Loading...
HomeMy WebLinkAboutStaff Report 267-06City of Palo Alto City Manager’s Report TO: FROM: DATE: SUBJECT: HONORABLE CITY COUNCIL CITY MANAGER JUNE 19, 2006 APPROVAL OF CONTRACT DEPARTMENT: PUBLIC WORKS CMR:267:06 WITH GEOFF BROSSEAU IN THE AMOUNT OF $100,000 PER YEAR FOR POLLUTION PREVENTION PROGRAM ASSISTANCE FOR THE REGIONAL WATER QUALITY CONTROL PLANT 10 RECOMMENDATION Staff recommends that Council: Approve and authorize the City Manager or his designee to execute the attached contract with Geoff Brosseau in the amount of $100,000 for the first contract year for assistance in pollution prevention program assistance (Attachment A); and Authorize the City Manager or his designee to negotiate and execute one or more revisions to the contract with Geoff Brosseau for related, additional work the need for which may develop during the project, the total value of which shall not exceed $10,000 for the first contract year. Authorize the City Manager or his designee to exercise the option to renew the contract for the second and third year, provided the proposed cost of the renewal contract does not exceed the Consumer Price Index for all urban consumers (San Francisco - Oakland - San Jose, CA), the contractor is responsive to the City’s needs, and the quality of the contractor’s work is acceptable during the first year of the contract. o Authorize the City Manager or his designee to negotiate and execute one or more revisions to the second and third years of the contract for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $10,000 in each year, provided the contract is renewed for those years. DISCUSSION Scope of Services Description The consultant will assist the Regional Water Quality Control Plant in identifying new methods of reducing pollutant discharges to the sanitary sewer system and the storm drain system, as required by regulatory agencies. The consultant will also assist in implementing pollution prevention programs, including ones that have already been identified and ones that are yet to be identified. Examples of those already identified are the Clean Bay Program for vehicle service facilities and training programs for pesticide applicators. Programs needing further development are ones for PCBs and mercury. CMR:267:06 Page 1 of 3 A RFP for the project was posted at City Hall and sent to nine consulting firms on March 20, 2006. The bidding period was 22 days. O~y .one consultant, Geoff Brosseau, submitted a proposal. More responses were not received because of the highly specialized nature of the work, which requires technical knowledge about wastewater and stormwater pollution prevention for vehicle service facilities, alternatives to pesticide use, mercury, PCB and dioxin control, watershed planning, and creek monitoring. Proposal Description/Number Proposed Length of Project Number of Proposals Mailed Total Days to Respond to Proposal Number of Proposals Received Summ.ayy of Solicitation Process Industrial Wastewater Discharge Evaluation/RFP Number 116617 36 months 9 22 1 An evaluation committee was not ~ because only one proposal was received. Geoff Brosseau’s proposal and his previous work under contract to the City of Palo Alto demonstrate that he is capable of successfully meeting the project requirements. Staff recommends that the contract be awarded to Geoff Brosseau, Staff, with the concurrence of the City Attorney, has determined that the firm is exempt from complying with the financial disclosure provisions of the City’s conffict of interest code, because the farm’s range of duties and services to be provided under the contract are limited in scope or are primarily ministerial in natron. A contingency amount of $10,000 per year is requested for each of the three years of the contract. The most likely additional services are to help develop new control measures for mercury and PCBs. New requirements are being finalized by the State which are likely to trigger new tasks for Palo Alto. RESOIJRL-~ INII~AL-’I" Funds are available in the fiscal year 2006-07 operating budget of the R~gional Water Quality Control Plant to cover the current year contract and con "tmgency amounts. ENVIRONMENTAL REVIEW This contract approval does not constitute a project under the California Environmental Quality Act and no environmental review was required_ ATTA~S Attacliment A: Contract (includes Scope of Ser~)_ce and Certification of Nondiscrimination) PREPARED BY: PHIL BOBEL Manager, Environmental Compliance Division CMR:267:06 Page 2 of 3 DEPARTMENT HEAD: CITY MANAGER APPROVAL: GLENN ROBERTS Director of Public Wock~ EMILY~IARRISO~..