HomeMy WebLinkAbout1996-06-17 City Council (52)TO:
BUDGET 1996-98
City of Palo Alto
City Manager’s Report
HONORABLE CITY COUNCIL
8
FROM:CITY MANAGER DEPARTMENT: Public Works
AGENDA DATE: June 17, 1996 CMR:304:96
SUBJECT:APPROVAL OF AN AGREEMENT WITH KENNEDY/JENKS
CONSULTANTS FOR MINOR OR EMERGENCY
CONSULTANT SERVICES FOR THE REGIONAL WATER
QUALITY CONTROL PLANT
REOUEST
This report requests that Council approve a one year agreement, with options for two
additional year terms, with Kennedy/Jenks Consultants in the amount of $60,000 for the
first year. The agreement will be used only for minor consultant services on emergency
or fast-track plant repair projects at the Regional Water Quality Control Plant (RWQCP).
RECOMMENDATIONS
Staff recommends that Council:
o
Approve and authorize the Mayor to execute the attached agreement with
Kermedy/Jenks Consultants in the amount of $60,000 for FY1996-97 for minor or
emergency services for the RWQCP.
Authorize the City Manager or her designee to negotiate and renew the agreement
with Kennedy/Jenks Consultants at the end of each year for a period not to exceed
three years, the total value of each renewal shall not exceed $60,000 ’per year
contingent upon Council approval of the budget for each subsequent year, and
provided that the prior year’s work has been satisfactory.
POLICY IMPLICATIONS
This agreement will be used only for minor or emergency consultant services to assist plant
repairs and has no policy implication.
EXECUTIVE SUMMARY
In May 1994,Council awarded an annual agreement to Kennedy/Jenks Consultants, with
option to renew up to three years, to assist the RWQCP on minor or emergency plant repair
CMR:304:96 Page 1 of 3
projects. The term of the agreement will end this June. The RWQCP continues to require
consultant assistance in resolving problems associated with unexpected equipment
breakdowns or process. As the plant continues to age, staff anticipates the need will
increase for such urgent consultant services. These problems typically require immediate
response and good working knowledge of the existing facility and its processes.
Kennedy/Jenks Consultants was the original design firm of the RWQCP. In past years,
their knowledge of the original design and their ability to respond immediately, due to the
proximity of their offices, have attributed to the fast restoration of plant operation with
minimal process interruption.
The RWQCP and the City also continue to require consultant technical assistance for
reducing corrosion-related copper discharges to the local sewer system. Kermedy/Jenks
consultants has performed two major investigations into controlling corrosion in local and
regional drinking water supplies: the June 1994 Internal Corrosion Control Study for the
Santa Clara Valley Water District and a series of four studies for the RWQCP completed
in 1995 and 1996. These reports established the technical feasibility of the use of a
corrosion inhibitor in San Francisco Water District drinking water to reduce copper levels
in the drinking water and, therefore, in the discharge. Prudent contingency planning, for
future RWQCP permit requirements for copper discharges to the Bay, necessitates continued
monitoring of.drinking water corrosion reduction requirements, development and possible
implementation of a local pilot test of corrosion inhibitor addition, and consideration of policy
issues and environmental impacts of possible future addition of corrosion inhibitor to water
supplies in the RWQCP service area. Technical assistance for each of these activities may
be needed; the extent of the assistance needed will depend on state and federal requirements
for corrosion control that have not yet been set and the nature of policy and environmental
issues identified during contingency planning.
Staff believes, that for projects of this nature, other consultants would have to research and
become familiar with the existing design and technical information prior to providing their
assistance. This would cause inevitable delay in the process recovery as well as add
significant cost for the City. Staff has contacted two consultant firms who are familiar
with wastewater processes: Montgomery Watson and CH2M HILL. Both consultant firms
agreed that Kennedy/Jenks Consultants is the most reasonable choice for services of such
nature. Since this agreement is for professional services, and Kennedy/Jenks Consultants
has demonstrated their competence on past projects of this nature, staff believes it is in the
best interest of the City to forego the normal proposal solicitation process for this consultant
service and award this agreement to Kennedy/Jenks Consultants.
FISCAL IMPACT
Funds for the first year of the agreement have been appropriated in the FY 1996-97
Wastewater Treatment Enterprise Fund. Funds for years two and three are contingent upon
Council approval of the budget for each subsequent year.
C1V[R:304:96 Page 2 of 3
ENVIRONMENTAL ASSESSMENT
The approval of this agreement does not constitute a project under the California
Environmental Quality Act; therefore, an environmental assessment is not required.
ATTACHMENT
Agreement with Kennedy/Jenks Consultants
PREPARED BY: Bill Miks, Manager RWQCP
DEPARTMENT HEAD APPROVAL: ~-~-- ~..
CITY MANAGER APPROVAL:
GLENN S. ROBERTS
(/ JUNE~,.j City MFan~~
CMR:304:96 Page 3 of 3
AGREEMENT
PROFESSIONAL ENGINEERING CONSULTANT SERVICES
BY AND BETWEEN THE CITY OF PALO ALTO AND
KENNEDY/JENKS CONSULTANTS, INC .
