Loading...
HomeMy WebLinkAboutStaff Report 313-08TO: City City of Palo Alto Manager’s Report HONORABLE CITY COUNCIL 10 FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:JULY 21, 2008 CMR:313:08 SUBJECT:APPROVAL OF A CONTRACT WITH GEOSYNTEC CONSULTANTS IN THE TOTAL AMOUNT OF $198,000 FOR ENVIRONMENTAL RISK ASSESSMENT AND REMEDIATION PLAN DEVELOPMENT SERVICES FOR THE FORMER LOS ALTOS TREATMENT PLANT SITE LOCATED AT 1237 NORTH SAN ANTONIO ROAD - LATP SITE DEVELOPMENT PREPARATION, CAPITAL IMPROVEMENT PROGRAM PROJECT RF- 09004 RECOMMENDATION Staff recommends that Council approve and authorize the City Manager or his designee to execute the attached contract with Geosyntec Consultants (Attachment A) in a not to exceed amount of $198,000 for consulting services for the development of an environmental risk assessment and remediation plan for the former Los Altos Treatment Plant site, including $180,000 for basic services and $18,000 for additional services. BACKGROUND The former Los Altos Treatment Plant (LATP) is a 13.26 acre site located at 1237 North San Antonio Road. The LATP was previously owned and used by the City of Los Altos as a wastewater treatment plant from 1958 until 1972. The LATP and its associated sludge ponds were abandoned in 1972 when Los Altos was connected to the Palo Alto Regional Water Quality Control Plant. Upon closure of the LATP, many of the buildings were removed. A half interest of the property was purchased by Palo Alto in 1984 with the intent of developing solid waste facilities on the site. Over the years, a portion of the site has been utilized by the City as a contractor storage and staging area and a portion of the land was leased to "Nutek", a small company whose business consisted of using an electronic beam generator to sterilize materials for the pharmaceutical industry. On November 13, 2007, Council approved an agreement with the City of Los Altos that provided for the purchase of Los Alto’s other half interest in the property (CMR:409:07). Staff is currently working with Los Altos staff and the Santa Clara County Local Agency Formation Commission (LAFCO) to complete the annexation process to incorporate the property into Palo Alto City limits. DISCUSSION On June 9, 2008, staffprovided Council with an informational CMR on the status of the feasibility study for the former LATP site and nearby parcels (CMR:279:08). CMR:279:08 contains a ful! list CMR:313:08 Page 1 of 4 of potential uses being considered including: a new animal services center complex; a utility storage and contractor staging area; a recycling drop-off center; as well as other potential uses. Staff will evaluate potential uses of the LATP during the LATP Master Plan Study (Capital Improvement Program Project PE-09004) approved by Council along with the 2008-09 CIP. Previous investigations have revealed relatively minor levels of contamination at the LATP including reactive sulfides, soluble copper, lead, oil and grease, semi-volatile organic compounds, metals and other substances above their respective Environmental Screening Levels established by the San Francisco Bay Regional Water Quality Control Board. Before any proposed development can occur at the LATP, site remediation (cleanup) and preliminary development activities must consist of: Demolition and removal of all existing structures on the site, including buildings, concrete foundations (or pads), asphalt surfaces and a large sewage digester tank; Dewatering and proper disposal of contaminated water within the sludge ponds; Removal and proper disposal or treatment and onsite capping of the sulfide reactive sludge contained within the sludge ponds; Removal and proper disposal or capping of contaminated soils in accordance with the remediation plan objectives that will be approved by the State; and Confirmation sampling and testing, backfill and other site preparation before new facilities can be located. Public Works staff has solicited proposals from experienced and qualified consulting firms to evaluate the LATP site information, conduct an environmental risk assessment, prepare a remediation action plan utilizing risk levels acceptable to the State, generate plans and specifications for furore remediation site work, develop a monitoring plan, and provide confirmation sampling and analytical services so that the City can remediate the site to acceptable contaminate levels and reuse the property. Due to the nature and quantity of the work, outside resources from a contractor are required. The work requires highly experienced and trained personnel with education specializing in each of these disciplines: chemistry, toxicology, engineering, hydrogeology and biology. In addition, the consultant must have experience with methods, processes and knowledge of the regulatory agencies and permitting procedures necessary to clean up similarly contaminated sites. Staff will provide administrative oversight of the contract to ensure that the consultant is operating within budget and is in compliance with all laws and regulatioris. Selection Process A notice inviting formal bids for the project was posted at City Hall and sent to eight consulting firms. The bidding period was 19 days. Proposals were received from seven qualified consultants on May 27, 2008. CMR:313:08 Page 2 of 4 Summary of Solicitation Process P_ro~osal Description/Number Former Los Altos Treatment Plant Environmental Risk Proposed Length of Project Number of Proposals Mailed Total Days to Respond to Proposal Pre-proposal Meeting Date Number of Proposals Received: ,Assessment/RFP #12698~6 18 months 8 19 N/A 7 An evaluation committee consisting of four staff members from the Public Works Operations Division reviewed the proposals to ensure that the firms were