~.~ Assistant City Manager CMR:267:06 Page 3 of 3 ATTACHMENT A CITY OF PALO ALTO CONTRACT NO.C06116617 AGREEMENT BETWEEN THE CITY OFPALO ALTO AND GEOFF BROS SEAU FOR POLLUTION PREVENTION PROGRAM ASSISTANCE This AGREEMENT 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 Geoff Brosseau, a Sole Proprietor located at 437 Encina Avenue, Menlo Bark, CA 94025 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY is engaging a consultant to assist the City in conducting Pollution Prevention Programs associated with sanitary sewer and storm drain systems ("services"). B. CONSULTANT has represented that it and any subconsultants have the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance 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. D. CONSULTANT has agreed to perform the Services on the terms and conditions contained in this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, this Agreement, the parties agree: AGREEMENT Section i. SCOPE OF SERVICES. CONSULTANT shall perform the Services described i~’ ix~ibit’ ’~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. TEB!~. The term of this Agreement shall be from the date of its full execution to 365 days from that date, and may be extended by CITY through its City Manager for up to an additional tQo (2) twelve-month periods (each an "Additional Term") for a maximum of thirty-six (36) consecutive months, subject to CITY 050310 CITY OF PALO ALTO CONTRACT NO.C06116617 Council’s annual approval of each current year’s budget and appropriation of funds, unless terminated earlier pursuant to Section 20 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. 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 Thousand Dollars ($i00,000.00).In the event Additional Services are authorized, the total compensation for services and reimbursable expenses shall not exceed One Hundred Ten Thousand Dollars ($II0,000.00) . 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 performed without the prior written authorization of CITY. Additiona! 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 of personnel 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. Send all invoices to the CITY attention the Project Manager. The Project Manager is: Phil Bobel, Dept.: Public Works, Environmental Compliance Division, 2501 Embarcadero Way, Palo Alto, CA 94303, Telephone: 650-329-2285. SECTION 6. QUALIFICATIONS/STAIq]DAIAD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it possesses the professional and 050310 CITY OF PALO ALTO CONTRACT NO.C06116617 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 have and shall maintain during the term of this Agreement al! 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 pfofessional 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 al! 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 al! notices required by law in the performance of the Services. CONSULTANT shal! report immediately to the CITY’s project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and/or guidelines in relation to the Project of the performance of the Services. All documentation prepared by CONSULTANT shall provide for a completed project that conforms to al! applicable codes, rules, regulations and g~idelines that are in force at the time such documentation is prepared.. SECTION 8. ERRORS/OMISSION.8. CONSULTANT shall correct, at no cost to CITY, any and all errors, omissions, or ambiguities in the work product submitted to CITY, provided CITY gives notice to CONSULTANT. SECTION 9. 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. The manner and means of conducting the Services are the responsibility of and under the control of CONSULTANT, except to the extent they are limited by applicable law and the express terms of this Agreement. CONSULTANT will be responsible for employing or engaging all persons necessary to perform the Services. All contractors and employees of CONSULTANT are deemed t6 be under CONSULTANT’S exclusive direction and control. CONSULTANT shal! be responsible 050310 3 CITY OF PALO ALTO CONTRACT NOOC06116617 for their performance. SECTION I0, 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. SECTXON II. SUBCONTRACTING. NotNithstanding Section I0 above, CITY a~rees that subconsultants may be used to complete the Services. The subconsultants authorized by CITY to perform work on this Project are idehtified in Exhibit "A". CONSULTANT shall be responsible for directing the work of the subconsultants and for any compensation due to subconsultants. CITY assumes no .responsibility whatsoever concerning such 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 12. PROJECT MANAGEMENT. CONSULTANT will assign Geoff Brosseau as the project director to have supervisory responsibility for the performance, progress, and execution of the Services. If circumstances or conditions subsequent to the execution of this Agreement cause the substitutimn of the project director or any other key personnel for any reason, ~the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approva! 