Loading...
HomeMy WebLinkAbout1996-02-12 City Council (10)City of Palo Alto C ty Manager’s Report 3 TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: Police AGENDA DATE: February 12, 1996 CMR:138:96 SUBJECT:Professional Selwices of Laboratory Technologist - Milton Smith, Jr. - Award of Contract REQUEST The Police Department is required to provide services of a clinical laboratory technologist for certain arrest situations to determine levels and degrees of intoxification. This report requests Council approval of a new multi-year contract with Mr. Milton Smith, Jr., a technologist, for an amount not to exceed $19,500 for the first nine months of the agreement. RECOMMENDATIONS Staff recommends that City Council authorize the Mayor to execute the attached contract with Milton Smith, Jr., in an amount not to exceed $19,500 for the first nine months, and $26,000 for the second and third years for laboratG y technologist services. Pending Council approval, the contract will commence March 1, 1996 and expire August 31, 1998, with an option to renew in twelve-month increments not to exceed 33 months. Funds are included in the FY 1995-96 Police Department budget, and funds for subsequent years are contingent upon Council-approved budgets. POLICY IMPLICATIONS There are no policy implications associated x :th this request. EXECUTIVE SUMMARY The Police Department is mandated by the California Vehicle Code to provide the services of a clinical laboratory technologist to obtain blood specimens from individuals arrested for driving while under the influence of alcohol or drugs. A similar service is also necessary when an individual is arrested for a serious crime or for a drug-related offense. These chemical samples are collected as part of thorough police investigations to assist in determining one’s guilt or innocence. CMR:138:96 Page 1 of 2 Three years ago staff distributed a Request for Proposal (RFP) from laboratory technologists in the area for these services; Mr. Milton Smith, Jr. was the sole respondent. In September 1992, Council authorized a three-year agreement with Mr. Smith. The agreement allowed for renewal in twelve-month increments provided that Mr. Smith’s fees did no~ exceed a 5 percent increase. In September 1995, staff again utilized the RFP process to identify a laboratory technologist contractor. Though six vendors were sent request for proposals, Mr. Smith was again the sole respondent. Some of the vendors that did not respond indicated an inability to comply with the 24-hour on call requirement. Mr. Smith has proposed a 5 percent increase in his per sample fee from the last three-year contract. FISCAL IMPACT Funds for the first year (nine months), $19,500, have been approved in the Police Department’s 1995-96 budget. Funding for the second and third years, $26,000, are contingent upon Council approval of the 1996-97 and 1997-98 budgets. ENVIRONMENTAL ASSESSMENT There is no Environmental Assessment required for this contract ATTACHMENTS Contract. PREPARED BY:Mark Venable, Police Agent Lynne Johnson, Assistant Police Chief DEPARTMENT HEAD REVIEW: CITY MANAGER APPROVAL: CHRIS DURKIN BERNIE ’S~.TRO_’~ .... ~ Assistant City )~tCanager ClV[R:138:96 Page 2 of 2 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND MILTON W. SMITH FOR CLINICAL LABORATORY TECHNOLOGIST SERVICES This Contract No. is entered into , by and between the CITY OF PAL0 ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and MILTON W. SMITH, a technologist located at 774 Marion Avenue, Palo Alto, CA 94303-3611 ("CONTRACTOR"). RECITALS: WHEREAS I CITY desires certain clinical laboratory technologist services ("Services"), as more fully described in Exhibit "A"; and ~EREAS, CITY desires to engage CONTRACTOR, including its employees, if any, in providing the Services by reason of its 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.TE~M i.I This Contract will commence on the date of its execution by CITY. The obligation of CONTRACTOR to perform the Services will commence in accordance with the time schedule set forth in Exhibit ~A". Time is of the essence of this Contract. In the event that the Services are not completed within the specified time schedule on account of CONTRACTOR’s default, 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 CO~ZPRACTOR. SECTION 2. CONTRACTOR QUALIFICATIONS,STATUS,AND DUTIES OF 2.1CONTRACTOR represents and warrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services. CONTRACTOR further represents and warrants that the project director and every individual charged with the performance of the Services under this Contract are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services. 