THIS AGREEMENT is made and entered into this day of
, 1996, by and between the CITY OF PALO ALTO, a
municipal corporation of California, hereinafter referred to as
"CITY," and KENNEDY/JENKS CONSULTANTS, INC. (Taxpayer Identifica-
tion No. 94-2147007), a California corporation, with offices at
2191 East Bayshore Road, Suite 200, Palo Alto, CA 94303,
hereinafter referred to as "CONSULTANT";
W I T N E S S E ~ H:
WHEREAS, CITY desires certain professional services
hereinafter described; and
WHEREAS, CITY desires to engage CONSULTANT to provide
these services curing FY 1996-97 by reason of its qualifications
and experience for performing such services, and CONSULTANT has
offered to provide the required services on. the terms and in the
manner set forth herein; and
NOW, THEREFORE, in consideration of
covenants, the parties hereto agree as follows:
their mutual
SECTION 1 -DEFINITIONS
i.I CITY
The term "City" as used in this Agreement shall mean a’nd
include all the territory lying within the municipal boundaries of
the City of Palo Alto, California, as presently existing, plus all
territory which.may be added thereto during the term of this
Agreement by annexation or otherwise.
1.2 CITY MANAGER
The term "City Manager" shall mean the duly appointed
City Manager of the City of Palo Alto, California, or her
designated representative.
1.3 CITY ~TORNEY
The term "City Attorney" shall mean the duly appointed
City Attorney of the City of Palo Alto, California, or his
designated representative.
960422 syn 0070958
1
1.4 CITY CLERK
The term "City Clerk" shall mean the duly appointed City
Clerk of the City of Palo Alto, California, or her designated
representative.
1.5 RISK MANAGER
The term’"’Risk Manager"’ shall mean the duly appointed
Risk Manager of the City of Palo Alto, California, or his designat-
ed representative.
1.6 PROJECT
The term "Project" means the improvements described in
Exhibit "A" entitled "Scope of Work" &ttached hereto and made a
part hereof.
SECTION 2 -PROJECT COORDINATION
2.1 CITY
The City Manager shall be representative of CITY for all
purposes under this Agreement. Daisy Stark is designated as the
PROJECT MANAGER for the City Manager, and she shall supervise the
progress and execution of this Agreement.
2.2 CONSULTANT
CONSULTANT shall assign a single PROJECT DIRECTOR to have
overall responsibility for the progress and execution of this
Agreement for CONSULTANT. Deeb Batsford hereby is designated as
the PROJECT DIRECTOR for CONSULTANT. He shall also be assigned as
PROJECT COORDINATOR for CONSULTANT and shall represent CONSULTANT
during the day-to-day work on the Project. Should circumstances or
conditions subsequent to the execution of this Agreement require a
substitute PROJECT DIRECTOR or PROJECT COORDINATOR for any reason
the PROJECT DIRECTOR or PROJECT COORDINATOR designee shall be
subject to the prior written approval of the PROJECT ENGINEER.
SECTION 3 -SCOPE OF PROJECT
The scope of the Project to be executed by CONSULTANT
under the phases of the Basic Services described in Section 4.1 of
this Agreement is as described in Exhibit "A" attached hereto and
made a part hereof.
SECTION 4 - DUTIES OF CONSULTANT
4.1 BASIC SERVICES
Unless otherwise indicated, CONSULTANT shall perform each
task and accomplish each objective described in Exhibit "A," "Scope
of Work." CONSULTANT’s Basic Services shall be furnished as
described in Exhibit "A".
960422 ~yn 0070958
2
4.2 ADDITIONAL SERVICES
CONSULTANT shall perform or obtain any and all of the
following additional services, not included under Basic Services,
if so authorized’ in writing by CITY, and shall be paid as provided
in Section 6 of this Agreement:
4.2.1 Providing services as an expert witness in
connection with~ any .public hearing, arbitration proceeding, or
proceeding of a court of record.
4.2.2 Incurring travel and subsistence expenses for
CONSULTANT and his staff beyond those normally required under Basic
Services.
4.2.3 .Performing any other services that may be
agreed upon by the parties subsequent to the execution of this
Agreement.
4.2.4 Such services as defined in Exhibit "A".
4.3 GENERAL DUTIES OF CONSULTANT
4.3.1 CONSULTANT represents that it is qualified to
furnish the services described under this Agreement. CONSULTANT
further declares that one or more members or employees of his firm
and that of its subconsultants, if any, are licensed by the State
of California to perform their services and that these services
will be performed by them or under their supervision. CONSULTANT
shall furnish to CITY for approval, prior to execution of each
task, a list of all firms or corporations to be employed as
subconsultants.
4.3.2 CONSULTANT states that it is aware 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 accommoda-
tions for persons with disabilities, and relating to facilities for
persons with disabilities. CONSULTANT shall comply with such
provisions in carrying out the terms of this Agreement.