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 a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property. The city manager will represent CITY for all purposes under this Agreement. Phil Bobel is designated as the project manager for the CITY. 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 13. DUTIES of CITY. To assist CONSULTANT in the performance of the Services, CITY wil! furnish or cause to be furnished the specified services and/or documents described in Exhibit ~A" and such other available information as may be reasonably requested by CONSULTANT. SECTION 14, OWNERSHIP OF MATERIALS, All drawings, plans, reports, 050310 CITY OF PALO ALTO CONTRACT NO.C06116617 specifications, calculations, documents, other materials and copyright interests developed or discovered by CONSULTANT or any other person engaged directly or indirectly by CONSULTANT to perform the services required hereunder shall be and remain the property of CITY without restriction or limitation upon their use. 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. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable 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. TO the fullest ext~nt 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 any person, property damage or any other loss, including all costs and expenses of whatever nature includingattorneys fees, experts fees, court costs and disbursements ("Claims/’) resulting from, arising out of or in any manner related to performance or nonperformance by CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. The acceptanqe 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 waiter by either party of any breach or’vi6iatiDn of’ a~y 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 any subsequeDt 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, shal! obtain a policy endorsement naming the City of Palo Alto as an additional insured under any genera! liability or automobile policy or policies. 18.2.All insurance coveragerequired hereunder Shall 050310 CITY OF PALO ALTO CONTRACT NO.C06116617 be provided through carriers with Best[....s .Key R@~iqg Guide ratings of A-:VII or higher which are admitted 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 ~uch 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 Qith 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 0f this Agreement. 18.4.The procuring of such required policy or -policies of insurance will not beconstrued 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. WORKERS’ COM~NSATION. CONSULTANT, by executing this Agreement, certifies that is ~ware 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 and during the performance of the Services~ SECTION 20.TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 20.1.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 (I0) days’ prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 20.2.CONSULTANT may terminate this Agreement or suspend its performance of the Services by giving ten (I0) days prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY. 050310 6 CITY OF PALO ALTO CONTRACT NO.C06116617 20.3. .Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other 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. 20.4.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., I0 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 CONSULTANT’s services which are of direct aUd immediate benefit to CITY as such det@rmination may be made by the City Manager acting in the reasonable exercis@ of his/her discretion 20.5. 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 21.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 22.CONFLICT OF INTEREST 22.1.In accepting this Agreement, CONSULTANT covenants that it presently has no.interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 22.2.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 wiil have any financial interest under this Agreement is an officer or employee of CITY; 050310 CITY OF PALO ALTO CONTRACT NO.C06116617 this- provision will be interpreted in accordance with the applicable provisions of the £alo Alto MuniciPa! Code and th~ Government Code of the State of California. 