responsive to the criteria identified in the RFP. The criteria used to select the recommended firm included: Quality and completeness of proposal; Quality, performance and effectiveness of the solution and services to be provided by the Proposer; Proposer’s experience, including the experience of staff to be assigned to the project, with engagements of similar scope and complexity; Cost to the City (P~oposal costs ranged $67,040 to $303,933 for basic services); Proposer’s financial stability; Proposer’s ability to perform the work within the time specified; Proposer’s prior record of performance with City or others; Proposer’s ability to provide future maintenance, repairs parts and/or services; and Proposer’s compliance with applicable laws, regulations, policies (including City Council policies), guidelines and orders governing prior or exisfmg contracts performed by the contractor. Based on these criteria, the evaluation committee selected Geosyntec Consultants as the best rated proposer. Geosyntec is a large consulting firm that specializes in environmental engineering and remediation, geoteehnical and civil engineering and construction related services. Geosyntec has 32 offices worldwide including offices in Oakland, San Francisco and Sacramento. RESOURCE IMPACT Funding for this contract is available in the FY 2008-09 adopted budget, LATP Site Development Preparation, Capital Improvement Program Project RF-09004. POLICY IMPLICATIONS This project does not represent any change to existing City policies. ENVIRONMENTAL REVIEW The City of Palo Alto is the lead agency for this project. This project is categorically exempt from the California Environmental Quality Act (CEQA) in accordance with Section 15306 because the project only entails information gathering and preparing a plan for future action that will not cause a CMR:313:08 Page 3 of 4 major disturbance to an environmental resource. Any plan for future development on the property will be subject to further environmental assessment. ATTACHMENTS Attachment A: Contract Attachment B: Certification of Nondiscrimination PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: Manager, Enviromnental Comrol Pr~ga’ams Director of Public Works .... --- ~LLY MO~ ~d STEVE EMSLIE DepuW Ci~ M~agers CMR:313:08 Page 4 of 4 CITY OF PALO ALTO CONTRACT NO. C09126986 ATTACHMENT A AGREEMENT BETWEEN THE CITY OF PALO ALTO AND GEOSYNTEC CONSULTANTS FOR PROFESSIONAL SERVICES "FORMER LOS ALTOS TREATMENT PLANT ENVIRONMENTAL RISK ASSESSMENT" This AGREEMENT is entered into ., by and between the CITY OF PALO ALTO, a charter city and a municipal corporation of the State of California ("CITY"), and GEOSYNTEC CONSULTANTS, a corporation in the state o~’Florida with offices located at 475 14th Street, 4~h Floor, Oakland, CA 94612 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to develop new facilities on the former Los Altos Treatment Plant ("Project’,) and desires to engage a consultant to prepare an environmental risk assessment and develop a remediation plan in connection with the Project ("Services"). B. CONSULTANT has represented that it has the necessary professional expertise, qualifications, and capability, and all required licenses and!or certifications to provide the Services. C. CITY in retiance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit "A", attached to and made a part of this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, this Agreement, the parties agree: AGREEMENT SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described in Exhibit "A" in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through December 31, 2009 in accordance with the Schedule of Performance attached as Exhibit "B" unless terminated earlier pursuant to Section 19 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit "B", attached to and made a part of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of CONSULTANT. CONSULTANT, however, Professional Services Revised 10/18/07 1 08072 CITY OF PALO ALTO CONTRACT NO. C09126986 shall be excused for delays beyond its reasonable control that could not have otherwise been dvoided through the exercise of due care. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit "A", including both payment for professional services and reimbursable expenses, shall not exceed one hundred eighty thousand dollars ($180,000.00). In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed one hundred ninety-eight thousand dollars ($198,000.00). The applicable rates and schedule of payment are set out in Exhibit "C", entitled "COMPENSATION," which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit "C". CONSULTANT shall not receive any compensation for Additional Services perfo .rmed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described in Exhibit "A". SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification ofpersolmel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT’s billing rates (set forth in Exhibit "C"). If applicable, the invoice .shall also describe the percentage of completion of each task. The information in CONSULTANT’s payment requests shall be subject to verification by CITY. CONSULTANT shall send all invoices to the City’s project manager at the address specified in Section 13 below. The City will generally process and pay invoices within thirty (30) days of receipt. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsultants, if permitted, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. SECTION 8. ERRORS/OMISSIONS. CONSULTA_NT sha!l correct, at no cost to CITY, any and Professional Services Revised 10/18/07 2 08072 CITY OF PALO ALTO CONTRACT NO. C09126986 all errors, omissions, or ambiguities in the work product submitted to CITY, provided CITY gives notice to CONSULTANT. If CONSULTANT has prepared plans and specifications or other design documents to construct the Project, CONSULTANT shall be obligated to correct any and all errors, omissions or ambiguities discovered prior to and during the course of construction of the Project. This obligation shall survive termination of the Agreement. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds ten percent (10%) of the CITY’s stated construction budget, CONSULTANT shall make recommendations to the CITY for aligning the PROJECT design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. SECTION 10. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of the CITY. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION 12. SUBCONTRACTING. Notwithstanding Section 11 above, CITY agrees that subconsultants may be used to complete the Services. The subconsultants authorized by CITY to perform work on this Project are: 1.Philip Williams & Associates CONSULTANT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a subconsultant. CONSULTANT shall change or add subconsultants only with the prior approval of the city manager or his designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Gordon Thmpp as the project director to have supervisory responsibility for the performance, progress, and execution of the Services and as the project coordinator to represent CONSULTANT during the day-to-day work on the Proj ect. If circumstances cause the substitution of the proj ect director, proj ect coordinator, or any other key personnel for any reason, the appointment of a substitute project director and the assigamaent of any key new or replacement personnelwill be subject to the prior written approval of the CITY’s project manager. CONSULTANT, at CITY’s request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present Professional Services Revised 10/18/07 3 08072 CITY OF PALO ALTO CONTRACT NO. C09126986 a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. The City’s project manager is Ron Arp, PuNic Works Department, Operations Division, at 3201 E. Bayshore Road, Palo Alto, CA 94303, Telephone: 650-496-5930. The project manager will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. The CITY may designate an alternate project manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. Upon delivery, all work product, including without limitation, all writings, drawings, plans, .reports, specifications, calculations, documents, other materials and copyright interests developed under this Agreement shall be and remain the exclusive property of CITY without restriction or limitation upon the.ir use. CONSULTANT agrees that all copyrights which arise from creation of the work pursuant to this Agreement shall be vested in CITY, and CONSULTANT waives and relinquishes all claims to copyright or other intellectual property rights in favor of the CITY. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at anyreasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 16. INDEMNITY. 16.1. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an "Indemnified Party") from and against any and all demands, claims, or liability of any nature, including death or injury to anyperson, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements ("Claims") that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. 16.3. The acceptance of CONSULTANT’s services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. The waiver by either p arty of any breach or violation of any covenant, term, condition or provision of this Agreement, 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 Professional Services Revised 10/18/07 08072 CITY OF PALO ALTO CONTRACT NO. C09126986 any subsequent breach or violation of the same or of any other term, covenant, condition, provision, ordinance or law. SECTION 18. INSURANCE. 18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best’s Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such. policies as required above. 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this, Agreement. 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 materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days’ prior written notice of the cancellation or modification, CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Purchasing Manager during the entire term of this Agreement. 18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1. The city manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (1’0) days prior written notice thereof to CONSULTANT, Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 19.2. CONSULTANT may terminate this Agreement 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. 19.3. Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other Professional Services Revised 10/18/07 08072 CITY OF PALO ALTO CONTRACT NO. C09126986 data, whether or not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 19.4. Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., 10 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSLrLTANT’s 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 his/her discretion 19.5. 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 Agreement. SECTION 20. NOTICES. 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 With a copy to the Purchasing Manager To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 21. CONFLICT OF INTEREST. 21.1. In accepting this Agreement, CONSULTANT covenants that it presentlyhas 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. 21.2. CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement 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. 