2.2 In reliance on the representation and warranty set forth in Section 2.1, CITY hires CONTRACTOR to perform, and CONTRACTOR covenants and agrees that it will furnish or cause to be furnished, the Services. 96026 syn 0070903 1 2.3 CONTRACTOR will assign MILTON W. SMITH as the project director to have supervisory responsibility for the performance, progress, and execution of the Services. If circumstances oz conditions subsequent to the execution of this Contract cause the substitution of the project director for any reason, the appointment of a substitute project director will be subject to the prior written approval of the project manager. 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 fully informed of all existing and future Federal, State of California, and !ocal laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract, any materials used in CONTRACTOR’s performance under this Contract, or the performance of the Services; 2.4.3 At all times observe and comply with, and cause its employees and contractors (and consultants), if any, who are assigned to the performance of this Contract to observe and comply with, the laws, ordinances, regulations, orders and decrees mentioned above; and 2.4.4 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 any plans, drawings, 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 wil! 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 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. 2.7 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 wil! be discharged immediately from further performance under this Contract on demand of the project manager. 96026 syn 0070903 2 SECTION 3.DUTIES OF CITY 3.1 CITY will furnish or cause to be furnished the specified services set forth in Exhibit ~’A" and such other information regarding its requirements as may be reasonably requested by CONTRACTOR. 3.2 The city manager will represent CITY for all purposes under this Contract. MARK W. VENABLE is designatedas the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Services, and will be assisted by BEVERLY McCARTHY, the Staff Secretary. 3.3 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 For the full performance of the services described herein by CONTRACTOR, payments to CONTRACTOR will be based on the following fee schedule and will be made monthly following receipt by CITY of itemized invoices in triplicate, provided that the total amount payable under this Agreement shall not exceed the sum of nineteen thousand five hundred dollars ($19,500) for FY 1995-96 and twenty-six thousand dollars ($26,000) per year for FY 1996-97 and 1997-98: (a) Blood Sample $60.00 (b)Urine Sample $60,00 (c) Breath Test $60.00 (d) If more than one (I) test is administered to any individual, it shall be considered only one test, and CONTRACTOR shall be compensated for only one (I) test in the sum of sixty dollars (60.00). (e) If an individual refuses all of the above tests, CONTRACTOR shall receive a basic fee of sixty dollars($60.00). (f) If the CONTRACTOR is cancelled at any point after being called and requests to respond, the CONTRACTOR shall receive a basic fee of sixty dollars ($60.00). (g) If the total number of tests taken in one month exceeds thirty-five (35), CONTRACTOR shall be compensated at a rate of sixty dollars ($60.00) for each test above thirty-five (35). (h) In the event CONTRACTOR’S total fees are less than two thousand one hundred twenty-eight dollars ($2,128.00) for any monthly period, CITY shall pay CONTRACTOR such difference to equa! a total of two thousand one hundred twenty-eight dollars ($2,128.00) for such monthly period. 96026 syn 0070903 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. C0~RACTOR 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. 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 "C", insuring not only CONTRACTOR and its contractors, if any, but also, with the exception of workers’ compensation, employer’s liability, and professional liability insurance, naming CITY as an additiona! 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 contractors of CONTRACTOR retained to perform Services under this Contract will obtain and 96026 syn 0070903 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, wil! 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 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. 