22.3. 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 andagrees to file the appropriate financial disclosure documents required by the Palo Alto Municipa! Code and the Political Reform Act. SECTION 23. NONDISCRIMINAT..~O~. As set forth in Palo Alto Municipal C~"~ section 2.30.510, CONSULTANT agrees that in the performance of this Agreement, it shallnot 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 Chapter 2.28 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, .and agrees to meet all requirements of Chapter 2.28 pertaining to nondiscrimination in employment, including completing the form furnished by CITY and set forth in Exhibit "E" SECTION 24.MISCELLANEOUS PROVISIONS. 24.1. This Agreement will be governed by the laws of th9 State of California. 24.2.In the event that an action is brought, the parties agree thattrial 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. 24.3.The prevailing party in any actionbrought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys’ fees expended in connection with that action. 24.4.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 signed by the parties. 24.5.The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and CONSULTANTs, as the case may be, of the parties. 24.6.If a court of c~mpetent jurisdiction finds or 050310 8 CITY OF PALO~ALTO CONTRACT NO.C06116617 rules 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. 24.7.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 wil! be deemed to be a part of~this Agreement. 24.8.This Agreement is subject to the fiscal provisions of the Charter of the City of ?alo Alto and the Palo Alto Municipal Code~ This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the-following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Agreement are no longer availabl~e. This Section 24.8 shall take precedence.in the event of a conflict with any other covenant, term, condition, Or provision of th~s Agreement. 050310 cITY OF PALO ALTO CONTRACT NO.C06116617 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. APPROVED AS TO FOP~M: Senior Asst. City Attorney APPROVED: Director of Administrative Services CITY OF PALO ALTO Assistant City Manager GEOFF BROSSEAU By: Name: Title: O~oM4.a" (If co~ora~on: Presiden~ or Vi~-Presi~nt) By: Name: Title: {If corporation: Secretary or Treasurer) Taxpayer Identification No. (Social Security Number if Sole Proprietorship). (Compliance with Co~p. Code ~ 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities-is acceptable) Attachment s : EXHIBIT "A": EXHIBIT "B" : EXHIBIT "C": EXHIBIT "D" EXHIBIT "E": SCOPE OF SERVICES SCHEDULE OF PERFORMANCE COMPENSATION INSURANCE NONDISCRIMINATION COMPLIANCE FORM I0 050310 EXHEBIT POLLUTION PREVENTION PROGRAM ASSISTANCE SCOPE OF SERVICE A. Pollution Prevention Program Implementatiou and Coordination This component will include the following tasks: Task 1: Work Plan and Project Management Sc_£9_p_: The consultant team will: ¯attend project planning meetings with RWQCP staff ¯prepare a work plan for the Pollution Prevention Programs contract During the project year, the consultant will revise and/or add new tasks to the work plan, as necessary. The work plan will contain: ,,scopes of work ¯budgets ¯schedules for each task Approach: The cousultant team will manage the project tasks and assist RWQCP staff to manage the Pollution Prevention Program Assistance contract. The team will endeavor to keep the project tasks on budget and schedule. Members of the consultant team will attend project stares meetings with the RWQCP staff. The RWQCP staff, with input from the team, will set up project meetings. The consultants will prepare items, as needed, to facilitate the meetings. Products: 2006/2007 Work Plan Subconsultants: None. Task 2: Vehicle Service Facility Program Sc__qp_p~: The consultant team will purchas.e the annual recognition items including: ¯full-page newspaper Clean Bay BusOwss ads ¯annual decals ,,5-year and 10-year recognition items ADDroach: The consultant team has assisted the RWQCP for the past ten years with ~aphic services related to the VSF Progam, including design, layout, production, and printin~purchasing. Items have been produced for the following tasks: ¯Clean Ba.v Business Recognition Pro~’am including decals, bumper stickers, customer brochures, newspaper ads, and tear sheets Clean Bay Business Advertising Progam including: ,,"Newspaper reminder advertisements ¢"Phone book advertisements ,/Theater advertisements ¯5-YearRecognition Program ¯10-YearRecognitionProgam The consultant team is prepared to