21.3. If the Project Manager determines that CONSULTANT is a "Consultant" as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by the Pa!o Alto Municipal Code and the PoliticalReform Act. 08072 Professiona! Services Revised 10/18/07 CITY OF PALO ALTO CONTRACT NO. C09126986 SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 p err aining to nondiscrimination in employment, including completing the form furnished by CITY and set forth in Exhibit "E." SECTION 23. MISCELLANEOUS PROVISIONS. 23.1. This Agreement will be governed by the laws of the State of California. 23.2. 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 in the County of Santa Clara, State of California. 23.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys’ fees expended in connection with that action. The prevailing party ghall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys emp!oyed by it as well as any attorneys’ fees paid to third parties. 23.4. This document represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is si’gned by the parties. 23.5. The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants of the parties. 23.6. If a court of competent jurisdiction finds or rnles that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 23.7. All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 23.8. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without anypenalty (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 Agreement are no longer available. This Section 24.8 shal! take Professional Services Revised 10/18/07 7 08072 CITY OF PALO ALTO CONTRACT NO. C09126986 precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. 23.9. The individuals executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. Professional Set, vices Revised 10/18/07 8 08072 CITY OF PALO ALTO CONTRACT NO. C09126986 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO City Manager APPROVED AS TO FORM: ~C CONSULTANTS Senior Asst. City Attorney APPROVED: Director of Administrative Services Taxpayer Idemification No. Attachments: EXHIBIT "A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "C-I" EXHIBIT "D": EXHIBIT "E": SCOPE OF SERVICES SCHEDULE OF PERFORMANCE COMPENSATION RATE/FEE SCHEDULE INSURANCE REQUIREMENTS CERTWICATION OF NONDISCRIMINATION 08072 Professional Sex~ices R~vised 10/18/07 CITY OF PALO ALTO CONTRACT NO. C09126986 EXHIBIT "A" Background: SCOPE OF SERVICES Purpose and History_: The City of Palo Alto (City) solicited proposals to conduct an Environmental Risk Assessment, prepare a Remediation Action Plan and provide confirmation sampling and analytical services for the former Los Altos Treatment Plant (LATP) site. The City has recently purchased the property from the City of Los Altos and is in the process of annexing the property into the City Limits. The LATP was previously owned and used by the City of Los Altos as a wastewater treatment plant. The LATP operated from 1958 until 1972. The LATP and its associated sludge ponds were abandoned in 1972 when Los Altos was connected to the Palo Alto Regional Water Quality Control Plant. Upon closure of the LATP, many of the buildings were removed. A half interest of the property was purchased by Palo Alto in 1984 with the intent of developing solid waste facilities on the site. Since then, Area C (See Drawing 1 attached) has been utilized by the City as a contractor storage and staging area and a portion of the land was leased to "Nutek", a small company whose business consisted of electronic beam generator to sterilize materials for the pharmaceutical industry. Previous investigations have revealed contamination levels that exceed the regulatory hazardous waste levels for reactive sulfides within the sludge as well as for soluble copper and lead at two locations within the soil. Several sampling locations have shown less than hazardous concentrations of oil and grease, SVOCs, PNAs, CAM metals, and other contaminates above their respective Environmental Screening Levels (ESLs) established by the San Francisco Bay Regional Water Quality Control Board. Site Description: The LATP is a 13.26 acre site located east of Highway 101 at 1237 North San Antonio Road (Drawing #1). The LATP is divided up into three areas: Area A - 4 acres, undeveloped and contains a narrow slough, associated wetlands, and an area that has been filled with soil/asphalt/gravel fill. The City has committed to leaving Area A undeveloped open space and using this area as wetlands mitigation acreage for Area B wetlands filling and development; Area B - 6.64 acres, site of the former Los Altos Wastewater Treatment Plant, currently contains a small industrial facility remnant and six abandoned sludge ponds; and Area C - 2.62 acres, primarily undeveloped except for graveled storage yard for utility contractors. Professional Services Revised 10/18/07 08072 CITY OF PALO ALTO CONTRACT NO. C09126986 Some of the existing abandoned sludge ponds have been delineated as waters of the U.S. An updated Jurisdictional Waters and Wetland report was submitted this year to the U.S. Army Corps of Engineers. Proiect Description: The City tentatively plans to develop the property as follows: relocate the City’s animal center complex (from East Bayshore Blvd), develop a utility storage and contractor staging area, relocate a recycling drop-off center, establish a household hazardous waste drop-off facility, and develop a small city waste and debris transfer site. City staff is aware that before any proposed development can occur at the LATP, that wetlands mitigation, site remediation and site preparation would at a minimum consist of the following field activities: 1)Excavation of soil within Area A so that additional wetlands and waters of the U.S. can be established to replace areas to be filled within Area B. 2)Demolition and removal of all existing structures on the site (Areas B and C), including buildings, concrete foundations (or pads), asphalt surfaces and a large sewage digester tank. 3) Dewatering and proper disposal of contaminated water within the sludge ponds. 