4.3.3 CONSULTANT shall furnish CITY with every
reasonable opportunity for CITY to ascertain that the services of
CONSULTANT are being performed in accordance with the requirements
and intentions of this Agreement.
SECTION 5 - DUTIES OF CITY
5.1 CITY shall provide information regarding its requirements
for the Project.
5.2 CITY shall examine documents submitted by CONSULTANT and
shall render decisions pertaining thereto promptly, to avoid
unreasonable delay in the progress of CONSULTANT’s work.
960422 syn 0070958
3
5.3 CITY shall furnish information as one in CITY’s files or
are at its disposal, as listed in Exhibit "A"o
5.4 If CITY observes or otherwise becomes aware of any fault
or defect in the Project’ or nonconformance with the contract
documents, CITY shall give prompt written notice thereof to
CONSULTANT.
5.5 CITY shall, furnish promptly information required by
CONSULTANT.
SECTION 6 - PAYMENT
Payment shall be made by CITY only for services rendered
and upon submission in triplicate of monthly progress payment re-
quests. Each invoice shall be itemized, as to the type of payment
described in this section.
6.1 CONSULTANT’S FEES
In consideration for the full performance of the Basic
Services and reimbursable expenses described in Section 4.1 of this
Agreement, CITY agrees to pay CONSULTANT a fee as established in
Exhibit A, not to exceed $60,000.00 annually for the services.
The amount of CONSULTANT’s compensation shall be
calculated as set forth in Exhibit "B", Schedule of Charges,
attached hereto, on a time and materials basis, up to the maximum
amount set forth in this paragraph 6.1.
6.1.1 Subconsultants. Fees for subconsultants, hired
directly by CONSULTANT, shall be approved by CITY in advance of
incurring such fees.
6.2 PAYMENT SCHEDULE
6.2.1 For Basic Services. Payments for Basic
Services shall be made in progress payments in proportion to
services performed.
6.2.2 Deductions. No deductions shall be made from
CONSULTANT’s compensation on account of penalty, liquidated
damages, or other sums withheld from payments to contractors.
SECTION 7 - PROGRESS AND COMPLETION
7.1 TIME IS OF THE ESSENCE
It is understood and agreed that time is of the essence
of this Agreement, and that, following receipt of Notice to
Proceed, CONSULTANT shall commence work on initial tasks of study
in accordance with the time schedule, if any, in Exhibit "A". Work
on subsequent tasks shall proceed in accordance with said time
schedule.
960429 syn 0070958
4
7.2 TIME OF COMPLETION OF EACH PHASE
CONSULTANT agrees to perform the services within the time
limits set forth in Exhibit "A" provided, however, that any change
in the scope of services or other changes due to CITY’s operating
requirements, or in connection with other contractors or consu!-
tants operations, may require a revised time table.
CITY agrees to exercise due diligence in,performing its
tasks to implement CONSULTANT’s time table.
7.3 CITY’S REVIEW AND APPROVAL
Between each phase of work there is a review and approval
period by CITY. CITY will exercise due diligence to complete these
tasks; however, it is recognized that the interrelated exchange of
information among CITY’s various dep~rtments makes it impossible to
set a specific time schedule. Normally, CITY’s estimated period of
review and approval will befurnished to CONSULTANT at the time of
submission of each phase of work.
7.4 EXTENSION OF TIME OF COMPLETION
In the event the services called for under this Agreement
are not completed by CONSULTANT within the time specified, CITY
shall have the option to extend the time of completion. This para-
graph does not preclude the recovery of damages for delay of either
party.
SECTION 8 CHANGES IN WORK
CITY may order major changes in scope or character of
work, either decreasing or increasing the amount of CONSULTANT’s
services. In the event that such changes are ordered, CONSULTANT
shall be entitled to full compensation for all work performed prior
to receipt of notice of change. Increased compensation for major
changes shall be determined in accordance with Section 6 of the
Agreement, but in. no event shall CITY be liable for payment unless
the amount of Such extra compensation shall first have been agreed
to in writing byCITY.
~n the event that major changes are ordered pursuant to
this section, the schedule for progress and completion in Section
7 of this Agreement and compensation shall be adjusted by negotia-
tion between CONSULTANT and CITY, subject to approval, if necessary
by the Palo Alto City Council.
SECTIOn1 9 TERMINATION OR SUSPENSION OF AGREEMENT
9.1 CANCELLATION BY CONSULTANT
CONSULTANT may terminate this Agreement or suspend work
on the Project upon thirty (30) days’ written notice to CITY, but
only in the event of substantial failure of performance by CITY or
in the event CITY abandons or indefinitely postpones the Project.
