Loading...
HomeMy WebLinkAbout1996-11-12 City Council (12)TO: C ty City of Palo Alto Manager’s Report HONORABLE CITY COUNCIL 6 FROM:CITY MANAGER DEPARTMENT: UTILITIES AGENDA DATE: NOVEMBER 12, 1996 CMR: 461:96 SUBJECT:APPROVAL OF CONTRACT WITH CARDUCCI LANDSCAPE ARCHITECTS, INC. TO EVALUATE LANDSCAPE IRRIGATION SYSTEMS THROUGH FIELD AUDIT AND PROVIDE RECOMMENDATIONS TO CUSTOMERS REQUEST: This is a request for approval of a contract with Carducci Landscape Architects, Inc. in the amount of $40,000 for performing landscape water efficiency audits and related service during fiscal year 1996-97. RECOMMENDATIONS: Staff recommends that Council approve and authorize the Mayor to execute the attached contract with Carducci Landscape Architects, Inc. in the amount of $40,000 to perform landscape water efficiency audits and related services. POLICY IMPLICATIONS: The approval of this contract is consistent with existing policies. EXECUTIVE SUMMARY: Project Description The Department of Utilities has been conducting landscape water efficiency audits, as one of the Best Management Practices of the Memorandum of Understanding with the California Urban Water Conservation Council (CMR:550:91), and as part of the overall Landscape Efficiency Services Program implemented by Utility Marketing Services since 1994. This contract will continue the auditing of commercial landscaping of"Large Sites" (3 acres or greater), and expand this service by offering similar activities for "Standard Sites" (less than 3 acres.). CMR:461:96 Page 1 of 3 The program is designed to operate for three years, subject to Council approval of sufficient funds. Funding for this first year of the program is included in the fiscal year 96-97 Water Fund operating l~udget at $40,000 per year. Additional funding for future years will be included in the budget process. The contractor will provide evaluation of water utilitw customer irrigation systems, detailed irrigation schedules, suggestions for improved management practices and an economic analysis of suggested improvements. These results will be presented to the customer in a persona! session. Also, comprehensive written materials, specifically for that site and that customer, will be provided. Selection Process Staff sent a request for proposal to 31 firms on August 9, 1996. The proposal response period was 28 days, in order to provide sufficient time for prospective contractors to consider their proposals. A pre-proposal meeting was held on August 22, 1996; three firms attended the meeting. Three firms submitted proposals on September 10, 1996. Those firms not responding indicated that they did not submit a proposal for a variety of reasons from not supplying auditing services, not being able to be competitive, to being too busy at this time. The three firms submitting proposals represent the best and most advanced work which staff has seen in this field. A selection committee consisting of the City Project Manager, the Manager of Utility Marketing Services, and ~o Key Account Representatives reviewed the proposals and listened to each firm’s oral presentation of their proposed methodology (rankings are indicated on the attached Evaluation Summary.). The committee carefully evaluated each firm’s proposal relative to the following criteria: relevant experience, familiarity with audit techniques and procedures, evidence of ability to deliver audits and reports in a timely manner, price, and added benefit. Selection Considerations Two of the consultant firms, Agtech, Inc., and Carducci Landscape Architects, were similar in skills and abilities. The third firm, GreenLeaf Mapping and Control Systems, was ranked lowest because that company’s methodology, while innovative and technically proficient, does not meet the requirements of the City’s Scope of Work for this project. The ranking of Agtech, Inc. and Carducci Landscape Architects proved somewhat difficult, as both firms have demonstrated competence and possess the necessary professional qualifications. However, staff believes the additional benefit of site mapping capability available from Carducci Landscape Architects will be helpful to program participants. In addition, the lower per hour charges submitted by Carducci Landscape Architects are estimated to allow for some greater amount of work to be performed within the budget available than would be the case with the higher charges CMR: 461:96 Page 2 of 3 submitted by Agtech, Inc. The fee schedule submitted