continue purchasing the items described in the RFP. Contract C06116617 Page 1 of 5 EXHIBIT "A" Products:Full-page Clean Bay Bttsiness ads (placement only); Decals; 5-year recognition items; 10-year recognition items. Subconsultants: None. Task 3: IPM Partnership Sc_.qp.p~: The consultant team will coordinate implementation of the DM Partnership. Duties will include: *designing the promotion ¯organizing and conducting monthly meetings ¯facilitating regional decision-making ¯coordinating the efforts of individual agency participants ¯coordinating development and production of materials (e.g., fact sheets, shelf talkers) and advertising Approach: The team will work with RWQCP staff on implementing the IPM Partnership in much the same way as we have operated under the previous Pollution Prevention Programs contract. We will focus on maximizing coordination of this project anaong the participating agencies while striving to meet the following long-term goals we helped to establish: Develop and maintain partnerships with stores that: ¯are convenient for residents, ¯support a high-quality promotion, ,,address a significant volume of pesticide sales, and ¯continue for as long as pesticides are a significant compliance risk for wastewater and stormwater agencies. Replacement pesticides to the pesticides that spawned the pro~am - diazhaon and chlorpyrifos - present a new and challenge for agencies dealing with pesticide-related water pollution. Ln addition, the expansion of the progam statewide and information from a consumer survey have changed the nature of the IPM Partnership and introduced an opportunity-to significantly increase the awareness of the program though advertising.- The team will continue to work with the IPM Partnership Committee to review the program design and identify areas where the design may need to be modified to maximize the effectiveness of the Our I, Vater, Our l,Vorld ProDam. Products: Agenda; Minutes; Communications; Regional materials; Program design. Subconsultants: None. B. Watershed Monitoring and Assessment This component will include the following tasks: Task 4: Long-Term Monitoring and Assessment Plan (LTMAP) ~: The consultant team will assist the City o1’ Palo Alto and other local jurisdictions that border San Francisquito Creek to continue to develop and implement a long-term Contract C06116617 Page 2 of 5 EXHIBIT "A" monitoring and assessment program for the creek and its watershed. The consultant team will develop the monitoring program by facilitating discussions and decision-making by loca! jurisdictions, and by helping coordinate these activities with the Regional Water Quality Control Board, the San Franeisquito Watershed Council (SFWC), and the Joint Powers Authority. The goals of this effort are to: ¯update the Long-Tema Monitoring and Assessment Plan (LTMAP) as necessary ¯facilitate institutionalizing the LTMAP including establishing: long-term stations, mechanisms/systems for data management, information access/sharing, and adaptive management (study plan generation and review, study results review and incorporation into decision-making) ¯help link the Watershed Management initiative’s watershed assessment results with the LTMAP Approach: Having developed the LTMAP, it is now vital to help ensure the plan is implemented as much as possible. We propose to work with San Francisquito Watershed Council and Joint Powers Authority staff on implementing the LTMAP in much the same way as we have operated under the previous Pollution Prevention Programs contract. We have identified the following key follow-on tasks to the LTMAP’s production: ¯developing data review and management processes ¯institutionalizing information access/sharing and an adaptive management process And the team has identified the key individuals that need to be involved to help complete these tasks. The team plans to continue to work with them in small focused work ga’oups on parallel tracks to complete these follow-on tasks together. Products:LTMAP updates, as necessary; Database management and information sharing/access systems. Subconsultants: Armund Ruby. Task 5: Coordination between the San Francisquito Watershed Council and WMI Scol~e: As needed, the consultant team will assist the San Francisquito Watershed Council to coordinate with the WMI including participating in the Watershed Assessment and Monitoring Subgroup (WAMS). Participation in WAMS may include: ¯meetings ¯document review and comment ¯incorporating WMI information into the LTMAP Approach: The team proposes to work with RWQCP staff on coordinating between the