5960422 syn 0070958
9.2 CANCELLATION’BY CITY
Without limitation to such rights or remedies as CITY
shall otherwise have by law, CITY shall have the right to terminate
this Agreement o~ suspend work on the Project for any reason, upon
fifteen (15) days’ written notice to CONSULTANT, or immediately
after submission to CITY by CONSULTANT of any completed item of
service specified in Section 4 of .this Agreement. CONSULTANT
agrees to cease all work under this Agreement upon receipt of said
written notice°
9.3 COMPENSATION OF CONSULTANT IN THE
EVENT OF TERMINATION OF THIS AGREEMENT
In the event of termination of this Agreement or
suspension of work on the ~roject by either CITY or CONSULTANT,
CONSULTANT shall receive compensation as follows:
9.3.1 For approved items of service.under Section 4
of this Agreement, compensation shall be in the amount outlined
under Section 6 of this Agreement for the items of service fully
performed by CONSULTANT.
9.3.2 For items of service on which a notice to
proceed has been issued by CITY, but which have not been fully
completed and approved, CONSULTANT shall be compensated for said
service in an amount which bears the same ratio to the total fee
otherwise payable for the performance of said service as the
service actually rendered bears to the total service necessary for
the full performance of said item of service°
9°3.3 In no event shall the total compensation paid
in the immediately preceding paragraphs exceed the payment
specified in Section 6 for the respective items of service to be
furnished by CONSULTANT.
9.3.4 Notwithstanding anything in the preceding para-
graphs, upon termination for fault of CONSULTANT, CITY shall be
obligated to pay for only that portion of the service which can be
incorporated in the Project.
9.4 DUTIES OF CITY AND CONSULTANT
Upon termination of this Agreement or suspension of work
on the Project by either CITY or CONSULTANT, all duties of CITY and
CONSULTANT, as set forth in Sections 4 and 5 hereinabove, shall
terminate.
SECTION i0 -CONSULTANT’S ACCOUNTING RECORDS
Records of the following expenses pertaining to the
Project shall be kept by CONSULTANT according to generally accepted
accounting principles and shall be available to CITY at mutually
convenient times:
960422 syn 0070958
6
i0.i Direct personnel expenses, including consultant expenses.
(See Section 6 of this Agreement.)
10.2 Expenses pertaining to Additional Services.
6 of this Agreement.)
(See Section
SECTION Ii OWNERSHIP OF DOCUMENTS
iioi Subject to the provisions of Paragraph 11.2 below, the
original drawings, maps, plans, designs, records of survey, work
data, specifications, and other documents prepared by CONSULTANT in
the performance of this Agreement, although instruments of
professional service, are and shall be the property of CITY whether
the Project for which they are made is executed or not.
11.2 Upon termination under Section 9 of this Agreement and
upon CITY’s payment of the amount required to be paid under the
same section, the originals and all drawings, calculations,
specifications and similar documents become the property of CITY,
and CONSULTANT shall transfer them to CITY upon request without
additional compensation. CITY shall have the right to utilize any
completed or uncompleted drawings, estimates, specifications, and
other documents prepared hereunder by CONSULTANT; however, CITY
shall indemnify CONSULTANT against any loss which may be caused to
CONSULTANT by such use and reuse.
SECTION 12 -INTEREST OF CONSULTANT; CONSULTANT INDEPEN-
DENT OF CITY
In accepting this Agreement, CONSULTANT agrees to meet
all requirements of the Conflict of Interest Code, including
completing the Conflict of Interest Form furnished by the CITY.
The form shall be signed by the CONSULTANT and shall be made a part
of this Agreement.
It is expressly agreed that in the performance of the
professional services required under this Agreement CONSULTANT, and
any of its subconsultants or employees, shall at all times be con-
sidered independent contractors and not agents or employees of
CITY.
SECTION 13 OUTSIDE CONSULTANTS
CONSULTANT shall be responsible for employing all outside
consultants (subconsultants) necessary to aid ZONSULTANT in the
performance of the services listed in Section 4 of this Agreement;
provided, however, that all such subconsultants shall receive prior
approval of CITY in writing and shall remain acceptable to CITY
during the term of this Agreement.
SECTION 14 -INDEMNITY
CONSULTANT agrees to indemnify, defend and hold harmless
CITY, its officers, agents and employees from any and all demands,
7960422 syn 0070958
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’f subcontractors’ or
employees’ negligent acts, errors, or omlssions, or willful
misconduct, or conduct for which the law imposes strict liability
on CONSULTANT in the performance or failure to perform this
Agreement.
SECTION 15 -INSURANCE
15.1 LIABILITY INSURANCE
15.1.1 CONSULTANT, at its sole cost and expense, shall
obtain and maintain, in full force and effect throughout the entire
term of this Agreement, the insurance coverage described in Exhibit
"C", attached hereto, insuring not .only CONSULTANT and its
subcontractors, if any, but also, with the exception of workers’
compensation, employer’s liability, and professional liability
insurance, naming CITY, its officers, agents and employees, and
each of them, with respect to activities and services performed by
CONSULTANT for or on behalf of CITY under the provisions of this
Agreement as an addition insured.
15.1.2 Certificates of such insurance, preferably on
the forms provided by CITY, shall be filed with CITY concurrently
with the execution of this Agreement or, with CITY’s approval,
within ten (I0) working days thereafter. Said certificates shall
be subject to the approval of the Risk Manager and shall contain an
endorsement stating that said insurance is primary coverage and
will not be cancelled or altered by the insurer except after filing
with the 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’ compensa-
tion, employer’s liability, and professional liability insurance).