4) Removal of all sludge, including sulfide reactive sludge contained within the sludge ponds. 5) Removal of hazardous soils from Areas B and C. 6) Removal of non-hazardous but contaminated soils from Areas A, B and C. 7) Backfill and other site preparation before new facilities can be located. And 8) Additional engineered fill to elevate some or all of Areas B and C to 8 feet above mean sea level to meet FEMA flood protection requirements. Scope of Work Task 1. Information Review The first task is for Geosyntec Consultants, Inc, (Geosyntec) and Philip Williams & Associates (PWA) to compile and review available reports and information for the facility and surrounding area pertaining to the soil and groundwater chemistry, chemistry of the sludge and water in the ponds, and general hydrogeology. Previous studies have been completed at the LATP and documented in reports listed below. As part of this task, Geosyntec will also review reports on environmental investigations, risk assessments and remediation proj ects in the vicinity of the LATP. In addition Geosyntec will research environmental and use permitting requirements and background information for the area, including the updated Jurisdictional Waters and Wetland report by the USACOE. This task will include a Project Kick-off meeting with the City to discuss existing data and potential data needs. Geosyntec understands that the chemical analytical data is available in electronic format as an Excel file, and has assumed that it will obtain the data in this format. Professional Services Revised 10/18/07 ¯2 08072 CITY OF PALO ALTO CONTRACT NO. C09126986 Preliminaly Environmental Survey Former Los Altos Sewage Treatment Plant Site. Wahler Associates, June 1990. Phase II Environmental Survey 12 75 North San Antonio Road Former Los Altos Sewage Treatment Plant, Palo Alto, California. Wahler Associates, November 1990. Solid Waste Facility Feasibility Study Phase L Palo Alto, California. Wahler Associates, December 1991. Solid Waste Facility Feasibility Study Phase II,, Los Altos Sewage Treatment Plant Site. Wahler Associates, September 1992. Geotechnical Report Palo Alto Former Los Altos Treatment Plant Site Development Project. CH2MHill, December 1997. Phase I Environmental Site Assessment Palo Alto Former Los Altos Treatment Plant Site Development Project. CH2MHill, July 1997. Draft Environmental Impact Report, LATP Site Development Project. CH2MHi11, August 1997, and Responses to Comments Final Environmental Impact Report LATP Site Development Project September 1999. Results of Soil Sampling, Former Los Altos Treatment Plant, Area A. Conor Pacific, September 8, 2000. Results of Soil Sampling on June 20, 2007, Former Los Altos Treatment Plant (Revision 1). Golder Associates, August 13, 2007. Task 2. Environmental Risk Assessment Task 2.1 Soil Gas and Shallow Groundwater Survey Due to the proximity of these VOC impacts to the City’s property and the likelihood that the final development plan will include buildings, it is prudent to evaluate whether VOCs are present on the City’s property. Geosyntec will perform an investigation along the eastern boundary of the Subject property, specifically a soil gas survey with an onsite mobile laboratory that provides results during the progress of the investigation. Additionally, Geosyntec will collect three to five grab groundwater samples from selected investigation points to send to an analytical laboratory for analyses for VOCs, as well as several field measurements and geochemistry analyses for water quality parameters. Geosyntec will prepare a separate letter report to the City summarizing the results. Task 2.2 Database Geossnatec will utilize the database created as part of Task I and data from Task 2.1 to develop .08072 Professional Services Revised 10/18/07 CITY OF PALO ALTO CONTRACT NO. C09126986 maps illustrating the distribution of chemicals at the site. The visual representation of chemical concentrations will allow for immediate identification of "hot spots" and potential data gaps. The database will also facilitate efficient statistical calculations for the risk assessment. The data will be used to perform a tiered screening-level risk evaluation. The evaluation shall be performed in accordance with the SF RWQCB screening for environmental concerns (RWQCB, 2007). For the first step, which is a follow-up to a compilation conducted by Golder (2007), Geosyntec shall compare the maximum chemical concentrations from results of the samples collected to date to the SF RWQCB Environmental Screening Levels (ESLs) or commercial/ industrial receptors as well as applicable environmental receptors. The results of the first tier of screening will be used to develop the list of Chemicals of Potential Concern (COPCs) for further risk evaluation. For chemicals identified as COPCs by the screening-level analysis, Geosyntec shall conduct a site-specific risk assessment. The site-specific risk assessment will include the following steps consistent with US EPA and DTSC guidance: (1) exposures assessment, (2) toxicity assessment and (3) risk characterization. Task 2.3 Exposure Assessment The exposure assessment will consider both current and likely future site uses, and will be based on complete exposure pathways to actual or probable human receptors (i.e., general groups that could come in contact with COPCs). Based on the existing data, chemicals such as polyaromatic hydrocarbons and metals have been detected in site soil. These chemicals are of a concern primarily for the direct contact pathways such as dermal contact and incidental soil ingestion. Therefore, these