Loading...
HomeMy WebLinkAbout1997-10-27 City Council (30)City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL ATTENTION: FINANCE COMMITTEE FROM:CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES AGENDA DATE: OCTOBER 27, 1997 CMR:439:97 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 $100,000 for consulting services and application development efforts for the Utilities: Customer Information System (CIS). POLICY IMPLICATIONS This report does not propose any change to existing City policies. BACKGROUND The Utilities’ Customer Information System (CIS) project was established as a Capital Improvement Program (CIP) project in 1993. Council approved a multi-year CIP for $700,000.. Initial funds were used to acquire the necessary computer hardware, computer software, consulting services, data conversion assistance, and the services of contract programming personnel dedicated to the implementation of the CIS. Subsequent expenditures have been used to acquire additional hardware and to continue the use of contract programming personnel. In December 1995, Council approved additional funding in the amount of $186,200 for the Utilities’ CIS. This funding was primarily to continue contract programming support and the CMR:439:97 Page 1 of 3 data modeling required through the end of FY 1995-96. As part of the Capital Improvement Program for FY 1996-97, an additional $340,000 was approved for consulting services for application development, expanded data modeling functions, and support to the interdepartmental focus groups working on the definition of requirements. A number of contract programmers 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. In November 1996, staff informed Council of a change in direction for the Utilities CIS project from in-house . development to the pursuit of a purchased software solution. TechWise Consulting, Inc. assisted in the preparation of a request for proposals (RFP) to acquire the CIS software and the establishment of comprehensive vendor review criteria. The RFP was distributed and vendor responses were reviewed. In August 1997, Council approved a contract for the acquisition of CIS software and authorized funding for the continued use of contract personnel (CMR:347:97). Project Description Contract personnel assistance from TechWise is required to provide continued and consistent support to the Utilities’ CIS and assist the Information Technology Division. The Information TeChnology Division has had three critical staff vacancies for well over a year. The work to be performed under the contract includes requirements definition, development of test criteria and assistance with acceptance testing, data modeling and data base conversion plans, application development services, final inspection and testing of the vendor’s installation, and projectinstallation and implementation support to the CIS. Selection Process The original selection of TechWise Consulting, Inc. was made in 1996 as the result Of a competitive RFP process. Representatives from the Information Technology Division and the Utilities Department reviewed the proposals and interviewed candidates. TechWise Consulting, Inc. was selected on the basis of: its technical skills in the PowerBuilder application development tool, Oracle database management sottware, and prototyping expertise; previous experience; and ability to communicate and relate with the Utilities Department staff. The attached proposed contract for $100,000 represents continuing a contract with TechWise Consulting, Inc. for an additional 1,250 hours of systems analysis at $80 per hour. The average hourly rate for programmers with the skills required for the CIS project has been between $75 and $120. FISCAL IMPACT Funds in the amount of $100,000 are included in the Utilities’ CIS CIP Project (CIP9357).. CMR:439:97 Page 2.of 3 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. PREPARED BY: Rob Pound, Manager, Information Technology DEPARTMENT HEAD APPROVAL: Melissa Cavallo, Acting Director of Administrative Services CITY MANAGER APPROVAL: Em~ Harrison - - Assistant City Manager CC:N/A CMR:439:97 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 , 1997, 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 ~se~ices ("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; 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 shall continue in full force and effect until June 30, 1998, 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. SECTION 2. CONTRACTOR QUALIFICATIONS,STATUS,AND DUTIES OF 2.1 CONTRACTOR represents and warrants that it ~as the expertise and professional qualifications to furnish or cause to be furnished the Services. CONTRACTOR further represents and warrants 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 970605 lao 0031564 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 itself 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 emp!oyed 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. 