Current certificates of such insurance shall be kept on file at all
times during the term of this Agreement with the City Clerk.
15.2 CORRECTION OF ANY ERRORS, OMISSIONS, AND AMBIGUITIES
IN ~ONTRACT DOCUMENTS
Any e~ors,omissions, or ambiguities in the contract
documents which are discovered before the Project is out for bid
shall be corrected by CONSULTANT without cost to CITYo CONSULTANT
services required to make changes in construction resulting from
errors, omissions, or ambiguities in the contract documents which
are discovered after the contract is awardedshall be performed by
CONSULTANT without cost to CITY only insofar as they result in
unnecessary or non-beneficial changes in construction. CONSULTANT
services required to make changes in construction resulting from
errors, omissions, or ambiguities to the contract documents which
are discovered after the contract is awarded shall be performed by
CONSULTANT and shall be paid for by CITY only insofar as they add
benefit to the construction work.
8
960422 ~yn 0070958
SECTION 16 -WORKERS’ COMPENSATION
CONSULTANT, by executing this Agreement, 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 before commencing the perform-
ance of the work of this Agreement.
SECTION 17 AGREEMENT BINDING
The terms, covenants, and conditions of this Agreement
shall apply to, and shall bind, the heirs, successors, executors,
administrators, assigns, and subcontractors of both parties.
SECTION 18 NONASSIGNABILITY"
18.1 PERSONAL SERVICES OF CONSULTANT
Both parties hereto recognize that this Agreement is for
the personal services of CONSULTANT and cannot be transferred,
assigned or subcontracted by CONSULTANT without the prior written
consent of CITY:
18.2 SERVICES OF SUBCONSULTANT AND THEIR EMPLOYEES
CONSULTANT shall be responsible for employing or engaging
all persons necessary to perform the services of CONSULTANT here-
under. No subconsultant of CONSULTANT will be recognized by CITY
as such; rather, all subconsultants are deemed to be employees of
CONSULTANT, and it agrees to be responsible for their performance.
CONSULTANT shall give its personal attention to the fulfillment of
the provisions of this Agreement by all of its employees and sub-
consultants, if any, and shall keep the work under its control. If
any employee or subconsultant of CONSULTANT fails or refuses to
carry out the provisions of this Agreement or appears to be
incompetent or to act in a disorderly or improper manner, he or she
shall be discharged immediately from the work under this Agreement
on demand of CITY.
SECTION 19 -RELIANCE UPON PROFESSIONAL SKILL OF
CONSULTANT
It is mugually understood and agreed by and between the
parties hereto .uhat CONSULTANT is skilled in the professional
calling necessary to perform the work agreed to be done hereunder
and that CITY relies upon the skill of CONSULTANT to do and perform
the work in the most skillful manner, and CONSULTANT agrees to thus
perform the work. The acceptance of CONSULTANT’s work by CITY does
not operate as a release of CONSULTANT from said obligation.
9
960422 syn 0070958
SECTION 20 -WAIVERS
The waiver bY either party of any breach or violation of
any term, covenant, or condition of this Agreement or of any
provision, ordinance, or law shall not be deemed to be a waiver of
any other term, covenant, condition, ordinance, or law or of any
subsequent breach or violation of the same or of any other term,
covenant, condition, ordinance, or law. The subsequent acceptance
by either party of any fee or other money which may become due
hereunder shall not be deemed to be a waiver of any preceding
breach or violation by the other party of any term, covenant, or
condition of this Agreement or of any applicable law or ordinance.
SECTION 21 NO IMPLIED WAIVER
No payment, partial payment, acceptance, or partial
acceptance by CITY shall operate as a waiver on the part of CITY of
any of its rights under this Agreement.
SECTION 22 - COSTS AND ATTORNEYS’ FEES
The prevailing party in any action brought to enforce the
terms of this Agreement or arising out of’ this Agreement may
recover its reasonable costs and attorney fees expended in
connection with such an action from the other party.
SECTION 23 -NONDISCRIMINATION; PENALTY
23.1 DUTY OF CONSULTANT
No discrimination shall be made in the employment of
persons under this Agreement because of the race, color, national
origin, ancestry, religion or sex of such person. If the value of
this Agreement 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 "Compliance Report--iNondiscrimination
Provisions of City of Palo Alto Contracts" on the form furnished by
CITY and attached hereto as Exhibit "D" and made a part hereof by
this reference.
CONSULTANT agrees that each agreement for services from
independent providers shall contain a provision substantially as
follows:
"PROVIDER shall provide CONSULTANT with a
certificate stating that he (or she) is currently in
compliance with all Federal and State of California laws
covering nondiscrimination in employment; that he (or
she) will pursue an affirmative course of action as
required by the Affirmative Action Guidelines of the City
of Palo Alto; and that he (or she) will not discriminate
in the employment of any person under this contract
because of race, color, national origin, ancestry, sex or
religion of such person."