pathways will be evaluated in the risk assessment. In addition, there is the potential for VOCs to be present in soil gas and groundwater due to chemical releases from neighboring properties. IfVOCs are detected in soil gas or groundwater, the vapor intrusion pathway will also be evaluated. The final selection of exposure pathways will be conducted after a detailed review of existing data and any new data collected. For each COPC and medium, exposure point concentrations (EPCs) will be calculated using the USEPA software program, ProUCL Version 4. The EPCs will reflect the average chemical concentrations and will be used in conjunction with site-specific exposure parameters to estimate the intake of chemicals for each complete exposure pathway. Exposure parameters will be selected based on site-specific values where possible/as well as on assumptions presented in the Supplemental Guidance." Standard Default Exposure Factors (USEPA, 1991), and Exposure Factors Handbook (USEPA, 1997a). The focus of the risk assessment for this site will be on future commercial development. However, if COPCs were identified in the first tier of screening based on environmental effects, a second tier of screening will also be conducted using the average EPCs and the relevant ESL criterion for ecological receptors. Task 2.4 Toxicity Assessment The toxicity assessment characterizes the relationship between the magnitude of exposure to a COPC and the nature and magnitude of adverse health effects that may result from such exposure. For risk assessment purposes, adverse health effects are classified into two broad Professional Services Revised 10/18/07 4 08072 CITY OF PALO ALTO CONTRACT NO. C09126986 categories: noncarcinogens and carcinogens. Toxicity criteria are generally developed based on the threshold approach for noncarcinogenic effects and the non-threshold approach for carcinogenic effects. Chronic toxicity criteria may be selected from several sources including: 1.Cal-EPA OEHHA Toxicity Criteria Database, online (Cal-EPA, 2003); 2.US EPA’s (US EPA, 2003) Integrated Risk Information System (I~S); US EPA (US EPA, 1997b) Health Effects Assessment Summary Tables (HEAST), as referenced in the Region IX Preliminary Remedial Goals (PRG) Table (US EPA, 2002a); or US EPA NCEA Superfund Health Risk Technical Support Center, as referenced in the US EPA PRG table (US EPA, 2002a). If the screening evaluation identified chemicals that may be of concern for ecological receptors, a review of the published toxicity literature shall be conducted to determine the most appropriate toxicity criteria to use in a second tier ecological risk evaluation. Task 2.5 Risk Characterization The toxicity and exposure assessments are combined to estimate potential carcinogenic risks and adverse noncarcinogenic health effects associated with exposure to chemicals detected at the Site. Geosyntec will evaluate the potential for impact to estuarine aquatic receptors as well as human receptors for those chemicals identified during the screening evaluation. The results of the risk assessment will be used in aid in developing the remedial strategy for the site. Geosyntec will prepare a report that summarizes the findings of the focused site-specific risk assessment. The report will include a results of previous chemical characterization, input parameters for the risk assessment, and the conclusions of the risk assessment. A draft copy of the report will be submitted to the City for review and comment prior to submittal to the SF RWQCB. If needed for a refined site-specific risk assessment Geosyntec will conduct additional sampling. Note, however, that our cost estimate does not include sample collection and laboratory analyses for additional site characterization. Task 3. Develop Remediation Action and Monitoring Plan Prior to developing the remedial action, Geosyntec will meet with the City and SFRWQCB to discuss remedial alternatives to mitigate risk associated with chemical impacts at the LATP. PWA will assist in the development of the alternatives, and may also attend the meeting with the City and SFRWQCB. Possible alternatives that Geosyntec will consider include: Professional Services Revised 10/18/07 5 CITY OF PALO ALTO CONTRACT NO. C09126986 excavation and removal soil from the LATP; excavation, on-site treatment and replacement of soil; in-situ treatment of soil; in-situ fixation of soil; and capping of soil to remove an exposure pathway. Based on the results of the environmental risk assessment and requirements of regulatory agencies, Geosyntec will develop a Remedial Action and Monitoring Plan (RAP) that is cost- efficient, considers minimization of impact to the environment, and will strive to meet the City’s schedule for planned development of the Site. In accordance with the Regional Water Quality Control Board’s (RWQCB’s) Water Quality Control Plan (Basin Plan) for San Francisco Bay, Geosyntec will evaluate the ability of capping the chemically-impacted soil to prevent detrimental increase in concentrations of toxic substances found in bottom sediments or aquatic life. Geosyntec will also consider potential effects on aquatic organisms, wildlife, and human health. Geosyntec will prepare a draft RAP for review by the City. Subsequently, Geosyntec will incorporate comments from the City and submit a final RAP to the RWQCB. Task 4. Generate Detailed Technical and Operational Plans for Site Work Following approval of the RAP by the RWQCB, Geosyntec and PWA will prepare technical and operational plans for implementing the selected remedial alternative. These plans may include information such as the following, as appropriate: Methods and extents of excavation and removal or onsite relocation of soil, sludge and water; Possible