8.4 The procuring of such required policy or policies of insurance will not be construed to limit CONTRACTOR’s liability hereunder nor to fulfil! the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONTRACTOR will be obligated for the full and tota! amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or loss arising after the Contract is terminated or the term has expired. SECTION 9.WORKERS’ COMPENSATION 9.1 CONTRACTOR, by executing this Contract, certifies that it is aware of the provisions.of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of the Services. SERVICES SECTION i0. TERMINATION OR SUSPENSION OF CONTRACT OR i0.I The city manager may suspend the performance of the Services, in whole or in part, or terminate this Contract, with or without cause, by giving thirty (30) days’ prior written notice thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR will immediately discontinue its performance of the Services. 10.2 CONTRACTOR may terminate this Contract or suspend its performance of the Services 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 the Services to be performed. 10.3 Upon such suspension or termination by CITY, CONTRACTOR will be paid for the Services actually rendered to CITY 96026 s}m 0070903 5 on or before the effective date of suspension or termination; provided, however, if this Contract is suspended or terminated on account of a default by CONTRACTOR, CITY wil! be obligated to compensate CONTRACTOR only for that portion of the Services which are of direct and immediate benefit to CITY, as such determination may be made by the city manager acting in the reasonable exercise of her discretion. 10.4 Upon such suspension or termination, CONTRACTOR will deliver to the city manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONTRACTOR or its contractors, if any, or given to CONTRACTOR or its contractors, if any, in connection with this Contract. Such materials will become the property of CITY. 10.5 The failure of CITY to agree with CONTRACTOR’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONTRACTOR to fulfill its obligations under this Contract. SECTION II.ASSIGNMENT II.I This Contract is for the personal services of CONTRACTOR, therefore, CONTRACTOR will not assign, transfer, convey, or otherwise dispose of this Contract or any right, title or interest in or to the same or any part thereof without the prior written consent of CITY. A consent to one assignment will not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void and, at the option of the city manager, this Contract may be terminated. This Contract will not be assignable by operation of law. SECTION 12.NOTICES 12.1 All notices hereunder will be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONTRACTOR: Attention of the project director at the address of CONTRACTOR recited above 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. 96026 s.~n 0070903 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 wil! have any financial interest under this Contract is an officer or emp!oyee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. SECTION 14. NONDISCRIMINATION 14.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of any person under this Contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of that person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONTRACTOR agrees to meet all requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "D" 14.2 CO#~fRACTOR 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. 0nly 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 96026 syn 0070903 breach of this Contract. Thereupon, CITY will have the power to cance! 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 wil! comply with or ensure by its advice that compliance with such provisions will be effected in the performance of this Contract. 15.2 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 15.3 In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 15.4 The prevailing party in any action brought to enforce the provisions of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. 15.5 This document represents the entire and integrated agreement between the parties and supersedes all prior negotia- tions, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 15.6 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 15.7 The covenants, terms, conditions and provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and contractors, as the case may be, of the parties. 15.8 If a court of competent jurisdiction finds or rules that any provisign 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. 96026 syn 0070903 15.10 This Contract may be executed in any number of counterparts, each of which will be an original, but all of which together will constitute one and the same instrument. 