960422 syn 0070958
10
23.2 PENALTY FOR DISCRIMINATION
If CONSULTANT is found in violation of the nondiscrimina-
tion provisions of the State of California Fair Employment
Practices Act or similar provisions of federal law or executive
order in the performance of this Agreement, it shall thereby be
found in material breach of this Agreement. Thereupon, CITY shall
have the power to cancel or suspend this Agreement, in whole or in
part, or to deduct from the amount payable to CONSULTANT the sum of
Twenty-Five Dollars ($25) for each person for each calendar day
during which such person was discriminated against, as damages for
said breach of contract, or both. Only a finding of the State of
California Fair Employment Practices Commission or the equivalent
federal agency or officer shall constitute evidence of a violation
of contract under this section.
If CONSULTANT is found in violation of the nondis-
crimination provisions of this Agreement or the applicable
affirmative action guidelines pertaining to this Agreement,
CONSULTANT shall be found in material breach of this Agreement.
Thereupon, CITY shall have the power to cancel or suspend this
Agreement, 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 found to have been
in such noncompliance as damages for said breach of contract, or
both.
SECTION 24 ARBITRATION
Upon agreement of the parties any controversy or claim
arising out of or relating to this Agreement may be settled by
arbitration in accordance with the Rules of the American Arbitra-
tion Association, and judgment upon the award rendered by the
Arbitrators may be entered in any court having jurisdiction
thereof.
SECTION 25 NOTICES
All notices hereunder shall be given in writing and
mailed, postage prepaid, by certified mail, addressed as follows:
To CITY:
With a copy
to:
Office of the City Clerk
P. 0. Box 10250
Palo Alto, CA 94303
Proj ect Manager
To CONSULTANT: Attention of the PROJECT DIRECTOR
atthe address of CONSULTANT recited above
960422 syn 0070958
ii
SECTION 26 - ALL COVENANTS ARE CONDITIONS
All provisions of this Agreement are expressly made
conditions.
SECTION 27 - AGREEMENT CONTAINS ALL
UNDERSTANDINGS; AMENDMENT
This document represents the entire and integrated
agreement between CITY and CONSULTANT and supersedes all prior
negotiations, representations, and agreements, ~either written or
oral.
This document may be amended only by written instrument,
signed by both CITY and CONSULTANT.
SECTION 28 GOVERNING LAW
This Agreement shall begoverned by the laws of the State
of California.
IN WITNESS WHEREOF, theparties hereto have executed this
Agreement the day and year firstabove written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Senior Asst. City Attorney
APPROVED:
Mayor
City Manager
Deputy City Manager,
Administrative Services
Director of Public Works
Risk Manager
Attachments :
EXHIBIT "A" :
EXHIBIT "B" :
EXHIBIT "C" :
EXHIBIT "D" :
SCOPE OF WORK AND ADDITIONAL TERMS
SCHEDULE OF CHARGES
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
960422 syn 0070958
12
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF
COUNTY OF
) ss.
On ~~ ~ , 1996, before me,~9~ ,-~O~i4~J~,
a Notary Public i~ ~n~ ~or~said County and State, personally
appeared ~b~ ~q. 5%)~0~ , personally known to me
or proved to me on the ~asis of satisfactory evidence to be the
person(~ whose name~6~) i~s/a~ subscribed to the within instrument
and acknowledged to me that he_~/s~~ executed the same in
hi_~!~-~:e~-~ authorized capacity(ie~), and that by his/~-x~e~
signature(~ on .the instrument the person~s@, or th~--~ntity upon
behalf of which the person(~ acted, executed the instrument.
WITNESS my hand and o~ficial seal.
Signature of Notary Public
960424 syn 0070958
13
EXHIBIT A
SCOPE OF WORK and ADDITIONAL TERMS
1.SCOPE OF WORK
The scope of work will consist of the following engineering services associated with
small improvement or emergency repair projects at the PALO ALTO REGIONAL
WATER QUALITY CONTROL PLANT. Work assignments, schedules, and fee will
be established by the Project Manager for each project and agreed by CITY and
CONSULTANT in writing and shall be deemed incorporated herein and made a part
hereof by reference. The individual work assignments may include, but not be
limited to, the following:
Perform investigations-and engineering calculations to determine the
material, strength, size, and other elements pertaining to plant equipment
and structures;
Prepare final design drawings and specifications;
Review existing facilities and plant processes;
Provide emergency response to review and evaluate plant process upsets,
equipment failures, public complaints;
Prepare engineering reports;
Attend consultation meetings to formulate ideas and concepts for plant
modifications and improvements;
Review calculations, design drawings and specifications prepared by City
staff ot third party;
Perform construction observation and construction management for plant
modifications and repairs;
Assist in.developing compliance actions to meet emerging regulations;
Provide technical support for RWQCP service area consideration of
corrosion control of local water supplies for purposes of reducing copper
levels in RWQCP wastewater discharges. Robert Ryder, Ph.D., and Tom
910716 syn 0070087 exb.1
Yeager, P.E. shall be made available to assist the City on this task. Specific
tasks may include (but will not be limited to):
monitoring California Department of Health Services and U. S.
