Loading...
HomeMy WebLinkAbout1997-12-15 City Council (28)TO: City of Palo City Manager’s Report HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: SUBJECT: DECEMBER 15, 1997 APPROVAL OF AGREEMENT WITH MEHDI CONSULTING COMPUTER PROGRAMMER CMR:493:97 GHADIANI,~ RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached agreement with Mehdi Ghadiani in the amount of $60,000 for providing computer assistance for the Environmental Compliance Division (ECD) of the Public Works Dept. 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 $9,000 during the first year of the agreement. Authorize the City Manager or her designee to extend the agreement for two additional years for $60,000 in each year, provided that the work is satisfactory, the need exists and funds are appropriated during the subsequent years’ budget. Authorize the City Manager or her designee to negotiate and execute amendments for services, the total value of which shall not exceed. $9,000 during the second year, and $9,000 during the third year of the agreement, provided the agreement is extended for those years. DISCUSSION Project Description Due to the new stringent requirements imposed by the Regional Water Quality Control Board, the ECD of the Public Works Department has developed a series of programs which utilize computer data bases to track and monitor the industrial, commercial, and residential discharges to the Regional Water Quality Control Plant (RWQCP). Routine CMR:493:97 Page 1 of 2 maintenance and upgrading of the software and the hardware systems by a qualified consultant are essential to the daily operation of the ECD. Consultant Selection Process Four requests for proposals were mailed out and only one response was received. More responses were not received because o~ the highly specialized nature of the work and small size of the project. A major focus of the work is on generating various reports by utilizing the specialized software which was recently developed for the ECD. Extensive experience in both software development and generating quarterly and annual reports was required. Mehdi Ghadiani was interviewed by two staff members of the RWQCP. He was selected based on his familiarity with both the RWQCP’s computer system and the Regional Water Quality Control Board’s (RB) reporting requirements. The Contract will be administrated on a time and material basis, not to exceed $69,000 per year, and the hourly .rate of the consultant is comparable to other contracts for similar services. RESOURCE IMPACT Funds are available in the Wastewater Treatment Fund FY budget. 1997-1998 operating POLICY IMPLICATIONS This report does not represent a change to existing City policy. ENVIRONMENTAL REVIEW The assistance provided 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. ATTACHMENT Agreement PREPARED BY:Philip Bobel, Manager, Environmental Compliance Division GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: EMILY HARRISON \ Assistant City Manager CMR:493:97 Page 2 of 2 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND MEHDI GHAD IANI FOR CONSULTING SERVICES This Contract No.is entered into , by and between the CITY OF PALO ALTO, a chartered cit9 and a municipal corporation of the State of California ("CITY"), and MEHDI GHADIANI, a sole proprietor, located at 4820 Vinewood Way, Antioch, CA 94509-8126 ("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 setforth 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 andDeliverables constituting the Project will be performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described below. 971113 ~n 0071315 1 2.2 CITY may order substantial changes in the scope or character of the Basic Services, the Deliverables, or the Project, 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. SECTION 3 QUALIFICATIONS, STATUS, AND DUTIES OF CONSULTANT 3.1 CONSULTANT represents andwarrants ~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 perform the 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 MEHDI GHADIANI as the project director to have supervisory responsibility for the performance, progress, and execution of 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. 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 971113 syn 0071315 2 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 and will not be made available to any individua! or organization by CONSULTANT or its consultants, if any, without the prior written approval of the city manager. 3.6 CONSULTANT will provide ~ITY 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 CONSULTANTfails 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 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. 