15.11 This Contract is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Contract will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 15.11 shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FO~M: Mayor Senior Asst. City Attorney APPROVED: Assistant City Manager Police Chief Director of Admin. Services Risk Manager Attachments: EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF SERVICES AND TIME SCHEDULE FEE SCHEDULE INSURANCE NONDISCRIMINATION COMPLI~CE FORM 96026 syn 0070903 Exhib PART II - SCOPE of WORK or SERVICES FEE SCHEDULE Cit)/of Palo Alto In response to the Request for Proposal, the undersigned, as Proposer declares that the only persons or parties interested in this RFP as principals are those named herein, that this RFP is made without collusion with any other person, firm or corporation; that the Proposer has carefully examined the location of the proposed Work and the plans and specifications herein referred to; and the Proposer proposes and agrees, if this RFP is accepted, that the Proposer will contract with the City of Palo Alto, to provide all necessary materials, equipment, tools, apparatus and other means of transport services, and to do all the work and furnish all the specified requirements in the Contract, in the manner and time therein prescribed and at the fees stated in the RFP: Project Title:Services of a Clinical Laboratory Technologist PROPOSAL SCHEDULE J *? ESTIMATED QUANTITY N/a N/a N/a N/a ITEMS WITH UNIT PRICE WRITTEN IN WORDS Blood Sam.~les PER SCOPE OF WORK SECTION OF PARTII HEREIN S±zt~ Dollars Breath Samples PER SCOPE OF WORK SECTION OF PARTII HEREIN. S±zt~- Dollars Urine Samoles PER SCOPE OF WORK SECTION OF PART II HEREIN.S±zt3, Do!lars Test refusal (To compensate for technologist’s response when tests are refused by subject) PER SCOPE OF WORK SECTION OF PART II HEREIN. * PROPOSED FEES PER EACH 60. O0 $ $ ~0. O0 k~zxt.y Do!!ar~) iNinim~Jm monthl;~, ~ee for 2~ hr. on call standb.v service= Two thousand one :aundred twent,v eiF:ht Dollars De~ !’iontt~ CITY of PALO ALTO: RFP (5/95)SECTION 00001-7 PART Ii - SCOPE of WORK or SERVICES ITEM J = City of Palo Alto ESTIMATED QUANTITY N/a N/a ITEMS WITH UNIT PRICE WRITTEN IN WORDS Volume Samples (When the technologist obtains samples from more than one subject on the same call, the fee for the second subject, third subject, etc.), PER SCOPE OF WORK SECTION OF PARTII HEREIN. Same as one £or All. Court A.oDearan~;e PER SCOPE OF WORK SECTION OF PART II HEREIN. PROPOSED FEES PER EACH 1. $ Same as One £o2 2. $ All 3.$ 4.$ (Add page if necessary) $i.; [~o C~ar~e Notes and Requirements Proposer em /;;? Section 0000"1-7 Award and execution of the Contract shall be as described in the Request for Proposal documents. THE SELECTION CRITERIA as determined by the Project Manager will be the basis for determining the "lowest responsible proposer". Prices and total shall include all applicable taxes. If errors in extensions and totals exist, the written unit rate with corrected extension and total shall prevail and will be considered as the actual base bid proposal amount. TERM OF AGREEMENT The term of this Agreement shall be for 9 months and may be extended for up to two (2) 12-month periods for a maximum of 33 consecutive months, subject to: City of Palo Alto City Council’s annual approval of each current year’s budget and appropriation of funds for this Contract; the Consultant’s compliance with the terms and conditions as established by this document (RFP); and, a mutual agreement to continue the Agreement with: CITY of PALO ALTO: RFP (5/95)SECTION 00001-8 PART Ii - SCOPE of WORK or SERVICES City of Palo Alto (a) (b) (c) (d) negotiations beginning 60 days prior to each 12 months’ anniversary date; a mutual agreement to extend the Contract completed 30 days prior to each 12 month expiration date; satisfactory compliance and extensions by the Consultant with the established certificates of insurance, licensing, permits, City’s Agreement or other requirements, if any, of the Terms & Conditions; and, firm pricing for subsequent twelve month term(s)~ as set forth in herein. Notwithstanding the foregoing, the City may terminate this Agreement, with or without cause, by providing ten (10) days written notice to Consultant. Monies then owing based upon work satisfactorily accomplished shall be paid to Consultant. Subject to the above, pricing of products or services shall be based on and remain firm during the following periods: (a) Approximately September 1995 to June 30, 1996. (b) July 1, 1996 to June 30~ 1997. (c) and, July 1, 1997 to June 30, 1998. PROPOSER’S SIGNATURE IN PART III, SECTION 305 (HEREIN) CONSTITUTES AN AGREEMENT TO THE TERMS AND CONDITIONS OF THIS SECTION (PART II). END of SECTION CITY of PALO ALTO: RFP (5/95)SECTION 00001-9 PART I!1 -PROPOSAL FORMS SECTION 00310 CONSULTANT’S SPECIAL LICENSE REQUIREMENTS When applicable, and subject to verification of good standing, the Consultant shall submit a copy of its current professional license as issued by the State of California under Chapter 9 of Division III of the California Business and Professions Code (Sections 7000 ~,~,,.g.). The copy of the