by Carducci Associates, Inc. was $70 per hour for professional services and $40 per hour for clerical assistance. Agtech, Inc. Submitted a fee schedule for a billing rate of $100 per hour for program management, $95 per hour for database support, $52 per hour for field services, and $87 per hour for advisors. GreenLeaf submitted a fee schedule for $36. Per irrigation valve per year instead of an hourly charge as stated in the Request For Proposal. FISCAL IMPACT Funds for the project are included in the FY 1996-97 budget. ENVIRONMENTAL ASSESSMENT These services do not constitute a project for the purposes of the California Environmental Qualit) Act. ATTACHMENTS Attachment A: Attachment B: Evaluation Summary Agreement PREPARED BY: Beth O’Connor DEPARTMENT HEAD REVIEW: Jo of Utilities CITY MANAGER APPROVAL: CMR: 461:96 Page 3 of 3 ATTACHMENT A E Eo o o o o ~0 ~ ~ ~0 o o o o EL.0 0 0 0 0 0 0 0 ~0 III 0 0 0 0 Evaluation Summary Page 1 of 5 RFP Number 90377 PROPOSAL EVALUATION SHEET Utilities Marketing Services Criteria Completeness of Proposal Methods Statement Team List Five References List of Software Acknowledgement of 2 Addendums (add to 1.0) Weight*Agtech Carducci Rating: 1 is lowest, 5 is highest GreenLeaf 0.1 4 4 2 5 5 2 4 4 4 3 5 3 1 5 5 4 4Samp e of a) small aud t and b) large audit ~4 Score:~2.1 2.7 2 Relevant Experience 0.4 Indicates ability to audit up to 200 acres/yr.2 Amount of auditing work per year for previous clients ~,2 Similarity of reference work with Palo Alto requirements i 5 Skill and ability of consultant as indicated in referenced work 5 Comprehensiveness and clar~ of sample audit reports 4 4 2 3 3 4 1 5 2. 5 3 Score:9.2;10.4 4.8: 0.3 5 5 5 5 Familiarity with Audit Procedures Program manager: Certification from IA Advanced education and training Technological knowledge Clear, concise writing ability 4 5 ’,1 Technicians: Certification from IA 4 4 1 , Can perform catch-can tests 5 5 1 Evidence of good communication ability 4 4 1...................................................................................................................... ..................................................... ....................... ............................ Audits and reports delivered in a 0.1 3i 4 2 ........................................ .ti.m.e!.y..n~a.n.~e.[ ...............................................................................................................!. Sere: 0.3~ 0.4’, 0.2 Price 0.05 Score:~0~0~0 Added Benefit 0.05 ’,4 4~3 .................................................................................................................................Score:~[ ..........................................................0.2 0.2 ~ ................0 . .....15 Totals:19.9 22.1 10.15 Evaluator: Auzenne (*Score equals weight times sum of ratings) Evaluation Summary - Page 2 of 5 RFP Number 90377 PROPOSAL EVALUATION SHEET Utilities Marketing Services Criteria Completeness of Proposal Methods Statement Team List Five References List of Software Acknowledgement of 2 Addendums (add to 1,0) Weight*Agtech Rating: 1 is lowest, 5 is highest GreenLeaf 0.1 5 5 5 Carducci 5 5 5 5 55 5 5 5 5 0 Score:~3 3"2.5 Relevant Experience Indicates ability to audit up to 200 acres/yr. Amount of auditing work per year for previous clients Similarity of reference work with Palo Alto requirements Skill and ability of consultant as indicated in referenced work Comprehensiveness and clarity of sample audit reports 0.4 5:51 55515 5 5~1 51 5 5!5]4i Ab ty to provide cost-effectve analysis 5.5............................................................................................................................................................. ~ ................................~ .............................; ................................ Score:,:,12i 121 8.4~ Familiarity with Audit Procedures 0.3 Program manager:’ Certification from IA 5 5 5 Advanced education and training 5 5 5 Technological knowledge 5 5 5 Clear, concise writing ability 5 5 ~0 Technicians: Certification from IA 5 51 0 Can perform catch-can tests 5 5 i 0 Evidence of good communication ability 5i 5i 01 Score: i 10.5; 10.5 4.5! Audits and reports delivered in a 0.1 timely manner Price 0.05 ’: Score:I 0.2~0.25!0.05 Added Benefit 0.05i 4 5i 3 Score.0.2 ~0.25 0.15 Totals:26.3 26.5 15.7 Evaluator: o’Connor (*Score equals weight times sum of ratings) Evaluation Summary - Page 3 of 5 RFP Number 90377 PROPOSAL EVALUATION SHEET Utilities Marketing Services