San Francisquito Watershed Council and the WMI in much the same way as we have operated under the previous Pollution Prevention Programs contract, including looking for opportunities to link its results and lessons learned with the LTMAP. Products: Recommendations and plan for using WM] assessment in LTMAP implementation Subconsultants: Amaund Ruby. Contract C061 16617 Page 3 of 5 EXHIBIT "A’" Task 6: TMDL Related Source Control Programs Sc__qg_p~: Tim consultant team will assist the City of Palo Alto with source control activities for Mercury, Pesticides, and PCBs,- which may grow put of TMDLs, which the Regional Water Quality Control Board is now finalizing. As the TMDLs near completion, it. will become apparent what actions the City could take to support Bay-wide efforts to address these pollutm~ts. An example may be outreach or regulatory efforts to address emissions from construction demolition. BMPs for other activities could also be indicated. Al3Droach: The Consultant will help research, refine, and implement any BMPs chosen by the City for fucther work. Consultant will look for opportunities to share tasks with other local governments m~d conduct collaborative programs. Products: Research results and recommendations from the research. ’Subconsultants: None. C, Training This component will include the following task: Task 7: Training Assistance Sc__q9_~: The consultant team will assist the City of Palo Alto to create and conduct training, on an as needed basis, for various business types. In addition, the Consultant team wil! help city staff implement their pesticide/IPM policy by: ¯conducting trainings ¯developing pest response plmas for city staff (e.g., step-by-step pest contTo1 instructions) responding to pest control questions on an on-call basis. Al~oroach: The team proposes to work with RWQCP staff to provide training assistance in much the same way as we have operated under the previous Pollution Prevention Programs contract, h~ addition, we feel there is a need and perhaps an opportunity to take the trainings to the general public in a more directed way. The in-store "trainings" of customers (i.e., workshops) have been very well received. Over the last decade or more, the RWQCP has developed a number of public education efforts that affect residents in their home and yard - pest control, auto care, wood smoke prevention, creek and watershed pollution prevention, household hazardous waste / exchange proN’ams, construction pollution prevention - that residents may find very infom~ative and valuable. One of the more effective ways to convey this information might be to develop and conduct brief "workshops" at homeowners and neighborhood association meetings. "Trainers" could briefly provide the information, answer questions, m~d leave the RWQCP’s existing materials behind for residents. Products: Trainings; Pest response plans; Pest control help. Subconsultants:Am~ie Joseph Tanya Drlik Contract C06116617 Page 4 of 5 EXHIBIT "A" Additional Services Performance of Additional Services and related fees shall be negotiated in advance of any work and approved in writing by the Project Manager. Additional Smwices may consist of, but are not limited to the following: ¯Assist the City develop new control measures for Mercury in response to new State requirements. ¯Assist the City develop new control measures t’or PCBs in response to new State requirements. Contract C06116617 Page 5 of 5 CITY OF PALO ALTO CONTRACT NO.C06116617 EXHIBIT "B" SCHEDULE OF PERFORMANCE CONSULTANT shall perform the Services so as to complete each milestone within the number of days specified below. The number of days 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 ter~ of the Agreement"]. CONSULTANT shall provide a detailed schedule of work consistent with the schedule below within 10 days of receipt of the notice to proceed: Milestones Task 1 - Work Plan Task 2- Vehicle Service Facility Program Task 3 - 7 Performance of on-going services, as described in Exhibit "A" Completion Number of Days From NTP 30 days 335 days 365 days 1 050310 CITY OF PALO ALTO CONTRACT NO.C06116617 Sub-total Basic Services Reimbursable Expenses $100,000.00 $ o Total BasioServices and Reimbursable expenses Additional Services (Not to Exceed) Maximum Total Compensation $100,000.00 $10,000.00 $11oooo.oQ REIMBURSABLE EXPENSES CITY shall reimburse CONSULTANT for reimbursable expenses including, postage, mileage and other miscellaneous costs, at cost. All requests for payment of expenses shall be accompanied by appropriate backup information. Any expense anticipated to be more than $500.00 shall be approved in advance by the CITY’s project manager. ADDITIONAL SERVICES The CONSULTANT shall provide 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 maximum compensation, including reimbursable expense, for such services based on the rates set 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 050310 CITY OF PALO ALTO CONTRACT NO.C06116617 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 notto 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 $100,000.00. 