANT will be found in material breach of this Contract.
Thereupon, .CITY will have the power to cancel or ~uspend this
Contract, in whole or in part, or to deduct from the amount payable
to CONSULTANT the sum of two hundred fifty dollars ($250) for each
calendar day during which CONSULTANT is not in compliance with this
provision as damages for breach of contract, or both.
SECTION 16. MISCELLANEOUS PROVISIONS
16.1 CONSULTANT represents and warrants that it has
knowledge of the requirements of the federal Americans with
Disabilities Act of 1990, and the Government Code .and the Health
970806 ~yn 0071258
10
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. CONSULTANT will
comply with or ensure by its advice that compliance with such
provisions will be effected pursuant to the terms of this Contract.
16.2 Upon the agreement of the parties, any controversy
or claim arising out of or relating to this Contract m~y be settled
by arbitration in accordance wi~h the Rules of the American
Arbitration Association, and judgment upon the award rendered by
the Arbitrators may be entered in any court having jurisdiction
thereof.
16.3 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
16.4 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Nomthern District of California in the County of ~anta
Clara, State of California.
16.5 The prevailing party in any action brought to
enforce the terms of this Contract or arising out of this Contract
may recover its reasonable costs and attorneys’ fees expended in
connection with that action.
16.6 This document represents the entire and integrated
Contract between the parties and supersedes all prior negotiations,
representations, and contracts, either written or oral. This
document may be amended only by a written instrument, which is
signed by the parties.
16.7 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
16.8 The covenants, terms, .c0nditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and consultants, as the case
may be, of the parties.
16.9 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
16.10 All exhibits referred to in 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.
970806 syn 0071258
11
16.11 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
16.12 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the 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 16.12 will 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
APPROVED AS TO FORM:
Mayor
Senior Asst. City Attorney
APPROVED:
City Manager
Director of Public Works
THOMAS S. BARRON
Its: /~
Taxpayer’s I.D. No. g~’~- ~75
Acting Director of
Administrative Services
Risk Manager
Attachments:EXHIBIT "A" :
EXHIBIT "B" :
EXHIBIT "C" :
EXHIBIT "D" :
SCOPE OF PROJECT & TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
970806 ~,n 00717.58
12
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
On~.~ ~! /59Z 1997, before me, the undersigned, a
Notary.Public i~ a~d fQr said County and State, personally appeared
, personally known to
me or proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESs my hand and official seal.
S~gnature of Notary Public
970806 ~yn 0071258
13
EXHIBIT "A"
SCOPE OF PROJECT AND TIME SCHEDULE
Regional Water Quality Control Plant
Industrial Wastewater Discharge Evaluations
A. Introduction
The.Regional Water Quality Control Plant (RWQCP) is required to meet .stringent
standards for discharge to San Francisco Bay and conducts correspondingly
stringent discharge control programs with respect to industrial discharges (sources
other than domestic sewage) to the sewer system. The City of Palo Alto is
requesting, proposals for consultant services to evaluate industrial processes,
practices and data to determine compliance status, methods of achieving compliance
and reducing pollutant loadings, and reasons for recent trends in discharge data.
An important ~por!ion of the work relates to new ordinance provisions for Metal
Finishing Facilities which became effective on July 1, 1996. Consultant will
analyze processes, practices, and data in order to evaluate the results of the new
ordinance one year after its effective date.
Scope of Work
Consultant shall assist City staff, as requested, in conducting inspections of
industrial facilities which discharge to the sewer system. Inspections may be
for the purpose of:
a.Determining compliance with the Metal Finishing,~ Facili~ ordinance
provision,
b.Determining compliance with other ordinance provisions,
Determining cost-effective pollution prevention techniques which could be
employed,
Determining the sources and potential control measures for one or more
pollutants of concern,
e.Determining the extent to which production changes or facility
modifications have or could effect sewer discharges, and or
f.Determining control .measures and pollution prevention techniques which
could be employed at new or remodeled facilities.