on-site treatment and on-site placement of soil; Possible in-situ treatment of soil; Possible in-situ fixation of soil; Capping of soil to remove an exposure pathway; Confirmation sampling and laboratory analyses; and Other necessary plans such as Quality Assurance Project Plan (QAPP), Health and Safety Plan; transportation plans; temporary storm water pollution prevention plan. Geosyntec will also develop a cost estimate for the approved RAP including costs for excavation, chemical treatment, transportation, disposal, and laboratory analyses. Task 5. Certification and Confirmation Sampling and Analytical Work Geosyntec field staff, or a subcontractor, shall collect samples of soil, sludge, and water in accordance with the approved remedial action and monitoring plan to confirm that objectives of the remedial action plan are met. Geosyntec shall provide guidance to the remedial contractor if confirmation sampling indicates that additional excavation or further treatment/processing is Professional Services Revised 10/IS/07 6 08072 CITY OF PALO ALTO CONTRACT NO. C09126986 required. For the purposes of this contract, this Task will be funded for $30,000 to implement Task 5 work in accordance with the Consultant’s time and materials and unit prices included in this agreement. If further sampling and analytical work is deemed necessary, then the City will add further funds to fully cover this work. Geosyntec shall provide a letter report to the City, if appropriate, that attests that the remediation was implemented according to the RAP. Task 6. Meetings Geosyntec’s cost proposal includes budget for eight meetings with the City and/or RWQCB staff. For each meeting, Geosyntec and PWA will prepare agendas and make presentations as appropriate. Geosyntec will make weekly status reports by email to the City and arrange for conference calls or additional meetings as needed. One of the meetings is assumed to be a public community outreach meeting where Geosyntec will present the remedial action and monitoring plan in layman’s terms and field questions from the public. 7 ~ Professional Services Revised 10/18/07 CITY OF PALO ALTO CONTRACT NO. C09126986 EXHIBIT "B" SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of months specified below. The time to complete each milestone may be increased or decreased by mutual written agreement of the project managers for CONSULTANT and CITY so long as all work is completed within the term of the Agreement. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to proceed. Milestones Completion No. of months From NTP 1.Task 1 - Review information 1 momh 2.Task 2 - Analyze and develop risk assessment 3.Task 3 - Develop remediation action and monitoring plan 4.Task 4 - Prepare detailed plans and specifications for site work 5.Task 5 - Certification, sampling and analytical work 6.Regulatory review and response 7.Project closeout 2.5 months 5 months 7.5 months 9.5 months 16 months 18 months Note: These milestones assume that the oversight agency staff will be responsive in their review time with the project submittals. Actual response time may vary and completion schedule will be adjusted accordingly. Professional Services Revised 10/18/07 8 08072 CITY OF PALO ALTO CONTRACT NO. C09126986 EXHIBIT "C" COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. Compensation shall be calculated based on the hourly rate schedule attached as exhibit C-1 up to the not to exceed budget amount for each task set forth below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit "A" ("Basic Services") and reimbursable expenses shall not exceed $180,000.00. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. In the event CITY authorizes any Additional Services, the maximum compensation shall not exceed $198,000.00. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to the CITY. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $180,000.00 and the total compensation for Additional Services does not exceed $18,000.00. BUDGETSCHEDULE NOTTOEXCEED AMOUNT Task I $8,900 (Review information) Task 2 (Develop risk assessment) Task 3 (Develop remediation action and monitoring plan) Task 4 (Detailed plans and specifications for site work) Task 5 (Certification, sampling and analytical work) $38,250 $38,900 $38,700 . $29,700 Task 6 (Project management and meetings) Sub-total Basic Services $23,400 $177,850 08072 Professional Services Revised I0/18/07 CITY OF PALO ALTO CONTRACT NO. C09126986 Reimbursable Expenses $2,150 Total Basic Services and Reimbursable expenses Additional Services (Not to Exceed) Maximum Total Compensation REIMBURSABLE EXPENSES $180,000 $18,000 $198~000 The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for services and are not reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for which CONSULTANT shall be reimbursed are: A. Travel, including transportation and meals, will be reimbursed at actual cost subject to the City ofPalo Alto’s policy for reimbursement of travel and meal expenses for City of Palo Alto employees. B. Long distance telephone cellular phone, facsimile transmission and postage charges are reimbursable at actual cost. All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $1,000.00 shall be approved in advance by the CITY’s project manager. Reimbursable subcontracted services Such as drilling and laboratory analyses shall be billed at cost plus 12%. ADDITIONAL SERVICES The CONSULTANT shall pro+ide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’ s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximnm compensation, including reimbursable expense, for such services based on the ratesset forth in Exhibit C-1. The additional services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s Project Manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement. Professional Services Revised 10/18/07 2 080710 CITY OF PALO ALTO CONTRACT NO. C09126986 EXHIBIT "C-1" HOURLY RATE SCHEDULE RATE/FEE SCHEDULE -GEOSYNTEC POSITION HOURLY RATE Engineer/Scientist: Staff Professional Senior Staff Professional Professional Project Professional Senior Professional Associate Principal $96.00 SilO 00 $124 O0 $142 00 $162 00 $182 00 $200 oo Construction Services: Engineering Technician I Engineering Technician II Senior Engineering Technician I Senior Engineering Technician II Site Manager I Site Manager II Construction Manager $50.00 $55 00 $60 oo $65 oo $v4 oo $v9 00 $89 oo Design, Graphical, and Administrative Services: Designer Senior Drafter/Senior CADD Operator Drafter/CADD Operator/Artist Admin Assistant/Tech Word Processor Clerical $104.00 $92.00 $80.oo $52.00 $42.00 ~R~79 Professional Services Revised 10/18/07 EXHIBIT D PRODUCER Marsh USA Inc.t560 Sawgrass Corporate Pkwy. Suite 300 Sunrise, FL 33345-9010 Attn: Fax: 212-948-1306 / ContractReviewCSS@marsh.com S81127-ALL-CAS1-07-08 OAKLA ALL4 INSURED GeoSyntec Consultants, Inc. 475 14TH St., Suite 450 Oakland, CA 94596 CERTIFICATE NUMBER ATL-001494534-01 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE POLICY, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES DESCRIBED HEREIN. COMPANIES AFFORDING COVERAGE COMPANY A Commerce and Industry Ins Co COMPANY B American International Specialty Lines Ins Co COMPANY C American Home Assurance Co COMPANY D : i’; : ::ThiSlcertific~te S~peis~d~ and rep..la:ces ah~ previ~M~ isSUed Ce~ifi~i~!:fo~tl~ ~61idy.pe’riod:n~ted b~10~i~::, i THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN ISSUBJECT TO ALL THE TERMS, CONDITIONS AND F.XCLUSIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPEOF INSURANCE POUCY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITSLTRDATE (MMIDD/YY)DATE (MMIDD/YY) A GL 4178618 09/01/07 09/01/08 A A C C GENERAL LIABIlITy ~OMMERCIAL GENERAL LIABILITY AUTOMOBILE UABIUTY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS x NON-OWNED AUTOS GARAGE UABIUTY ANY AUTO EXCESS UABILITY ~UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS COMPENSATION ANDEMPLOYERS’ LIABIUTY THE PROPRIETOR]IX I INCLPARTNERS/EXECUTIVE OFFICERS ARE:1 I EXCLOTHER CA5053937 (AOS) CA1955451 .(MA) UMB8085625 WC5313943 (AOS) WC5313944 (CA) B Prof. Liability &195-19-04 Contr. Poll. Liab. Claims Made Form DESCRIPTION OF OPERATIONSlLOCATIONSNEHICLESlSPECIAL ITEMS RE: PSA CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATIONP.O. BOX 10250 PALO ALTO, CA 94303 09/01/07 09/01/07 09/01/07 09/01/07 09/01/07 09/01/07 09/01/08 09/01/08 09/01/08 09/01/08 09/01/08 09/01/08. GENERAL AGGREGATE PRODUCTS - COMP/OP AGG PERSONAL & ADV INJURY EACH OCCURRENCE FIRE DAMAGE (Any one fire) MED EXP (An~ one person) COMBINED SINGLE LIMIT $ $ $ $ $ $ $ BODILY INJURY $(Per person) BODILY INJURY (Per accident)$ PROPERTY DAMAGE $ AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY: EACH ACCIDENT AGGREGATE EACH OCCURRENCE AGGREGATE SIR: I WC STATU-OTH-TORY LIMITS I I ERX ELEACH ACCIDENT EL DISEASE-POLICY LIMIT EL DISEASE-EACH EMPLOYEE 2,000,000 2,000,000 1,000,000 1,000,000 100,000 25,000 1,000,000 $ $ $10,000,000 $10,000,000 $10,000 $ $ $ 1,000,000 1,000,000 1,000,000 Each Claim / Aggregate 8,000,000 Ded: Each Claim 300,000 CITY OF PALO ALTO IS INCLUDED AS ADDITIONAL INSURED, WHERE REQUIRED BY WRITTEN CONTRACT, EXCEPT FOR WORKERS’ COMPENSATION AND PROFESSIONAL LIABILITY, THIS INSURANCE SHALL BE PRIMARY AND NON-CONTRIBUTORY AND LIMITED TO LIABILITY ARISING OUT OF THE OPERATIONS OF THE INSURED WHERE REQUIRED BY WRITTEN CONTRACT, THE ABOVE GENERAL LIABILITY POLICY CERTIFICATE HOLDER CANCELLATION : BY:Eileen S. Yodanis MM1(3102)VALID AS 0F:07/09/08 =’PRoDuCER Marsh USA Inc. 1560 Sawgrass Corporate Pkwy.COMPANY Suite 300 E Sunrise, FL 33345-9010Attn: Fax: 212-948-1306 / Contract.ReviewCSS@marsh.com S81127-ALL-CAS1-07-08 OAKLA ALL4 INSURED GeoSyntec Consultants, Inc.475 14TH St., Suite 450 Oakland, CA 94596 DATE (MM/DD/YY) 07/09/08 COMPANIES AFFORDING COVERAGE COMPANY F COMPANY G COMPANY H CONTINUED FROM DESCRIPTION SECTION: INCLUDES SEPARATION OF INSUREDS COVERAGE. THE ABOVE GENERAL LIABILITY POLICY INCLUDES CONTRACTUAL LIABLITY COVERAGE CERT F CATEHOLDER -. :, : : ¯-:: CI~ OF PALO ALTo PURCHASING AND CONTRACT ADMINISTRATION P.O. BOX 10250PALO ALTO, CA 94303 AUTHORIZED REPRESENTATIVE of Ma~h USA Inc. BY: Eileen S, Yodanis’ Page 2 EXHIBIT E Attachment Certificatiori 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 of any person because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person; that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment. 1.If Proposer is INDIVIDUALISote Proprietorship, sign here: Date: Proposer’s Signature Proposer’s typed name and title °~f Proposer is PARTNERSHIP or JOINT VENTURE, at least (2) Partners or each of the Joint Venturers shall sign here: Partnership or Joint Venture Name (type or print) Date: Member of the Partnership or Joint Venture signature Date: Member of the Partnership or Joint Venture signature 3.If Proposer is a CORPORATION, the duly authorized officer(s) shall sign as follows: The undersigned certify that they are respectively: Chairman of the Board and Title Title Of the corporation named below; that they are designated to sign the Proposal Cost Form by resolution (attach a certified copy, with corporate seal, if applicable, notarized as to its authenticity or Secretary’s certificate of authorization) for and on behalf of the below named CORPORATION, and that they are authorized to execute same for and on behalf of said CORPORATION. GEOSY~TEC CONSULTANTS C~Name/~type or Date:May 23, 2008 Title: Chairman of the Board By:Date: Title: City of Palo Alto - RFP126986