3.10 CONSULTANT will perform or obtain or cause to be performed or obtained any and all of the following Additional Services, not included under the Basic Services, if so authorized, in writing, by CITY: 3.10.1 Providing services as an expert witness in connection with any public hearing or meeting, arbitration proceeding,or proceeding of a court of record; 3.10.2 Incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 97111:3 ~/n 0071315 3 3.10.3 Performing any other Additional Services that may be agreed upon by the parties subsequent to the execution of this Contract; and 3.10.4 Other Additional Services now or hereafter described in Exhibit "A" to this Contract. 3.11 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 "~’ 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. CITY’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. JAVAD GHAFFARI is designated as the project manager for the city manager. 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 sixty thousand dollars ($60,000). 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 CONSULTANT, 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. 4 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 upon 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 tothe 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 leave, 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 the Project will be prepared, maintained, and retained by CONSULTANT in accordance with 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. 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 971113 ~n 0071315 5 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 documents 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 of its rights under this Contract. SECTION 9. INSUTtANCE 9.1 CONSULTANT, 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 "C" insuring not only CONSULTANT and its consultants, if any, but also, with the exception of 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 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 971113 syn 0071315 6 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 wil! contain an ehdorsement 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. ~.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. PROJECT SECTION II -TERMINATION OR SUSPENSION OF CONTRACT OR 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 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. 97111~, ~ 0()713,1~ 7 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, CONSULT~V9 will receive compensation as follows: 11.4.1 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. 11.5 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. 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 for 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 971113 ~/. 0071315 8 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 Services. 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 Palo Alto 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 bemade in the employment of persons under this Contract because of the age, race, color, national origin, 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: ~-_ -~ 9 "[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; 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 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 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, CONSULTANT 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 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 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 with 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. 971113 ~yn 0071315 10 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 Northern District of California in the County of Santa 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, conditions 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 an’d 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 ho 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. 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, condit’ion, or provision of this Contract. 971113 ~yn 0071315 Ii 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: Assistant City Manager Director of Public Works MEHDI GHADIANI By: Its: Taxpayer’s I.D. No. 