Consultant shall assemble inspection reports, discharge data and other
information necessary to determine compliance and discharge quantities with
respect to the Metal Finishing.Facility Ordinance requirements as of July 1,
1997. Consultant shall prepare a report which presents data summaries,
compliance results and facility specific control measure recommendations for
any facilities not in full compliance. The report shall also assess the overall
effectiveness of the Metal Finishing Ordinance provisions. To the extent data
is available from the City or fro.m industrial dischargers, the 12 month
concentration and mass values shall be presented both as flow-weighted and
non-flow-weighted values. A draft report shall be pi’epared by Oct.ober 15,
1997 and a final report shall be prepared by November 15, 1997.
o Consultant shall, as requested by City, conduct special evaluations of one or
more industrial facilities, classes of industrial activities, or products; to
determine sources of pollutants and potential control measures. An individual
facility or a type of facility may be specified by City. A work plan for all such
special evaluations shall be prepared ahead of the project for approval by City.
The degree to which field work, sampling, chemical analysis, literature
searches, and other tasks are employed will vary. Draft and final reports shall
be prepared for each such evaluation.
Consultant shall determine the annual industrial loading to the RWQCP
influent for specified pollutants. For CY 1997, the loading shall be
detemained for copper, nickel, cyanide, zinc, selenium, and mercury. Copper
loading for the following shall be presented separately: industrial processes,
base corrosion, excess corrosion from recirculating hot water systems, excess
corrosion from cooling systems, and sanitary sewage. (Where detection limits
are a significant factor results shall be presented assuming Non-Detects =
Detection Limit and Non-Detects = Zero.) Consultant s...hall establish a draft
data base for the project for review by the City on November 15, 1997. The
data base shall be designed to contain flow and concentration data and compute
mass loadings for individual industries for multiple years. To the maximum
extent practical the subject data base shall accept directly from the City’s data
system. The data base shall be finalized by December 15, 1997. Consultant
shall obtain necessary data (including CY 1997 PRCC data) and prepare final
loading estimates by February 1, 1998. The data base shrill be compatible
with the City’s PCs and be delivered to the City in both report and electronic
form.
C. Schedule
.Consultant shall prepare a detailed workplan containing h’ae project schedule within
30 days from the effective date of the contract.
EXHIBIT "B"
RATE SCHEDULE
Thomas S. Barron, PE
BUSINESS AND ENGINEERING CONSULTANT
SPECIALIZING IN POLLUTION PI~EVENTION ~ ENVI~ON/VlENTAL PI~OJEC-1"5
3~1 BEECHWOOD DRIVE. ~FAYE~E, ~ ~5~9
(510) Z83-8121 ¯ F~ =83-67~6 ¯ tsbarron@ibm.net
Fee Schedule
Engineering Services
Project Management Services
Public Presentations,
Workshops, etc.
Project Expenses,
Including Subcontractors
Travel- Bay Area
- Other
~85 per hour
~8S per hour
~1o5 per hour
At Cost
Gratis
At Cost
COMPENSATION SCHEDULE
SAN FRANCISCO OFFICE
Principal I
Principal II
Senior Associate I
Senior Associate IT
Associate
Senior Professional
Professional I
Professional II
Technician I
Technician II
Technician III
Mileage is charged at
Photocopies are charged at
$ 160/hour
$ 150/hour
$ 125/hour
$ 115/hour
$95/hour
$85/hour
$75/hour
$65/hour
$60/hour
$50/hour
$35Paour.
$o301rnile
$.15/page
Direct costs (i.e., travel, meals, lodging, auto rentals, printing, graphic materials, etc.)
and subcontractor fees are subject to a 10% administration charge.