Criteria Completeness of Proposal Methods Statement Team List Five References List of Software Acknowledgement of 2 Addendums Sample of a) small audit and b) large audit (add to 1.0) Weight* 0.1 Agtech Carducci Rating: 1 is lowest, 5 is highest GreenLeaf 5 5 5 5 5 5 3 5 5 5 5 5 3 3 4 5 1 3 Score:2.81 3~1.9 Relevant Experience Indicates ability to audit up to 200 acres/yr, Amount of auditing work per year for previous clients Similarity of reference work with Palo Alto requirements Skill and ability of consultant as indicated in referenced work Comprehensiveness and clarity of sample audit reports Ability to provide cost-effective analysis 0.4 4 5 5 5 5 4 Score:i 11.2i 10.4:,7.2~ Familiarity with Audit Procedures Program manager: Certification from IA Advanced education and training Technological knowledge 0.3 5 5 5 5 5~5 5’,5 3 3 3 3 Technicians: Certification from IA 5 5,3 Can perform catch-can tests ,~5 5 3 Evidence of good communication ability 5 5 Score:10.5 10.5 6.3 Audits and reports delivered in a 0.1 i ’timely manner Score: ! 0.4I 0.41 0.3,, Price 0.051 4!4!1 Score i 0.2 !0.2 I 0.05! Added Benefit ’0.05i 1 1 1 Totals:25.15 24.55 15.8 Evaluator: Mangan (*Score equals weight times sum of ratings) Evaluation Summary - Page 4 of 5 RFP Number 90377 PROPOSAL EVALUATION SHEET Utilities Marketing Services Criteria Completeness of Proposal Methods Statement Team List Five References List of Software Acknowledgement of 2 Addendums (add to 1.0) Weight* Rating: 1 is lowest, 5 is highest i Carducci GreenLeaf, 5 5 5 5 5 5 5 5 0 5 4 ~3 2,2 Agtech 0.1 5 5 5 5 5 Score:3 Relevant Experience Indicates ability to audit up to 200 acres/yr. Amount of auditing work per year for previous clients Similarity of reference work with Palo Alto requirements Skill and ability of consultant as indicated in referenced work Comprehensiveness and clarity of sample audit reports 0.4 5 5 5 5 5 5~ 5 5 5 5: Ability to provide cost-effective analysis 5 i 5 }2 Score:1.6’12 ’8.8 Familiarity with Audit Procedures Program manager: Certification from IA 5 i 5 5 Advanced education and training 5’5,5 Technological knowledge 5 5i 5 Clear concise writing ability i 4 5 3 Technicians. Certification from IA 5 !5 Can perform catch-can tests ~5 5I 5 5 5~3Evidence of good communication ability ~ Score:1 10.2 10.5 9,3’, Audits and reports delivered in a 0.1 i 5t 5 5! timely manner ~ Sc~re:i 0 51 0.5 0 5i Price 0.05i 5 ..........................................................................................................................................Score:: .............................[t ................................0 25 T Added Benefit 0 051 Totals:25.8 26.35 20.95 Evaluator: Walk (*Score equals weight times sum of ratings) Evaluation Summary - Page 5 of 5 EXHIBIT A SCOPE OF WORK CITY OF PALO ALTO IRRIGATION TECHNICAL ASSISTANCE PROGRAM I1. III. Statement of Purpose The City of Palo Alto Department of Utilities wishes to offer landscape irrigation audit services to commercial, industrial, institutional and multi-family common area sites. The purpose of these audits will be to provide detailed irrigation water use recommendations, eliminate wasteful practices, promote the efficient use of a limited natural resource, reduce Utilities’ customers’ landscape water costs to a level which is optimum for Palo Alto’s climate and offer sewer charge savings analyses to customers without dedicated irrigation metering. Definitions Audit: A thorough irrigation system evaluation according to the methodology set forth by the Irrigation Training and Research Center (ITRC) at Cal Poly, San Luis Obispo, Version 1.4 of March, 1995 or later, Landscape Water Management Auditing Handbook. B.City: The City of Palo Alto. C.Contractor: Person or organization selected to perform audit services. D.Customer: Person or organization receiving audit services. Program Overview This program will offer two levels of audit services, a walk through audit and/or a subsequent full-scale audit, with a. complete set of information materials and controller schedules to be developed for each site and given to the customer. The initial contract period will be for one year with an option to extend the contract annually for up to two additional years. It will be offered to customers with both large (over 3 acres) and small (under 3 acres) of landscaping. The City has targeted approximately 600 acres for this service, and expects to complete audits of around 200 acres per year. The contract will