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 971113 Wn 0071315 12 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF )) ss. COUNTY OF ) On , 1997, before me, the undersigned, a Notary Public in and for 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. Signature of Notary Public 971113 ~m 0071315 13 Part II - S.cope of Work SCOPE OF WORK CITY OF PALO ALTO ENVIRONMENTAL COMPLIANCE COMPUTER SYSTEM ASSISTANCE Ao Bo INTRODUCTION The purpose of this RFP is to obtain computer system assistance from a consultant experienced in operation and maintenance of networked PC-based computer systems using Hewlett Pacl~ard hardware, Microsoft Lan Manager, and Microsoft NT 4.0. Due to the new stringent requirements imposed by the Regional Water Quality Control Board, the Environmental Compliance Division (ECD) of the Public Works Department has developed a series of programs which utilize computer data bases to track and monitor the industrial, commercial, and residential discharges to the Regional Water Quality Control Plant (RWQCP). The routine maintenance and upgrading of the software and the hardware systems by a qualified consultant is essential to daily operation of the ECD. TASKS CONSULTANT will provide services for Environmental Compliance Division computer software and hardware support. The tasks include hardware and software installation and generation of technical reports using various software. The .City anticipates that weekly maintenance will be required. Some telephone response and emergency visits may also be necessary. Tasks will be conducted as needed, with approval of the City Project Manager or Project Engineer. Prior to the initiation of work for each task requested that requires 40 or more hours of work, Consultant will prepare a brief work plan for that task. The work plan will define work elements to be performed, the level of effort required to complete the task, the specific staff assigned to the task, and the schedule for the task. City approval of the work plan will be required prior to initiation of work on each task requiring a work plan. Software Currently, RWQCP staff use the following software regularly: MS DOS 5.0, Windows NT 4.0, Windows for Workgroups, WordPerfect for Windows 6.1, Page 1 Part II - Scope of Work CITY OF PALO ALTO Microsoft Access, Microsoft Excel, Pagemaker (5.0 for Windows), and Oracle 7.0. Software-related tasks may include, but are not limited to, the following: Install commercial software and upgrades to existing commercial software. Configure commercial software for RWQCP u~es. For example, set up a database, create batch files for data transfer, create interfaces and macrOs in common programs to facilitate routine tasks, etc. Recommend new software and software upgrades for RWQCP purchase. Provide technical support and problem solving relating to software use. Provide training to individuals and small groups regarding software use. Some training may require preparation of written instructions and guidance. Configure network servers and individual computers to facilitate use, backup, and removal of unwanted materials. Troubleshoot problems identified by RWQCP staff. Hardware Except for a Toshiba Tecra, all hardware owned and purchased by the RWQCP is manufactured by Hewlett Packard. All computers are IBM- PC software compatible. It should be noted that HP computer hardware differs (sometime.significantly) from PC clones. RWQCP computers are connected via an Ethemet-based Microsoft Lan Manager network that includes several servers. Hardware-related tasks may include, but are not limited to, the following:. o o o o ® o o Setup new computers and relocated computers. Retrofit peripherals and drives onto existing computers. Configure printers on individual computers or to the network. Set up or modify computer servers. Set up peripherals on the server or the network. Optimize computer performance in light of available hardware. Assist in selection of hardware for purchase. Monitor network performance. Part II - Scope of Work CITY OF PALO ALTO Set up network connections or relocate existing network connections. Optimize network performance. Troubleshoot hardware problems. Recommend network architecture changes to improve performance and to meet future requirements. This contract does not include hardware repair, nor does it in’clude the purchase of hardware or software other than that developed in response to RWQCP requests. PROPOSALS Five (5) copies of the written proposal should be submitted. The proposal must include the following information (which can be presented in any organization desired by the consultant); A brief statement of the general background, staff size, number of years in business, general capabilities, and the financial stability of the consultant team. The name of the individual proposed as the project leader, that person’s experience, position with the firm, and office location. 3.The names, company position, brief resumes, and office location, other team members. A discussion of the consultant’s understanding of the scope of work, including brief specific discussions of proposed approaches to Items in Section B, TASKS, above. ~. A description of similar projects on which the consultant team has worked. At least three references, of which at least two involved the leadership of the proposed project leader. 