license shall be attached to the Signature Page herein. ACKNOWLEDGEMENT OF ADDENDUM(S) During the RFP process there may be changes to the documents which would require an issuance of an Addendum or Addenda. To assure that all Consultants receive the update or change Addendum, the following acknowledgement and sign-off is required. NOTE: Failure to execute the following may be considered as an irregularity in the request for proposal process. Receipt of the following Addendum is acknowledged. The Consultant acknowledges that the information contained in the addendum has been considered in the preparation of this RFP. Addendum No. (NoneS), (1~), (2~), (3~), (4 ), (5~) (Check appropriate space/number above) Signature of Consultant Company END OF SECTION CITY of PALO ALTO: Acknowledgement - (8-93)SECTION 00300-2 PART III -PROPOSAL FORMS SECTION 00305 SIGNATURE PAGE Services of Clinical Laboratory Technologist - RFP #81599 The undersigned hereby certifies that, directly or indirectly, they or their representatives and agents have not colluded with other parties interested in this Proposal. Consultant OR Contractor is a: [] California Corporation, or a [] Corporation organized under the laws of the State of head offices located at,,, and offices in California at (Attach addendum if necessary) ~ Sole Proprietorship, or a E] Partnership (list names of partners; state which partner or partners are managing partner(s). (Attach addendum). [] Other (Attach addendum specifying details). Name of Consultant: Title: Address #1: Signature of OfficerJOwn#r: Prin.ted Name of Signatory: Address #2: ,,,City: Fax No: Name of’Contact Person’ State, Zip: Telephone: iRS #: 73-3 Telephone: <.-/is- - CITY of PALO ALTO: Signature Page - (5/93)SECTION 00305-1 Karen L Nickel, Chief Laboratory Field Services 32 EdA PRODUCER NUMEER A 00291157 ’225 DATE OF ISSUE 06~ /95 SPECIFIED MEDICAL PROFESSIONAL LIABILITY OCCURRENCE INSURANCE POLICY OFFERED THROUGH THE ALUED HEALTH PURCHASING GROUP ASSOCIATION PURCHASING GROUP POLICY NUMBER: 44-2010129 PRIOR CERTI~-.AT RENEWAL Exhibit DECLARATIONS CERTIFICATE NUMBER AHCo 0000021851 Named Insured MAILING ADDRESS MILTON W SMITH 77~ N~!ON ~v~ PALO ALTO CA 98303-3611 Policy Period 12:01 A.M. Standard Time At From: 07/01/95 To: Location of Designated Premises 07/01/96 The insurance afforded is only with respect to such of the following types of insurance as indicated by =pecif’~ premium char~ or charges: COVERAGE PREMIUM A. Professional Liability ~-] $332,00 B. General Liability Endorsement(s) TOTAL PREMIUM: LIMITS OF LIABILITY each Incident $$l, O00oO00 1,000,000or Occurrence Deductible (if applicable): $0 each Incident or Occurrence The Named Insured is: [] Other: $ 332.00 the A~r e~ate Sole Proprietor (including Individual )Partnership ~] Corpor’~.k)n ~ Business or occupation of the Named Insured: BEDICAL TECHNOLOGIST This policy is made and accepted subject to the printed conditions of this policy together with the provisions, stipulations and agreements contained in the following form(s) or endorsement(s): REPRESENTATIVE: PLP2025, PLa2025, PLE2081 PLP-2025 (01/95) CHICAGO INSURANCE COMPANY 55 E. MONROE STREET, CHICAGO, ILLINOIS 60603 Agent or Broker: Office Address: Town and State: ALBERT H, WOHLERS 8 CO. lqqO H, NORTHWEST HIGHWAY PARK RIDGE, ILLINOIS 60068 D. E. F. PART II - INSURANCE RE( CONTRACTOR: PROJECT MANAGER: CONTRACT NAME: REMENTS - Long Form City of ! Alto:SECTION 00650(~ Insurance Requirements for Contractors Mark Venable - Police Department Services of Clinical Laboratory Technologist GENERAL TERMS AND INSTRUCTIONS THIS INSTRUCTION SHEET SHOULD BE GIVEN TO YOUR INSURANCE AGENT/BROKER ~ORS TO THE CITY OF PALO ALTO. AT THEIR ,SOLE EXPENSE ~ OBTAIN AND MAINTAIN INSURANCE FOR THE TERM OF THE CONTRAC’r. CONTRACTORS WtLL BEREQUIRED TO PROVIDE A CERTIF|C~TE EVIDENCING THE |NSUR,~ICE ~a~D N.~,MING THE CITY/~ AN ADDITIONAl. INSURED. ALL INSURANCE COVER.~GE REQUIRED SHALL B~[ PROVIDED THROUGH CARRIERS Wt1"H A BEST RATING OF A:VII OR NIGHER T~r,AT ME ADMITTED TO DO BUSINESS |N THE aTATE OF CALIFORNIA. THE CERTIFICATE OF INSURANCE MUST BE COMPLETED AND EXECUI~D BY AN AUTHORIZED REPRESENTATIVE OF THE COMPANY PROVIDING |NSUPJM’t~E, FILED W1TH THE CITY,AND ~.=~ROvED BY THE crrY BEFORE CONTRACT W~LL BE CONSIDERED COMPt.ETE A8 RESPECTS INSUR.4~NCE. RETURN THE COMPLETED CERTIFICATE TO THE CITY OF PALO ALTO, PURCHASING & CONTRACT ADM/NISTRATION, 250 HAM/L TON A VENUE, PALO AL TO 94301. THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED FOR THIS CONTRACT. TYPE OF COVERAGE ~ Worker’s Compensation /~’,/A Automobile Liability/ ,4((/A [].Comprehensive General Liability: INCLUDING: ¯ PERSONAL INJURY ¯ BROAD FORM PROPERTY DAMAGE ¯ BLANKET CONTRACTUAL ¯ FIRE LEGAL LIABILITY [].Comprehensive Automobile Liability: INCLUDING: ¯ OWNED ¯ HIRED ¯ NON-OWNED I~ro fession al Lia bilit y:..,,% ~ C .