2.7 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 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 provisions of 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. T~e 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 4.1 In consideration of the full performance of the Services by CONTRACTOR, CITY will pay CONTRACTOR the sum of Eighty Dollars ($80.00) 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 Twenty-three Thousand Eight Hundred Fifty Dollars ($123,850) per fiscal year, including expenses. SECTION 5.AUDITS 5.1 CONTRACTOR will permit CITY~ to audit, at any reasonable time during the term 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 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. 970605 lae 0031564 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 the same 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 Rating Guide ratings of A:X or higher which are admitted to transact insurance business in the State of California. Any and all contracZors 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 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 orpolicies 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, 970605 lao 0031564 4 CONTP~ACTOR 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. SECTION I0. SERVICES 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 discQntinue, its performance of the Services. 10.2 CONTRACTOR may terminate this bontract or suspend its performance of the Services, in whole or in part, by giving thirty (30) days’ prior writtennotice 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 will 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. 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 thesame 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. 970605 lae 0031564 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 mai!, addressed as follows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 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 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 970605 lao 0031564 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; 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." 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. 14.4 If CONTRACTOR is in default of the nondiscrimination provisions of this Contract or the Affirmative Action Guidelines pertaining to this Contract, CONTRACTOR will be found in material 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 in compliance with this provision as damages for breach of contract, or both. SECTION 15. 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 will be effected in the performance of this Contract. 7 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 will 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. 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 IIIIIIIIII IIII II 970605 lao 0031564 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 firsZ above written. CITY OF PALO ALTO Assistant City Manager TECHWISE CONSULTING, INC. St~even K. Orr, President APPROVED AS TO FORM:Taxpayer’s I.D. No. 77-0435344 Senior Asst. City Attorney ger of Information Technology Director of Administrative Services Risk Manager Attachments : EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : SCOPE OF SERVICES INSURANCE NONDISCRIMINATION COMPLIANCE FORM 970605 lae 0031564 9 CERTIFICATE OF ACKNOWLEDGMENT Civil Code § 1189) STATE OF COUNTY OF On{~.~£~.~!"]< /9~7, before me, the undersigned, a notary public in and for said County, personally appeared .~~- ~/~ ~,~.~___~, personally known to me (or proved to me on the basis of satisfacto~ ~idence) 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. ¯ \~,’~), SANTAC~ACOUl, n~ ~ 970605 lao 0031564 10 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). Last year, staff requested an award of contract to TechWise Consulting, Inc. To work on the development of the CIS application. This 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 follow on phases of the vendor’s application. In addition, the contractor will support application development in other areas. One specific area in the Purchase Requisition streamlining which was a priority task of the Purchasing Process Redesign Steering Committee and Task Force. In this area the contractor will support staff in the development of these in-house modules. This particular contractor has expertise with Utilities applications, knowledge of the City processes and procedures; works well with Utilities personnel, and has a great deal of technical expertise in the applications development tools (such as PowerBuilder). 