be written on a time and materials basis. One adjustment in billing rates may be allowed annually at a percentage rate not to exceed the Consumer Price Index for the San Francisco/San Jose area. A. Responsibilities City will perform all marketing and screening required to provide Contractor with contacts at the customer accounts selected for auditing. City will also maintain a data base of audited customer accounts from which to provide Contractor with accounts selected for follow-up visits. City will provide auditor with a water use history of each customer. City will work with Contractor to develop all informational materials. All materials must be approved by City. Contractor will provide all equipment, materials and personnel required to do the audits as specified. Contractor will perform walk-through and full-scale audits, and follow up visits, and provide copies of all customer materials to the City. Using City contacts, Contractor will contact customers by telephone to introduce the program and briefly explain the audit process.. Contractor will interview the key person about maintenance routines and irrigation schedules as well as any issues affecting irrigation efficiency and plant health. If available, Contractor will obtain site, planting and irrigation plans. In addition, Contractor will provide monthly status reports, participate in quarterly program review meetings with City, and prepare an annual report summarizing all work done in the previous 12 months. City and Contractor will jointly develop standardized report formats for presenting information to customers. Water Audits Walk-through audit Every selected customer will receive a walk-through audit. Some sites will not require the high level of technical detail a full-scale audit provides. so bo Contractor will walk through the site with the water manager and, as appropriate, use the opportunity to train the water manager in water conserving strategies. Contractor will use remote control capability to analyze stations .in the field and use a digital camera to record images for downloading into the site report. Perform initial inspection of the irrigation system which includes: 2 Co fo (1)Turning on the irrigation system, evaluating all valves, etc. (2)Making detailed notes of the observed problems, identifying defective design, installation and maintenance issues by controller and station number (3)Identifying location of irrigation timer, its make and model and who is responsible for developing and implementing watering schedules. Make detailed field notes while inspecting the system. Complete "Recommendations Checklist" based on simple observations. Photos of the conditions mentioned at the site will be included. Leave appropriate irrigation information, a graph of past water use and "Recommendations Checklist" with the customer for future reference. Full copies of all customer reports must be delivered to City’s Project Manager. Field information will be used to complete a standardized final report which will be sent to the customer within 3 working days. A full-scale audit is initiated when the results from the walk-through evaluation demonstrate uneven application uniformity and/or an excess of broken irrigation heads/valves. These repairs will need to be made before the application uniformity can be accurately tested. Full-Scale Audit The Contractor shall perform a thorough irrigation system audit of the site according to the methodology set forth by the Irrigation Training and Research Center, Cal Poly, San Luis Obispo,ver. 1.4, of March, 1995, or later. ao Perform a catch-can test to test the system’s average application uniformity and precipitation rate and actual precipitation rates and uniformities of at least 2 zones for each sprinkler type. Prepare an annual irrigation schedule for each site (irrigation schedule factors include type of plant material, local ET rate, irrigation precipitation rate, root depth, soil type and irrigation uniformity). Provide the irrigation schedule to the customer with the final report. Provide the customer with a site map detailing where problems are occurring. Examples of problems include, but are not limited to:(1) (2) (3) (4)(5) (6) Broken, tilted, mismatched, or wrong irrigation heads Excessively wet or dry spots Leaks, fountains or no water at all Pressure problems Salt deposits or fungi Over spray 3 eo fo (7) Inappropriate schedules (8) Inaccurate clock Prepare a landscape water budget to assist