¢iINCLUDING: ¯ERRORS AND OMISSIONS ¯M~J.PRACTICE (ff/~q~plicab|e) ~ ~ D 1 2 4 ~ ¯NEGLIGENT PERFORMANCE REQUIREMENT BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED BODILY INJURY (Each Person) I~ODILY INJURY {E=~I~ o=~,~-~,~ pROPERTY DAMAGE 8ODILY INJURY & PROPERTY DAMAGE COMBINED ALL DAMAGES LONG FORM IMinimum Limi~I {~*THE CiTY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED ~/~7" ~’4 t’~ ~;Lt.- ~P ~r,F. b~ ~; L;~ The Cl~ of PaiD Alto, Its officers, agents and employe~ are nam~ as additional insured, b~ only as to work pe#o~ under contract. Said ~ge as to ~ C~ of Paid A~o, etc., s~! ~ prima~ ~verage, ~thout offset against Ci~s existing insurance and any other insu~nce ~ed by the Ci~ being excess insurance only. ~ ~ ~ ~ grading, paving, exca~ting, drilling or other underground work, the policy includes destruction of ~res, conduffs, pi~s, ~, ~ ~ ~r ~ ~ any a~mt~ ~ connection there~th below the su~ace of t~ ground ~ether o~ by third pa~ies or t~ Ci~ of Pato A~o. Where the wo~ involves exca~ting, collapse coverage is provided in the amounts above. The ~licy includes a "Seve~bili~ of Interest" provision. D~uctibles over $5,0~ must be indicated and are subject to approval. If such policies are canceled or changed during the period of coverage as stated herein, in such a manner as to affect the Ce~i~cate, thi~ (~) da~ ~i~en notice ~11 be mailed to the Ci~ of Paid Alto, Contract Administration, P.O. Box 10250, 94303 ~ liabil~ insum~ ~li~ i~lud~ a cont~ctual liabili~ endorsement providing insurance coverage for Cont~ctoCs agr~ment to indemni~ the The coverage afforded under the policies is subject to all terms of the policies designated herein and meets all of the provisions ~11~ for herein. DATE: ~ ~CONTRACT ADMIN Ken M. Haskins, Manager {415) 329-23~ END OF SECTION CITY OF PALO ALTO: Insurance Requirements (REV.6/94)SECTION 00650-1 PART !11 -SUPPLEMENTAL FORMS SECTION 420 CITY of PALO ALTO EXPERIENCE AND FINANCIAL QUALIFICATIONS The following information concerning the experience and financial qualifications of the Consultant are a required part of the Proposal. This information may be included in the Proposer’s proposal format, this format is provided for information required only. The information may be used in the Proposal’s evaluation and is certified correct by your signature herein. PROJECT NAME:,Services of Clinical Laboratory Technoloaist Name of Company:Technologist, North Coumt.v Name of Insurance Carrier: Chica~<o Insurance ComDany Phone Number: ~-S00-~525-210¢~Policy Number: A:A.C-O00002"lS51 How many years have you (or your firm) done business un~ler the name listed above? ~S Years How many years experience have you (or your fi~m) had which is similar in nature to the work covered in the Proposal? ...... 98 Years ~ d/" ~,~j. ( Z /-~/_ ~ /J ~#~ /.~.~_~ Please provide (in your proposal) relevant references to contracts satisfactorily completed in the last three (3) Years. The information should include: Year; Type of services; Company/Agency name and location; and Contract amount. 1992, Teoh ~;ervioes ~ City e2 Pa-lo 3.1 Have you (or your firm) previously worked for the City of Palo Alto? 1~1 Yes [] No If yes, please include the information in your proposal. Please provide (in your proposal) a list of the Project’s management staff of the proposer who will manage the proposed work as may be required by the Scope of Work or Services listed herein.The information should include: Name; Years of Experience; Field of Expertise/Capabilities. i-lone State location (in your proposal) of information requested under items 1 - 4 above: I. This Da~e 2. ~his page 3. Ti~is ~a~e 4. This pave Tec~’_nolo~zs~;, ;~iorth County Consultant (Company Name) [fii~_ton W. ~;!,,.1:h, Sole Prop.Lept. 22, q9~5 (Name/Title)(Date) Alto CITY of PALO ALTO: Experience/Financial (4/94) END OF SECTION SECTION 420 Exhibit D CERTIFICATION of NONDISCRIMINATION City of Palo Alto Project: Services of Clinical Laboratory Technologist Certification of Nondiscriminatioq; 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 2.0 To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. To communicate this policy to all persons concerned, including all employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3.0 To take affirmative action steps to hire minority employees within the organization. 4.0 To be knowledgeable of the local, state, and federal laws and regulations concerning affirmative action policies and provide opportunities for employees. "Firm: 1 ~_- ¢---~//t/#’L.,~ ~,~-/) DATE: !~21)~ ~ Title of Officer Signing: G ~# ~ 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