HomeMy WebLinkAbout2004-10-04 City Council (3)TO:
FROM:
C *y of Palo Allto
Ci,y Manager’s Report
HONORABLE CITY COUNCIL
I 0
CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:
SUBJECT:
OCTOBER 4, 2004 CMR:434:04
APPROVAL OF CONTRACT WITH RAINES, MELTON &
CARELLA, INC. IN THE AMOUNT OF $150,000 FOR THE
PREPARATION OF A DISINFECTION ALTERNATIVES WORK
PLAN
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with Raines,
Melton & Carella, Inc. (RMC) in the amount of $150,000 for the preparation of
the Disinfection Alternatives Work Plan.
Authorize the City Manager or his designee to negotiate and authorize RMC to
perform related, additional work that may develop during the project, the total
value of which shall not exceed $15,000.
DISCUSSION
Scope of Services Description
The scope of work to be performed under the contract is for consultant services to assist
the RWQCP and its stakeholders to become knowledgeable in the available disinfection
technologies in order to screen the options with respect to the RWQCP long-term goals.
The objective is to get acceptance and support by an array of stakeholders representing
the community’s environmental and socioeconomic interests, on selecting the options for
detailed study. The project will also obtain consensus and formulate a work plan to
properly evaluate the selected options. The end result of this project would be an
acceptable list of alternatives for evaluation, and a detailed work plan to evaluate the
alternatives. The subsequent evaluation would lead to an ultimate disinfection process,
acceptable by the communities, for the RWQCP. Please see Exhibit "A" of the attached
contract (Attachment A) for the complete scope of services.
It is of utmost importance that the project be structured to provide an open forum for
public participation. Facilitation and documentation of stakeholder workshops and
discussions is crucial to the success of the project. The consultant’s technical knowledge
CMR:434:04 Page 1 of 3
and ability to present information in an un-biased manner is essential to ensure an open
public process.
Background
The RWQCP uses chlorine, a conventional but controversial chemical, to disinfect its
treated water prior to discharge to the Bay. Elimination / minimization of chlorine use is
a core element of several long-term goals that were established for the RWQCP by its
stakeholders during the Long-term Goals Study (LTGS).
The RWQCP is committed to evaluate various disinfection technologies that would
replace the use of chlorine. The evaluation of disinfection technologies for wastewater
treatment would later involve extensive and lengthy pilot studies at the plant using live
waste-streams. The RWQCP needs to be efficient, selective, and effective in evaluating
alternatives. This project would re-engage the stakeholders in a decision/prioritization
process that was developed with the stakeholders during the LTGS. The
decision/prioritization process will help screen the world of options, build consensus, and
select a number of disinfection alternatives for evaluation.
Summary of Solicitation Process
Staff recommends retaining RMC for the project for several reasons:
RMC was the consultant for the LTGS. The selection committee for the LTGS
consisted of representatives from the public, partner-cities, and the RWQCP. The
request-for-proposal for the LTGS consultant specified that the City also anticipated
using the selected consultant for additional related studies arising out of the LTGS
such as this disinfection alternatives study. Since the LTGS request-for-proposal
covered this work, an additional solicitation was not required.
°RMC has established a good relationship with the stakeholders. Their ability to
communicate and understand the issues has been instrumental to the RWQCP in
building trust and gaining acceptance from the stakeholders.
3. RMC developed the decision/prioritization process that would be used in this study.
4.The RWQCP, the stakeholders, and partners are satisfied with RMC’s performance in
the LTGS.
5.RMC’s rate is competitively structured, and their proposed fee is reasonable for the
level of public participation and complexity of this project.
The Certification of Nondiscrimination is Attachment B.
CMR:434:04 Page 2 of 3
RESOURCE IMPACT
Funds for the Disinfection Alternatives Work Plan have been appropriated under the FY
2004-2005 Wastewater Treatment Enterprise Fund.
This study would lead to further research and testing, and final implementation of a
replacement disinfection process for the RWQCP. Costs for the subsequent works are
unknown at this point. All subsequent resource impact will be forwarded to Council for
approval prior to commitments.
POLICY IMPLICATIONS
Recommendations of this staff report are consistent with existing City policies.
ENVIRONMENTAL REVIEW
This contract involves feasibility and planning studies for possible selection of a new
disinfection method at the RWQCP, and is exempt from review under the California
Environmental Quality Act pursuant to Title 14 California Code of Regulations section
15262.
ATTACHMENTS
Attachment A: Contract with Scope of Project and Time Schedule
Attachment B: Certification of Nondiscrimination
PREPARED BY:Daisy Stark, Senior Engineer RWQCP
William D. Miks, Manager RWQCP
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
Assistant City/Manager
CMR:434:04 Page 3 of 3
ATTACHMENT A
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
RAINES, MELTON & CA/LELLA, INC.