509 4th Street
Davis, CA, 95616
(316 753.6400
916.753.7030 fax
LARRY WALKER ASSOCIATES
RATE SCHEDULE - Effective July 1, 1997 - December 31, 1997
PERSONNEL
l~ate - S/hour
Larry Walker $160.00
Gil Wheeler $145.00
Tom Gro~,houg $145.00
Malcolm Walker $130.00
Robert Smith $ l 15.00
Armand Ruby $ I 15.00
Melissa Thorme $105.00
Betsy Elzufon $100.00
Denise Conners $ 95.00
Claus Suverkropp $ 95,00
Andy Bale $ 95.00
Kathryn Walker $ 80.00
Eric Zeigl~r $ 80.00
Brian Laurenson $ 80.00
Heather Kirschmann $ 80.00
Ashli Cooper $ 80.00
Michelle Vikupitz $ 65.00
REIMBURSABLE DIRECT COSTS
Travel:Local Mileage
Transportation
Auto rental
Fares
Room
Subsistence (1)
- $0.30/mile
- actual expense
- actual commercial rate
- actual expense
- actual expense
- $35.00 per day
Report Reproduction and Copying - actual outside expense
- $0.06 per copy, in-house
- $0.75 per binding, in-house
Blue Prints
Special Postage and Express Mail
-$0.78 for 22 x 34
- $0.84 for 24 x 36
- $1.17 for 30 x 42
-actual expense (not billed for
internally applied postage)
Other Direct Costs - actual expense
SUBCONTRACTORS - actual expense plus 10% for profit
Not..__~e: (1) Charged when overnight lodging is required.
L A R R ~.
~IALKER
ASSOCIATE_~
NsURANCEAI. CERTIFICATE:"
........... ,.,..:.,... ......................:..~.~,...,.,.,.,.:.. ...:..,~..,..~:;.:,,,,:..:,... ........... ...........:,.......:~...,......: =:....,~.,,~,: ............:.:..-: ........:,... ,.,:.. . ..................,.:..,. ......- ..... ......"’." .....:’::"".. 12/:i~/£~
PRODUCER THIS CERTIFICATE IS ISSUED AS A MA’FI’ER OF INFORMA~’I-~
~OMMERCIAL ASSOCIATES INS, INC
,226"EAST LA PALMA AVE
ANAHEIM, CA 92807
(714)524-4949 FAX: 524-4940
NSURED
THOMAS S. BARRON, PE
3351 BEECHWOOD DRIVE
LAFAYETTE, CA 94549
ONLY AND CONFERS NO’ RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANIES AFFORDING COVERAGE
COMPANYA TIG INS. CO. OF MICHIGAN
COMPANYB
COMPANY
,C
COMPANY
D
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED 8Y PAID CLAIMS.I POLICY EXPIRATIONCOPOLICY NUMBER POLICY EFFECTIVE J LIMITSLTRDATE IMMIDDiYY)DATE (MM;DD~YY)I
A
TYPE OF INSURANCE
GENERAL LIABILITY
~oOw~MERCIAL GENERAL LIABILITYCLAIMS MADE ~ OCCUR
ER’$ & CONTRACTOR’S PROT
AUTOMOBILE LIABILITY
"~ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON.OWNED AUTOS
GARAGE LIABILITYqANY AUTO
EXCESS LIABILITY
-----~ UMBRELLA FORM
"~ OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS’ LIABILITY
THE PROPRIETOR/~{ INCLPARTNERSIEXECUTIVE
OFFICERS ARE:EXCL
OTHER
PROFESSIONAL ,&
POLLUTION LIi~ IL’,
RETRO DATE: 12/i:
DESCRIPTION OF OPERATIONSILOCATIONS/’VEH1CLEB;SPECIAL ITEMS
CANCELLATION
PHX-37384639
PHX-37384639:TY-CLAIMS m OE
,/92
12/09/96 1210919?
z2/o9/9~ z2/o9/97
ALL OPERATIONS AND LOCATIONS USUAL TO THE NAMED INSURED.
APPLIES FOR NON-PAYMENT OR NON-REPORTING.