sites in tracking water use on a monthly basis, based on either a CAD plan take off (if a plan is available) or actual field measurements. Provide the customer with an overall site description (soil type, plant material) and recommendations for other options to optimize overall water use (installing drought-resistant plants, etc.) Provide the customer with recommendations for system improvements, estimated improvement costs and an economic analysis. Follow up services City will provide Contractor with names and addresses of sites to be scheduled for follow up visits. The follow up visit is both a customer service, to identify any problems or barriers in implementing efficiency measures, and also a means of obtaining implementation data for evaluation of the audit program. The Contractor will follow up with a phone call to the cutomer a week after the initial, walk-through, audit report is sent to the customer and undertake additional follow-ups at 3, 6 and 9 month intervals. During both Walk-through and Full-scale audit visits, the ContractSr will inform the customers about the follow up portion of the program. The follow up visit will identify for the City the following information: (1) ¯ Sites that have changed landscape staff (2) Sites that have made system changes or retrofits (3) Sites that have made changes in cultural practices, irrigation system maintenance or irrigation scheduling The City may request a follow up visit at a specific site to: (1)Review system changes (2)Perform another catch can test (3)Recalculate the water budget (4)Check irrigation timers C. Required Reports Site Report After the walk-through audit is completed, and no full-scale audit is scheduled, the Contractor will leave the customer with a site report including a recommendations checklist, a water-use history and information relating to irrigation efficiency. The Contractor is responsible for providing City-approved materials 4 Do to the customer. At this time, the findings of the audit will be discussed with the customer to ensure they are clearly understood. Final Report A final report will be completed for all sites (including those receiving only a walk-through audit) 2 weeks after audit completion. The final report will include all findings of the audit in a clear, concise format along with appropriate informational materials. The final report for sites receiving a walk-through audit only will include a copy of the auditor’s detailed field notes, and a more detailed description of the recommendations given at the audit. bo The final report for sites receiving the full-scale audit will include: (1) A site map noting where irrigation problems were found (2)Irrigation schedule (3)Water budget (4)Recommendations for retrofits and upgrades, including estimated costs and water savings. Co The audit will be considered completed only after a final report is submitted for each site. Program coordination Contractor will prepare invoices on a monthly basis. A status report will be mailed to the City with the monthly invoice itemizing program activity for the previous month. City and Contractor will work out a mutually agreeable status report format. Contractor and City will meet on a quarterly basis to discuss program progress, problems and to review reports. EXHIBIT B FEE SCHEDULE CITY OF PALO ALTO IRRIGATION TECHNICAL ASSISTANCE PROGRAM Professional Services Clerical and data entry Materials $70.00 per hour $40.00 per hour to be p~id at cost Materials shall include costs of obtaining data and generating reports, i.e., photography, postage, FedEx transmittal, xerography, faxing, and travel. Invoices are to be forwarded to City on a monthly basis, itemizing both services and materials. CITY O~ EXHIBIT C ~LO ALTO IRRIGATION TECHNICAL A. .STANCE PROGRAM =ART III - INSURANCE REQUIREMENTS - Long,, Form City of Palo Alto: ....SECTION 650(0) Insurance Requirements for Contractors CONTRACTOR: PROJECT MANAGER: CONTRACT NAME: Beth O’ConnorT UMS Landscape Irrigation Audit Services GENERAL TERMS AND INSTRUCTIONS ,, THIS INS"/RUGTION ~ ~ ~ GIV~ TO YOUR INSURN’~"~ AGENT/BROKER. ,,, RETURN THE COMPLETED CERTIFICATE TO THE CITY OF PALO ALTO, PURCHASING & CONTRACT ADMINISTRATION, 250 HAMIL TON A VENUE, PALO ALTO 1)4301. THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED FOR THIS CONTRACT. [E .~ltoITIobile Liabilit~ ~Z .Comprehenr, ive General Liability: INCLUDING: ¯BROAD FQ~M PROPt~TY DAMAGE [].Compr~enrave Automobil~ I.