Environmental Protection Agency actions regarding corrosion inhibitor
addition requirements to control lead and copper levels in the local water
supply;
attending meetings to explain and expand on technical information contained
in reports prepared by Kennedy/Jenks Consultants for the City of Palo Alto
and the Santa Clara Valley Water District; and
performing engineering investigations and calculations relating to pilot testing.
and possible future implementation of a local corrosion control program.
TERM OF CONTRACT; RENEWAL
The term of this Agreement shall be for an initial period of three years from the
Effective Date. The Effective Date shall be the Date of Execution of this
Agreement. On the third anniversary of the Effective Date and on each anniversary
of the Effective Date thereafter, the Consultant shall submit to the City an updated
schedule of charges in effect at that time. The updated schedule of charges will
then become a part of this Agreement. this Agreement shall be automatically
renewed for an additional one year term unless either party delivers notice to the
other party not less than thirty days prior to the termination date of the then current
term of the Agreement that the Agreement will not be renewed. In addition, this
Agreement may be either suspended or terminated pursuant to section 9 of the
Agreement.
--- END ---
910716 syn 0070087 exb.2
Client/Address:City of Palo Alto
P.O. Box 10250
Palo Alto, CA 94303
Contract/Proposal Date: 1 April 1996
Schedule of Charges
Personnel Compensation
Classification
Drafter/Technician
I(ennedy/J enks Consultants
Hourly Rate
......................................... $ 57
January 1, 1996
Designer/Senior Technician .........................~ ...........72
Staff Engineer-Scientist ..................¯ .....................66
Senior Staff Engineer-Scientist ..................................73
Engineer-Scientist ...........................................86
Associate Engineer-Scientist ...................................96
Senior Associate Engineer-Scientist .............................1t0
Senior Engineer-Scientist .....................................122
Principal Engineer-Scientist ...................................135
Senior Principal ............................................140
Word Processor .............................................48
Non-Technical* . ...........: ................................37
*Non-technical time will be charged only for preparation of technical reports and similar material and does not
apply to routine administrative-type activities.
The above Hourly Rates include normal and incidental costs such as routine copying, communications, postage
and office supplies.
Direct Expenses
Reimbursement for direct expenses, as listed below, incurred in connection with the work, will be at cost plus
ten percent for items such as:
a.Maps, photographs, reproductions, printing, equipment rental, and special supplies related to the work.
b.Consultants, soils engineers, surveyors, contractors, and other outside serwces.
c.Rented vehicles, local public transportation and taxis, travel and subsistence.
d.Specific telecommunications and delivery charges.
e.Special fees, insurance, permits, and licenses applicable to the work.
f.Outside computer processing, computation, and proprietary programs purchased for the work.
Reimbursement for owned automobiles, except trucks and four-wheel drive vehicles, used in connection with the
work will be at the rate of 35~ per mile. The rate for trucks and four-wheel drive vehicles will be $25 per day and
40¢ per mile.
Reimbursement for use of microcomputers will be at the rate of $10 per hour. Reimbursement for use of com-
puterized drafting systems (CADD) will be at the rate of $20 per hour for microcomputer based systems and
$25 per hour for minicomputer based systems.
Rate for professional staff for legal proceedings or as expert witnesses will be at a rate one and one-half times
the Hourly Rates specified above.
In-house laboratory analysis, sampling vehicle, and equipment charges will be per current rate schedule or
special quotation.
Excise and gross receipts taxes, if any, will be added as a direct expense.
Additional processing charges will be added for other than standard invoice backup documentation.
The foregoing Schedule of Charges is incorporated into the agreement for the services provided, effective Jar~’uary 1, 1996
through December 31, 1996. After December 31, 1996, invoices will reflect the Schedule of Charges currently in effect.
DEALEY, RENTC:N & ASSCX:;IATES
P.O. BOX 12675
OAKLAND, CA 94604-26?5
ATT: DAVID EC~J~AN/FAX 452-2193
510-465-3090
KENNEDY/JENKS CONSULTANTS
MARATHON PLAZA, IOTH FLOOR
303 SECOND STREET
SAN FRANCISCO, CA 94107
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.
CObPANIES AFFORD~IG COVERAGE
COI~PANYLETTER A DESIGN PROFESSIONALS INS. CO.
COI, PANY
CCMMERCE & INDUSTRY INS, CO.
LETTER C THE P.M. ERICAN INSURANCE CO.
LETTER D NATIONAL SURETY CORP.
COld’ANY
LETTER E
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOWHAVE BEENISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED, NOTWITHST ANDING ANY REOUIREMENT, TERry1 OR CONDITION OF ANY CONTRACT OR OTHER DOCLJIvIENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES CESCRIBED HEREIN IS SUBJECT TOALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LMITS SHOWNMAY HAVE BEEN REDUCED BY PAID CLAI~tS.