OE,’~ERALAGOREOATE I ,I, 000, 000
PRODUCTS.COMPmPAG6 ,i,000, 000
PERSONAL & AOV,NJORV ,! ~ 000 , 000
EACH OCCURRENCE ,i : 000, 000
F,RE DAMAGE ,~., o.. ,,,,,, 5 0, ,0 0 0
COMBINED SINGLE LIMIT
BODILY INJURY
BODILY INJURY
(Per 8cc~lent~
PROPERTY DAMAGE
AUTO ONLY - EA ACCIDENT
OTHER THAN AUTO ONLY:
¯ EACH ACCIDENT
AGGREGATE
EACH OCCUR~.4,~E
j STATUTORY LIMITS
EACH ACCIDENT
DISEASE - POLICY LIMIT,
DISEASE. EACH EMPLOYEE I $
$I,000,000 PER OCC./
$1 ,-O00,000 AGGREGATE
*i0 DAY NOTICE OF
MS. KELLY MORAN
CITY OF PALO ALTO
REGIONAL WATER QUALITY CONTROL
2501 EMBARC;d3ERO WAY
PALO ALTO, CA 94303
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANC~:LLED BEFORE THE
EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO
3 0..~._~~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION O1~ LIABILITY’
OF ~...,NY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES-AUTNO~’O .EF.ESENTA~’i"VE/q . ’
P,.L. Milener, Inc.1676 ~. California Blvd. @375
P.O. Box 8197
Walnut Creek CA 94596
II Lipat
P~0,. No 510-932-0424 F.x N0.
A C:ORD, ERTI FI C ATE O F
Thomas S. Barton, PE
3351 Beechwood Drive
Lafayette CA 94549
INSURANCE CSRBA-~Oh’- 1
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATI(
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW,
COMPANYA
COMPANYB
LIABILITY
COh~PAN¥
c
COMPANY,D
COMPANIES AFFORDING COVERAGE
Folksamerica Reinsurance
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE IN’SURED’ NAMED AEOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPE(~T TO WHICH TH;S
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUEJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN SEDUCED BY PAID CLAIMS.
I I
I
POLICY EFFECTIVE POLICY ~FIRATIONPOLICYNUMBERDATE (MM,’DO~Y) DATE |MMIDO~Y)~ LIMITS
$ 3,000,00~
$ 1,000,00~
$ i00,0¢~
$
ICO I TYPE OF INSURANCELTR
GG~ERAL LIABILITY
,A. ~ I~.~_~C.%MMERCIAL GENERAL LIABIUTY
~._.._J CLAIMS MADE [~ OCCUR~OWNER’S & CONTRACTOR’S PROT.
! AUTOMOBILE LIABILrI’Y
~ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOSqNON-OWNED AUTOS
~AGE LIABILn’Y
ANY AUTO
~ES5 LIABILITY
UMSRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS’ LIASIIJ’rY
THE PROPRIETOR/~ INCLPARTNERS/~XECUTIVE
OFFICERS ARE:EXCL
OTHER
GENERAL AGGREGATE
PRODUCTS ¯ COMP/OP AGG
PERSONAL & AOV INJURY
EACH OCCURRENCE
MED EXP IAnv onl pet$0nl
21352286
COMBINEO SINOL~ LIMIT
SOOlLY INJURY
SO0tLY INJURY
PROPERTY DAMAGE
AUTO ONLY ¯ EA ACCIDENT
OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
lEACH OCCURRENCE
,A3GREGATE . .
WC STATU,IOTH.!TQqY ~IMIT S ER
ELEACH ACCIDENT
ELDISEASE - POLICY LIMIT
ELDISEASE . EA EMPLOYEE
DESCRIPTION OF OPERATIONSlLOCATIONS/’VEHICLES/SPEDtAL rrEM5
COFPALO
City of Palo Alto, Regional
Water Quality Control Plant
Ms. Kelly Moran
2501 Ez~barcadero Way
Palo Alto, CA 94303
UNITED SERVICES AUTOMOBILE ASSOCIATION
IA RI~C~,P,~OCAL INTERINSU~,NCE {XCH~NGE~
9800 Fredericksburg Road - San Antonio, Texas 78288
THE EAS’f READING AUTOPOLICY
RENEWAL DECLARATIONS
(ATTACH TO PREVIOUS POLICY)
Named Insured and Address
THOMAS S BARRONCPT USAR RET
3351 BEECHWOOD DRIVE
LAFAYETTE CA 94549-4655
AUUL INrU UIN ~AI HAUL MAIL N1gH-N~-I
RENEWAL OF
~,., ~51061 v~t POLICY NUMBEP
CA #61~611 ]i~X, 00078 98 87U 710"
POLICY PERIOD:(12:01 A.M. standard time~
EFFECTIVE APR 06 1997 TO OCT 06 .199
OPERATORS
Ol THOMAS S BARRON
02 KENDRA d BARRON
Description of Vehicle(s)
05!1 99~11 HONDA ACCORD EX
06, HONDA ACCORD EX
BOOY TYP~
SED 4D
CPE 2D
ANNU.~L
10000
7500
IOENTIFICaTION NUMBER
1HGCB7669MA138097
1HGCB7278PA016494
VEH US~ . I ,’,OR,
The Vehicle(s) described herein is principally garaged at the above address u~iess otherwise stated.l" .~:-~o,~:~=,oo~. B.B,..--,;, ~.~,,., P~
VEH 05 LAFAYETTE CA 94549-4555
VEH 06 LAFAYETTE ¢A 94549-4655
This policy provides ONLY those coverages for which
a premium is shown below.