~bility: INCLUDING: ¯ ow1~D . I-IRE~ BO(~.Y INJURY & PROPERTY I:~J~3E COMBINED Prof~,io~al Liability: INCLUDING: ¯ ERRORS AND OM~S.SX::>NS ¯ ~ ~F~ BCX3ILY WNUURY & PROPERTY ~E COMS~NED ALL DAMAGES LONG FO4~M ~Minimum ~} t $1,ooo.ooo $1,ooo,ooo .THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDmONAL INSURED $1,000,000 $1.000,000 D. E. F. The City of P~o Alto, its ofl’~=r~, agent~ and emp~ =a’e named Is additional insured, but only as to work performed under contract. Said overage Is to t~e C~ of Palo AI~, etc., =ttai be primary coverage, ~ offt~t against City’s P.J~tJng insurance and any other insuratme carried W~era the work ~ grading, parity, excavat~g, drilling or other urv:~,~grour~l work, ttte policy includes destruct~n of wire~, conduits, pipe~, of Pais Alto. Where the work involves excavating, collapse coverage is provided In the amounts above. The policy includes a "Severabllity of Interest" provision. Deductibles over $5,000 must be ir~licated and are subject to approval, If =uc~ polP..ies are canceled or changed during the period of cove~ge Is stated herein, in such a manner as to affect the Certif’~.ate, thirty (30) day= written nofJce will be mai~=d to the City of Palo Alto, Contract Administratk~, P.O. Box 10250, 94303 The lab~ty k=~J-at~e po~ ~dudes a contractual liability endoraement providing insurance coverage for Contractor’s agreement to ind~ the City. The coverage afforded under the ~ is tubject to all terms of the policies designated herein and meets all of tt~e proyis~’~ calked fOr hercn. END OF SECTION CITY OF PALO ALTO: Insurance Requirements (REV.6/94)SECTION O0650-1 EXHIBIT D CITY OF PALO ALTO IRRIGATION TECHNICAL ASSISTANCE PROGRAM CERTIFICATION of NONDISCRIMINATION SECTION 410 Landscape Irrigation Audit Services Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo 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, ancestry, disability, or sexual preference; that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment; and that they agree to demonstrate positively and aggressively the principle of equal opportunity in employment. The Bidder agrees specifically: 1.0 To establish or observe employment policies which affirmatively .promote opportunities for minodty persons at all job levels. 2.0 To communicate this policy to all persons concerned, including all ~employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3.0 To take affirmative action steps to hire minodty 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:Carducci & Associates, Inc.DATE;September i0, 1996 Title of Officer Sign~g: Par~t~ner Signature _~o~ e--~r ~~~FP-~’~- Please include any additional information available programs now in effect within your company. regarding equal opportunity employment (Please attach addiJJonal pages if necessary) END OF SECTION CITY of PALO ALTO: Non-discrimination (6/94)SECTION 410-1 ATTACHMENT B CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND CARDUCCI & ASSOCIATES, INC. FOR LANDSCAPE IRRIGATION AUDIT SERVICES This Contract No.is entered into , by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and CARDUCCI & ASSOCIATES, INC., a California corporation, located at 1331 Columbus Avenue, San Francisco, CA 94133 ("CONTRACTOR"). RECITALS: WHEREAS, CITY desires certain landscape irrigation audit services {"Services"), as more fully described in Exhibit "A"; and WHEREAS, 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. TERM i.I This Contract will commence on the date of its execution by CITY and extended through June 30, 1997. This Contract may be extended by CITY for up to two (2) 12-month periods, 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 obligation of CONTP~ACTOR to perform the Services will commence in accordance with the time schedule set forth in Exhibit "A". 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 CONTRACTOR. SECTION 2. CONTRACTOR QUALIFICATIONS,STATUS,AND DUTIES OF 2.1 CONTRACTOR 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. 961022 svn 0071067 2.2 In reliance on the representation and warranty set forth in Section 2.1, CITY hires CONTRACTOR to perform, and CONTRACTOR covenants and agrees that it will furnish or cause to be furnished, the Services. 