7. Fee schedule showing hourly rate of each staff member Page 3 Fee Schedule Date: October 23, 1997 Submitted to:Contract Administration ¯First Floor, Civic Center 250 Hamilton Avenue Palo Alto, CA 94301 Contract Manager, Ms. Johnella Williams Re:RFP # 100841 Environmental Compliance Computer System Assistance Project Manager, Mr. Javad Ghaffari CSG submits the following specification and estimate for the above referenced RFP. Tasks 1. Provide services for Environmental Compliance Division, computer software and hardware support. a.hardware and software installation b.generation of technical reports c.telephone response and emergency trouble-shooting d.design databases e.create batch files for file transfer f.create interfaces and macros g.advise on new software and software upgrades h.provide technical support i.develop training programs for individuals and small groups j.configure network servers and workstations k.any additional computer tasks identified by RWQCP staff I.install or relocate computers m.install and configure peripherals n.monitor and optimize network performance In accordance with the outlined RFP, scope of this project, the following fee schedule is proposed: Sr. Programmer (Mehdi Ghadiani)$80 / hr Assistance Programmer (Temp)$50 / hr Clerical (Temp)$18 / hr PRODUCER (510)935-0545 F/ ~ourse Insurance Brokers, Inc. P.O. Box 3946 590 Lennon Lane-Suite 160 Walnut Creek, CA 94598 ANn: CISR, Patricia Pfelfer INSURED Nehdi Ghadiani Compu=ing Solution Group 4820 Vinewood Way Antioch, CA 94509 ’510)935-0486 Ext:.. 118 12/01/i~97 ’[--TI:E~CE~rTF~L’~ ":S ISsuED AS A MATteR OF IN~ORMA ONLY AND CO~ ,S NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVE~GE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVE~GE COMPANY "’Zur~h RE ’(UK) Unlimited" ""A COMPANYB COMPANYc COMPANYD 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 W1TH 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 BY PAID CLAIMS. CO TYPE OF INSURANCE ~POLICY NUMBERLTR GENERAL LIABILITY " X COMMERCIAL GENERAL LIABILITY : ~!’i" : X CLAIMS MADE i O~CUR OWNER’S & CONTRACTOR’S PROT ; X Retro Date: 1/1/98 AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO POLICY EFFECTIVE POLICY EXPIRATION ’UMITSDATE (MMIDD/YY) DATE (MM/DD/YY) " i GENERAL AGGREGATE $i, 000 00 01/01/1998 01/01/1999 EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY THE PROPRIETOPJ .......INCLPARTNERS/EXECUTWE OFFICERS ARE EXCL { OTHER PROFESSIONAL LIABILITY -CLAIMS MADE -RETRO ~BD DATE: I/I/98 !01/01/1998 01/01/1999 :. PRODUCTS ’- COMP/OP AGG $1 000 O0 PERSONAL & ADV INJURY $1 0 0 0 0 0 EACH OCCURRENCE $1,000 00 FIRE DAMAGE (A~y one fire)$E X C L U D E MED EXP (Any one person)$E X C L U O F COMBINED SINGLE LIMIT $ ¯ BODILY INJURY: (Per person)$ i BODILY INJURY: (Per accident)$ ~PROPERTY DAMAGE $ : AUTO ONLY - EA ACCIDENT EACH ACCIDENT AGGREGATE ::EACH OCCURRENCE $ i AGGREGATE $ $ .:E TORY LIMITS ~ ER ~!~:::::..:i:;:i.i::.-.::.. i¯-" :. ---. ~EL EACH ACCIDENT $ i EL DISEASE - POLICY LIMIT $ i EL’DISEASE - EA EM’I~LOYE~"" $ .$I,000,000. Each Claim & Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS k]] operations and locations usual to the named insured. City of Palo Alto, its Officers, Agents, and :mployees are named as Additional Tnsured, but only as to work performed under contract. :overage is Primary l0 Days Notice of Cancellation for Non-Pay ¯’ :- :- : ....’ .........:-":- ......’"=: ......:- .....:CANC-~J.~T|QN : :::!::- .-. :~ ~::-:~ ...........~i~!i.-’:’::~i:.- :i:: ..........::::~:::::::::~:::: .........::::,--:::,i,’~ ......CERT FICATEHOLDER..... . .¯--:,;-:-.~".::..~.~¯:-. ; ..........":, :-: .......-:.’-:::::.k... :::i..:::.~ ...:~ ¯:.’:; -.’~::;~:-:..!::’:.::~-.:.: ’-~!;¯~.:i:~::i:-’:¯’~L~:L~;i:.:~i::: :.:.::..:<.....::..::::...¯.-:;.:::::::~:¯...:::::.:..-i.:::::-.;.:~..::::i:i¯..~:.::. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAILMs. Kelly Moran C i t y o f P a 1 o A1 t o 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Regiona] Water Quality Control BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 2501 Embarcadero Way OF ANY KINDUP(~ Palo Alto, CA 94303 AUTHORIZEDREPRESENTATIVEI~_ ~ 25 S{’f/95) ........................" ....................................................................BY .~~..... ~___"~L-’~ TIONACORD -.... -;:--:-:v-:..- :-i.:,::;: :... :.: ::.-:-:--:. .-’ .’.;:-i::.:.:::’::":.::-;.:;:.:::::.:.:;: .-:’.::;:-i.; ~:~:::!~:::~::::::i:ii::~i;;~:~;:;:.:::~;:::~:~i::::::):::~.~!~;:i!~::~!!~::.::~:]~i:.::~.~::.~:;.!:;i::::/~::):~.’~!~)~i~’~j:~: :i- "::’-:..- :. PART Ill - CERTIFICATION of NONDISCRIMINATION SECTION 410 _Certification of Nondiscrimination; As suppliers of goods or services to the City of Paid Alto, the firm and individuals listed below certify that they do not discriminate in employment with regards to age, race, color, religion, sex, national odgin, ancest~, 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. END OF SECTION C;Tf OF PALO ALTO: NON-DISCRIMINATION (6/94)RFP #100841