970605 lae 0031564 PARdi"/II -INSURANCE REQU,,-.MENTS SECTION 650 Insurance Requirements for Contractors CONTRACTOR: PROJECT MANAGER:v/i/’7’ J-’7-~Ez_/--" CONTRACT NAME: GENERAL TERMS AND INSTRUCTIONS THIS INSTRUCTION SHEET SHOULD BE GIVEN TO YOUR INSURANCE AGENT/BROKER. CONTRACTORSTO THE CITY OF PALO ALTO, AT THEIR SOLE EXPENSE SHALL OBTAIN AND MAINTAIN INSURANCE FOR THE TERM OF THE CONTRACT. CONTRACTORS WILL BE REQUIREDTO PROVIDE A CERTIFICATE EVIDENCING THE INSURANCE AND NAMING THE CITY AS AN ADDITIONAL INSURED. ALL INSURANCE COVERAGE REQUIRED SHALL BE PROVIDED THROUGH CARRIERS WITH A BEST RATING OF A: X OR HIGHER THAT ARE ADMITTED TO DO BUSINESS IN THE STATE OF CALIFORNIA. THE CERTIFICATEOF INSURANCEMUST BE COMPLETEDAND EXECUTED BY AN AUTHORIZED REPRESENTATIVE OF THE COMPANY PROVIDING INSURANCE. FILED WITH THE CITY, AND APPROVED BY THE CITY BEFORE CONTRACT WILL BE CONSIDERED COMPLETE AS RESPECTS INSURANCE RETURN THE COMPLETED CERTIFICATE TO THE CITY OF PALO ALTO, PURCHASING & CONTRACT ADMINISTRATION,250 HAMILTON AVENUE, PALO ALTO 94301. THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED FOR THIS CONTRACT. TYPE OF COVERAGE REQUIREMENT EACH OCCURRENCE AGGREGATE Statutory BODILY INJURY $1,000,000 $1,000,000 PROPERTY DAMAGE $1,000,000 $1.000,000 ~_~orker’s Compensation Automobile Liability [~.Comprehensive General Liability: INCLUDING: ¯PERSONAL INJURY ¯BROAD FORM PROPERTY DAMAGE ¯BLANKET CONTRACTUAL ¯FiDE LEGAL LIABILITY ~omprehensive Automobile Liability: INCLUDING: ¯OVVNED ¯HIRED ¯NON-OWNED BODILY INJURY & PROPERTY DAMAGE COMBINED BODILY INJUR~’ (Each Person) BODILY.INJURY IE.~ Oc~rr~n~e) pROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED $1,000.000 $1,000,000 []Professional Liability: INCLUDING: ¯ERRORS AND OMISSIONS ¯ MALPRACTICE (if Applicable) ¯ NEGLIGENT PERFORMANCE ~*THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED ALL DAMAGES $1,000,000 LONG FORM (Minimum Limits) $1,000,000 $1,000,000 A.The City of PaiD Alto, its officers, agents and employees are named as additional insured, but only as to work performed under contract. Said coverage as to the City of PaiD Alto, etc., shall be primary coverage, without offset against City’s existing insurance and any other insurance carried by the City being excess insurance only. B.Where the work involves grading, paving, excavating, drilling or other underground work, the policy includes destruction o_f wires, conduits, pipes, mains, or other similar property or any apparatus in connection therewith below the surface of the ground whether owned by third parties or the City of PaiD Alto. C.Where the work involves excavating, collapse coverage is provided in the amounts above. D.The policy includes a "Severability of Interest" provision. E.Deductibles over $5,000 must be indicated and are subject to approval.F.If such policies are canceled or changed during the period of coverage as stated herein, in such a manner as to affect the Certificate, thirty (30) days written notice will be mailed to the City of Paid Alto, Contract Administration, P.O. Box 10250, 94303 G.The liability insurance policy includes a contractual liability endorsement providing insurance coverage for Contractor’s agreement to indemnify the City. H.The coverage afforded under the policies is s’ubject to all te~s designated herein and meets all of the provisions called for herein, t DATE: ~./~//’,//~CONTRACT MANAGER: Fernando Ve’fe~ (415) 329-2460 ALL INSURANCE COVERAGE REQUIRED SHALL BE PROVIDED THROUGH CARRIERS WITH A BEST RATING OF A: X OR HIGHER THA T ARE ADMITTED TO DO BUSINESS IN THE STATE OF CALIFORNIA. END OF SECTION CITY OF PALO ALTO: INSURANCE REQUIREMENTS SECTION 650 CEDAR JOSE, [SOHE~ULEI NON’OWNE 613 ELD~AN i CE RTIFICATE OF INSURANCE ~ CONFERS NO RIGHTS UPON THE CERTIFICATE ~RV~CES GROUP t !NC. | ODES NOT AMEND, EXTEND OR ALTER THE COVE[ POLICIES BELOW. COMPANIES AFFORDING DRIVE A 9151 23 I INC. :Y TH./~T THE POLICIES OF INSURANCE LISTED BE.L, OW HAVE BE~N ISSUED TO THE IN~URED NAMED IITHS~ANDING ANY REC, UIFtEblENT, TERM OFI COhDITtON O~ ANY CONTRACT OR OTHER DOCUM~Nr" BE I~SUEp OR MAY PERTAIN. THE IN~;LIRANCtT. AFFORDED BY THE POLICIES D~SCR{BED HEREIN IS SU ~ COND(TfONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE 8EEN REDUCED BY PAID CLAIr’As. tbd POLICY NUM~ER ~POLIOY ~:FFECTIV~ ~0L1¢¥ EXPIRATION DATE (MMIOD/YY) DATE (M,Mf~DIYY} , :081197 JTOS ¯ LUTOS tbd 081197 LITY ~MPF~N~A T~ON COMPU~’ERS BUSINESS INCOME ’ ~ TIONflLOCATIONS/VEHICLESISPE¢IAL ITEMS 081198 081198 BODILY INJURY (P6t ~,cc,dent) J £AON O¢( ! AGGREOAT£ ~$15~, ; 15K, ! CANCELLATION ~, SURED : ’ ’ " ’SHOULD ANY OF THE ABOVi~ DESCRIBED POLICIES ALTO F.XPIRAT=ON DATE~ THEREOF, THE ISSUIHO CO ION !AVE MAIL 30___ DAYS WRIT[EN NOTICE TO THE CERTIF c,~ 9 4 3 o ]LEFT, /BUT FAILUR~ TO MAIL SUCH NOTICESHALlILIABILITY OF ANY KIND UPON THE COMPANY, ITS A~ AUTHORIZED REPRESENTATIVE ,~ 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 opportunities for minority persons at all job levels. which affirmatively p~romote 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 kno.wledgeable of the Io.cal, state, and federal laws and regulations concerning affirmative action policies and provide opportunities for employees. Title of Officer Signing: 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