2.3 CONTRACTOR will assign SCOTT SOMMERFELD asthe project director to have supervisory responsibility forthe performance, progress, and execution of the Services.If circumstances or 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 CONTP~ACTOR represents and warrants that it will: 2.4.1 Keep in confidence and not disclose to third parties without the prior written approval of CITY any data provided by the CITY; and not use any data provided by the CITY in the production or design of any article or material, report or press release without CITY’s prior written consent. These obligations shall survive the termination of the agreement. This provision shall supersede the provisions of Part III, page 5, "Ownership" of CITY’s Request for Proposal, no. 90377. 2.4.2 Keep itself fully informed of all existing and future Federal, State of California, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract, any materials used in CONTILACTOR’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 will not be made available to any individual or organization by CONTRACTOR or its contractors, if any, without the prior written approval of the city manager. 2.6 CONTRACTOR will provide CITY with one (i) copy of each report, if any, which may be required under this Contract. 961022 s}~ 0071067 2 2.7 If CITY requests additional copies of reports, drawings, specifications or any other material which CONTRACTOR is required to furnish in limited quantities in the performance of the Services, CONTRACTOR will provide such additional copies and CITY will compensate CONTRACTOR for its duplication costs. 2.8 CONTRACTOR will be responsible for employing or engaging all persons necessary to perform the Services. All contractors of CONTRACTOR will be deemed to be directly controlled and supervised by CONTRACTOR, which will be. responsible for their performance. If any employee or contractor of CONTRACTOR fails or refuses to carry out the provisions of this Contract or appears to be incompetent or to act in a disorderly or improper manner, the employee or contractor will be discharged immediately from further performance under this Contract on demand of the project manager. SECTION 3. DUTIES OF CITY 3.1 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. BETH O’CONNOR is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Services. 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 In consideration of the full performance of the Services by CONTRACTOR, CITY will pay CONTRACTOR a total sum not to exceed forty thousand dollars ($40,000) payable within thirty (30) days of submission by CONTRACTOR of its itemized billings, in triplicate, in accordance with the following fee schedule set forth in Exhibit "B". Subject to Section 1 of this Contract, pricing of services shall be based on and remain firm during the following periods, if applicable: (a)Approximately November, 1996 to June 30, 1997 (b)July I, 1997 to June 30, 1998 (c)July I, 1998 to June 30, 1999. 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) 961022 syn 0071067 years thereafter, CONTRACTOR’s records pertaining to matters covered by this Contract. CONTRACTOR further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Contract. SECTION 6. INDEMNITY 6.1 CONTRACTOR agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CONTRACTOR’s, its officers’, agents’, subcontractors’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on C0h~RACTOR 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 additional insured concerning CONTRACTOR’s performance under this Contract. 8.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Rating Guide ratings of A:X or higher which are admitted to transact insurance business in the State of California. Any and all contractors of CONTRACTOR retained to perform Services under this Contract wil! obtain and maintain, in ful! force and effect during the term of this Contract, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 961022 syn 0071067 4 8.3 Certificates of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approval of CITY’s risk manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with CITY’s city clerk thirty (30) days’ prior written notice of such cancellation or alteration, and that the City of Palo Alto is named as an additional insured except in policies of workers’ compensation, employer’s liability and 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 fulfill the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONTRACTOR will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or loss arising after the Contract is terminated or the term has expired. SECTION 9. WORKERS’ COMPENSATION 9.1 CONTRACTOR, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of the Services. SECTION i0. TERMINATION OR SUSPENSION OF CONTRACT OR SERVICES 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 on or before the effective date of suspension or termination; provided, however, if this Contract is suspended or terminated on account of a default by CONTRACTOR, CITY will be obligated to 961022 syn 0071067 5 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 wil! 