)’v~ERCII L GENERAL I
~ ~~.L OWNED AUTOS
~ :HEOULED AUTOS~RED AUT{ S
~NON-OWNED AUTOS
~LI~Y~~8RZLLA FO~
PROFESSI ~AL
LIABILITY INCL.
POLLUT I~ LIAB,
G~:~J. L hM3 LITY
X C(~ERCIAL QENERAL LIABILITY GL3407252
:’:’:’::CLAIMS IvlADE OCCUR.
OWNER’S &CONT~CTOR’S PROT.
A~ AUTO ~AGO 154891
~[L OWNED AUXOS
SCHEOULEO AUTOS
HIRED AUTOS
WC80692328
PL700095
10/01/95 10/01/96
10/01/95
1/01/96
9/15/95
10/01/96
1/01197
10/01/96
LIMITS
GENERAL AGGREGATE
PRODUCTS-C(~,tP/OP A6D. iS
PERSONAL & AOY. INJURY
EACH OCCURRENCE
FIRE DAMAGE {An,/ one fire) $
MED. EXPENSE {Ar~ one person $
CEZVlBINED SINGLE $LIMIT
BODILY INJURY
(Per person]
BODILY INJURY $
(Per accident)
PROPERTY DAMAGE $
EACH OCCURRENCE
AGGREGATE
X [ STATUTORY LIMITS
EACH ACCIOENT
DISEASE-POLICY LIMIT
DISEASE-EACH EMPLOYEE
2,000,000
2,000,000
1,000,000
1,000,000
1,000,000
$
$
$ 1,000,000
$ 1,000,000
$ 1,OOO.ooo
$1,000,000 PER
CLAIM and ANNUAL
AGGREGATE
General/Auto Liability Additional Insured: City of Paid Alto, its officers,
agents, and employees. Coverage is primary insurance.
~ii~i MAIL 30 DAYSWRITTENNOTICETOTHECERTIFICATEHOLDERNAMEDTOTHE
City o~ Paid Alto ~ LEFT,-
Plant Eng ineer~CP
2501 Embarcadero Way ~?:~-"--- RE "~’
CERTIFICATION of NONDISCRIMINATION SECTION 410
.~,ertification 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 odgin, ancestry, disability, or sexual preference; that they.
are in compliance with all Federal, State and local directives and executive orders regarding
nondiscrimination in employment; and that they agree to demonstrate positively and aggressively
the principle of equal opportunity in employment.
The Bidder agrees specifically:
1.0
2.0
To establish or observe employment policies which affirmatively promote
opportunities for minority persons at all job !evels.
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 minodty employees within the organization.
4.0 To be knowledgeable of the local, state, and federal laws and regulations conceming
affirmative action policies and provide opportunities for employees.
Firm: Kennedy/Jenks Consultants, Inc.DATE: April 2, 1996
Title of OfficerSignin_0g~ Vice President
Signature
Please include any additional information available
programs now in effect within your company.
regarding equal
See attached Affirmative Action Plan on following page.
(Please attach addi’donal pages if necessary)
opportunity employment
END OF SECTION
CITY of PALO ALTO: Non-discrimination (6/94)SECTION 410-1
Equal Employment Opportunity and Affirmative Action Policy
It is the policy of Kennedy/Jenks Consultants in accordance with federal and state laws to recruit,
employ, train, compensate, transfer, and promote people without regard to race, color, religion, sex,
age, ethnic or national origin, disability, Vietnam era veteran status, medical condition, ancestry,
marital status or any other factor unrelated to their performance of job requirements.
This policy is stated verbatim in the company’s Employee Manual in Section 3, Personnel Policies
and Procedures.
Donald R. Weiden, Executive Vice President, is the company’s Equal Employment Officer, and is
responsible for the implementation of the company’s EEO/AA policies, plans and programs.
The Equal Employment Opportunity and Affirmative Action Policy of Kennedy/Jenks Consultants
includes the following:
1.Treat all employees and applicants for employment without regard to race, color, religion, sex,
age, national origin, veteran status, disability, medical condition, ancestry or marital status.
Afford equal opportunity and equal consideration to all applicants and employees in all
employment decisions and personnel actions including recruiting, selection and employment,
training, promotion, compensation and benefits, working conditions, transfer, layoff,
termination, and reinstatement.
3.Base all employment and promotion decisions solely on individuals’ qualifications for the
positions to be f’tlled.
4.Offer on-the-job training, guidance and encouragement to all employees to advance them to the
optimum of their individual capabilities.
5.Make an outreach effort to provide full employment opportunities for members of minority
groups and women at all job levels, particularly where they are under-represented, through
recruiting and training/development actions.
6.Monitor progress of minority and women employees to ensure that they are free from systemic
discrimination in personnel actions.
7.Consider Affirmative Action goals along with other goals of the company; and evaluate
management performance on the progress toward the achievement of affirmative action goals as
well as business goals.
8.Continually review and evaluate employment practices and personnel actions to ensure the
equal Employment Opportunity and Affirmative Action Policy is implemented throughout the
organization.