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 $110,000.00. 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 $100,000.00 and the total compensation for Additional Services does not exceed $10,000.00. BUDGET SCHEDULE NOT TO EXCEED AMOUNT (Including reimbursable expenses) Task 1 (Work Plan and Project Management) $3,000 Task 2 (Vehicle Service Facility Program) $14,000 Task 3 $35,000 (IPM Partnership) Task 4 (Long Term Monitoring and Assessment Plan) $20,000 Task 5 $5,000 (Coordination between The San Francisquito Creek Council & WMI) Task 6 (TMDL Related Source Control Programs) $17,000 Task 7 $6,000 (Training Assistance) 050310 CITY OF PALO ALTO CONTRACT NO.C06116617 EXHIBIT "C-1" FEE SCHEDULE Team Member Hourly Rate Geoff Brosseau $125 Armand Ruby $125 Annie Joseph $60 Tanya Ddik $100 Other Direct Costs Actual Cost Overhead will be charged on all technical and professional subcontractors at the rate of 5 percent. 1 o503;o From:~f~am/\r,;n!~e P::~n~Jr~ncebyAIlied Brokers FaxlD: To: City of Palo AIto ............. D~-te:6/ 2.r20G6 12:20PM Page:2~f2 EXH IT D CERTIFICATE OF LIABILITY INSURANCE ~o~’-~ [ o~/12/o6 THI~ CERTIFICATE IS ISSUED AS k ~EF OF INFOR~ON ONLY ~D CONFERS NO RIGHTS UPON THI ~ CERTIFICATE HOLDER. THIS CER~RCATE DOES NOT AM ~ND, EXTEND OR ~TER THE COVE~GE AFFORDED BY TH~ POLICIES BELOW. Fax:650-324-1142 Palo !-i’t,3 C.~ 9~_301 Phone: ~E~ ---’.:-~ -3-!000 I PnlSURERS AFFORDING COVERAGE ]. NAIC ~.. 24260 ~U~RB:The Hartford I 22357I INSL~ER E: ~ecff:ev A. Brosseau4~7 ~R Avenue~!-’~ P~r~ CA 94025-1864 L’rR ~rt~R~".’Y~ =- <~= ~ISL,~NCE I POLICY NUMBER B ~ 57SBAEH0359 CA04082015-5 DA’T~ {MM/DD/YY] o6/11/o6 DATE (MM/OOHY} 0~/31/07 o6/11/o7 LIMITS m~:. i $ 2000000 ~ 1,000,000 ,I DESCR;F’TI~-} 0= ::;E:’:;.:I.:’NS ; LGCATIONS I VEH~L’LF-S I ~C~ONS ADDED BY I~’,~SEMIB4T I ~ECIAL PRO~SIONS ~he holds: o:~ this certificate, The City of Palo Alto, is named as an addit~¢.~3 ~5~ed, including its, Council Members, Officers, Agent~, Emplo~s. ~dth regard to any work done within the City’s property. CERTIFICAtEd;cLUE5 CITYOFP :ity ~f Balo Alto lY<.t~: s~ira Cardoza i{Z-0 H:m~.ilton Avenue 9~k~ .A£t~ CA 94301 CANCELLATION ~ ANY OF ~ ABOVE DESCRff~ED ~ ~OF, ~ ISS~ ~ ~L ~VOR ] ) ~ 30 DAYS~ ~ ~ ~ C~ICA~ HOLD~ POLICY NUIVIBER: STSBA]EH03S9 COM~£ERCLIL GENERAL LLiBLLrrY THIS EINrDORSEIVIENT CI-IANGES TIlE POLICY. PLEASE READ IT CAREFULLY. " ADDITIONAL INSURED-OWNERS, LESSEES OR CONTRACTORS (FoP B) THIS ENDORSEMENT MODIFIES I~SURANCE PROXrIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL.LIABILITY COWERAGE PART. SCHEDULE NA1V~E OF PERSON OR OI~GAixrIZATION: City of Palo Alto,Coucil Members,Officets#~gents and Employees (IF NO ENTRY APPEARS ABOVE, ]}~FORMATION REQUIRED TO COMPLETE TI-IIS ENDORSEMENT WILL BE SHOWN IN.THE DECLARATIONS AS APPLICABLE TO THIS ENDORSEMENT.) Geoffrey _A_ Btosseau IS AMENDED TO INCLUDE-AS AN INSURED THE PERSON OR ORGANIZATION SHOWN IN THE SC~~, BUT ONLY WITH RESPECT TO LIABILITY ARISING OUT OF "YOUR WORK" FOR THAT I1NSURED BY OR FOR YOU. CG20 10 ~ 8S EXHIBIT E 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 of any person because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, mbrital status, fam~Tml status~ weight or height of such person; that they are in compliance with all Federal, State arid Ioca! directives and executive orders regarding nondiscrimination In employment. Date:,, If Proposer is INDIVIDUAL, sign here: Pro.p~ ~.~_.=,se ignature ¯ Proposer’s typed name and title o If Proposer is PARTNERSHIP er JOINT VENTURE, at least (2) Partners or each of the Joint Venturers shall sign here: Partnership or Joint Venture Name (type or print) Date: Date: Member of the Partnership or Joint Venture signature The undersigned certify that they are respectively: and Title Member of the Partnership or Joint Venture signature’ If Proposer is a CORPORATION, the duly authorized officer(s) shall sign as follows: Title Of the ~corporatlon 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, Corporation Name (type or print) By: Title: By; Title: Date: Date: City of Palo Alto -1LFP 116617 Page 1 of 1