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 wil! 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 Copy to:Department of Utilities Attn: Utility Marketing Services Post Office Box 10250 Palo Alto, CA 94303 To CONTRACTOR: Attention of the project director at the address of CONTRACTOR recited above that it SECTION 13. CONFLICT OF INTEREST 13.1 In accepting this Contract, CONTRACTOR covenants presently has no interest, and will not acquire any 961022 ~ 0071067 6 interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 13.2 CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any contractor or person having such an interest. CONTRACTOR certifies that no person who has or will have any financial interest under this Contract is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. SECTION 14.NONDISCRIMINATION 14.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of any person under this Contract because of the age, race, color, national origin, ancestry, religion, disability, sexua! 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 CONTRACTOR agrees that each contract for services with an independent provider will contain a provision substantially as follows: "[Name of Provider] will provide CONTRACTOR with a certificate stating that [Name of Provider] is currently in compliance with all Federal and State of California laws covering nondiscrimination in employment; that [Name of Provider] will pursue an affirmative course of action as required by the Affirmative Action Guidelines of the City of Palo Alto; and that [Name of Provider] will not discriminate in the employment of. any person under this contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person." 14.3 If CONTRACTOR is found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of Federal law or executive order in the performance of this Contract, it will be in default of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which such person was subjected to acts of discrimination, as damages for breach of contract, or both. Only a finding of the State of California Fair Employment Practices Commission or the equivalent federal agency or officer wil! 961022 syn 0071067 7 constitute evidence of a breach of this Contract. 14.4 If CONTRACTOR is indefault of the nondiscrimination provisions of this Contract or the Affirmative Action Guidelines pertaining to this Contract, CONTRACTOR will be found in material breach of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct from the amount payable to CONTRACTOR the sum of two hundred fifty dollars ($250) for each calendar day during which CONTRACTOR is not in compliance with this provision as damages for breach of contract, or both. SECTION 15.MISCELLANEOUS PROVISIONS 15.1 CONTRACTOR represents and warrants that it has knowledge of the requirements of the Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONTRACTOR will comply with or ensure by its advice that compliance with such provisions wil! 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 provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 961022 syn 0071067 8 15.9 All exhibits referred to in this Contract and any addenda, appendices, attachments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and will be deemed to be a part of this Contract. 15.10 This Contract may be executed in any number of counterparts, each of which will be an original, but all of which together will constitute one and the same instrument. 15.11 This Contract is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Contract wil! 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 FORM: Mayor Senior Asst. City Attorney CARDUCCI & ASSOCIATES, INC. Assistant City Manager Director of Utilities By: Its: Taxpayer’s I.D. No. 94-2363816 Deputy City Manager, Administrative Services Risk Manager Attachments: EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF SERVICES AND TIME SCHEDULE FEE SCHEDULE INSUItANCE NONDISCRIMINATION COMPLIANCE FORM 961022 syn 0071067 CERTIFICATE OF ACKNOWLEDGEMENT (Civil Code § 1189) STATE OF ) COUNTY OF ) On ,1996, before me,, 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 961022 syn 0071067 10