COVERAGES LIMITS OF LIABILITY
("ACV" MEANS ACTUAL CASH VALUE)
PART A - LIABILITY
BODILY INJURY EA PER $I,000,00C
EA ACC $I,000,00C
.’ROPERTY DAMAGE EA ACC $ IO0,OOC
PART B - MEDICAL PAYMENTS
EA PER $ 5,00C
EXTENDED BENEFITS
WAGE EARNER DISAB $I,000 MO
ESSENTIAL SVCS DISAB $45 WK
PART C -UNINSURED NOTORISTS
BODILY INJURY EA PER $300,00C
EA ACC $ 500,00C
TOTAL PREP UM
ADDITIONAL INTEREST EMPLOYER
,aLAMEDA COUNTY, ALAMEDA CA
,ADDITIONAL INTEREST - EMPLOYER
’CITY OF SAN JOSE, SAN JOSE CA
.ADDITIONAL INTEREST - EMPLOYER
’.CITY OF PALO ALTO, PALO ALTO CA
!ENDORSEMENTS: ADDED 04;06-97 -NONE
VEH
05 6-MONTH
D=DED| PREMIUM
AMOUN’I] $
155.4~
37.3£
16.64
3.6C
VEH
06 6 -MONTH
) =DED PREMIUM
MOUN~ S
112.24
27.07
10.44
3.2C
LOWING PAGE
VEH
=D
.IN"
PREMIUM
$
VEH
D=DED| PREML
AMOUN~ S
iREMAIN IN EFFECT(REFER TO PREVIOUS POLICY). A029(01) 5000(03) 5606(02)
5169(07) 5681(01) 5801(01) 5808(01) 5607(02) 56B3(02) 5660(02) 5301(02)
5699D(02) 5602(03) ~ 1092 135B0(01) 200(02) 663CA(02)
:INFORMATION FORMS(NOT PART OF POLICY)- AAWER 200CA(05) 28060(01) R99CA(06)
’:P51250829pO01N IIIINIII{P61ZSOlZgP00~ IIIINIIlil I I I !111!1 I I I.llll!!
In WITNESS WHEREOF, the Subscribers at UNITED SERVICES AUTOMOBILE ASSOCIATION have caused these p e
their Attorney-in-Fact on this date MARCH 3, 1997
Robert T. HerresGeneral. USAF (Ret~red)5000 U Attorney-in-Fac~
EXHIBIT "D"
CERTIFICATION OF NONDISCRIMINATION SECTION 410
Project Title: Industrial Wastewater Discharge Evaluations
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
3.0
To communicate this policy to all persons concerned, including all employees,
o~Jtside recruiting Services, especially those serving minority c~mm.unities, and to
the minority communities at large.
To take affirmative action steps to hire minority employees within the organization.
4.0 To be knowledgeable of the local, state, and federal laws and regulations
concerning affirmative action policies and provide opportunities for employees.
Firm: Thomas S. Barron, PE DATE: 6/20/97
Title of Officer Signing: 0wne._r
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: CI=RTIFICATION oFNON-DISCRIMINATION . RFP # 98034 SECTION 41~’-1