FOR CONSULTING SERVICES
This Contract No.is entered into , by
and between the CITY OF PAL0 _ALTO, a chartered city and a municipa!
corporation of the State of California ("CITY"), and RAINES, MELTON
& CARELLA, INC., a California corporation located at 2290 North
First Street, Suite 212, San Jose, CA 95131 ("CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain professional consulting
services ("Services") and the preparation and delivery of, without
limitation, one or more sets of documents, drawings, maps, plans,
designs, data, calculations, surveys, specifications, schedules or
other writings ("De!iverab!es") (Services and De!iverables are,
collectively, the "Project"), as more fully described in Exhibit
"A"; and
W~EREAS, CITY desires to engage CONSULTANT, including its
emp!oyees, if any, in providing the Services by reason of its
qualifications and experience in performing the Services, and
CONSULTANT has offered to complete the Project on the terms and in
the manner set forth herein.
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
SECTION i. TERM
!.! This Contract will commence on the date of its
execution by CITY, and wil! terminate upon the completion of the
Project, unless this Contract is earlier terminated by CITY. Upon
the receipt of CITY’s notice to proceed, CONSULTANT will commence
work on the initia! and subsequent Project tasks in accordance with
the time schedule set forth in Exhibit "A". Time is of the essence
of this Contract. in the event that the Project is not completed
within the time required through any fault of CONSULTANT, CITY’s
city manager wil! have the option of extending the time schedule
for any period of time. This provision wil! not preclude the
recovery of damages for delay caused by CONSULTANT.
SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS
2.1 CONSULTanT shall perform the Services and prepare
and deliver the Deliverables in accordance with the Scope of Work
attached as E~nibit "A" and to the satisfaction of City.
040923 sm 0100294
2.2 CITY may order substantial changes in the scope or
character of the Project, either decreasing or increasing the
amount of work required of CONSULTANT. In the event that such
changes are ordered, subject to the approval of CITY’s City
Council, as may be required, CONSULTANT will be entitled to full
compensation for all work performed prior to CONSULTANT’s receipt
of the notice of change and further will be entitled to an
extension of the time schedule. Any increase in compensation for
substantial changes will be determined in accordance with the
provisions of this Contract. CITY will not be liable for the cost
or payment of any change in work, unless the amount of additional
compensation attributable to the change in work is agreed to, in
writing, by CITY before CONSULTANT commences the performance of any
such change in work.
2.3 Any and all errors, omissions, or ambiguities in the
Deliverables, which are discovered by CITY will be corrected by
CONSULTANT at no cost to CITY, provided CITY gives notice to
CONSULTANT.
SECTION 3.
CONSULTANT
QUALIFICATIONS, STATUS, AND DUTIES OF
3.1 CONSULTANT represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services and Deliverables. CONSULTANT further
represents and warrants that the project director and every
individual, including any consultant (or contractors), charged with
the performance of the Services are duly licensed or certified by
the State of California, to the extent such licensing or
certification is required by law to perform the Services, and that
the Project will be executed by them or under their supervision.
CONSULTANT wil! furnish to CITY for approval, prior to execution of
this Contract, a list of all individuals and the names of their
employers or principals to be employed as consultants.
3.2 In reliance on the representations and warranties
set forth in this Contract, CITY hires CONSULTANT to execute, and
CONSULTANT covenants and agrees that it will execute or cause to be
executed, the Project.
3.3 CONSULTANT will assign Tom Richardson as the
project director to have supervisory responsibility for the
performance, progress, and execution of the Project. Helene Kubler
will be assigned as the project coordinator who will represent
CONSULTANT during the day-to-day work on the Project. If
circumstances or conditions subsequent to the execution of this
Contract cause the substitution of the project director or project
coordinator for any reason, the appointment of a substitute project
040923 sm 010029~t
director or substitute project coordinator will be subject to the
prior written approva! of the project manager.
3.4 CONSULTANT represents and warrants that it will:
3.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the due and lawfu! prosecution of the Project;
3.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
emp!oyed under this Contract and any materials used in CONSULTANT’s
performance of the Services;
3.4.3 At all times observe and comply with, and cause
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances, regulations, orders and decrees mentioned above; and
3.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to the Deliverables.
3.5 Any Deliverables given to, or prepared or assembled
by, CONSULTANT or its consultants, if any, under this Contract will
become the property of CITY and will not be made available to any
individual or organization by CONSULTANT or its consultants, if
any, without the prior written approval of the city manager.
3.6 CONSULTANT will provide CITY with copies, in the
number specified in Exhibit "A", of documents, which are a part of
the Deiiverables upon their completion and acceptance by CITY.
3.7 If CITY requests additional copies of any documents
which are a part of the Deliverables, CONSULTANT will provide such
additional copies and CITY will compensate CONSULTANT for its
duplicating costs.
3.8 CONSULTANT will be responsible for employing or
engaging all persons necessary to execute the Project. All
consultants of CONSULTANT wil! be deemed to be directly controlled
and supervised by CONSULTANT, which will be responsible for their
performance. If any employee or consultant of CONSULTANT fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or consultant will be discharged immediately from further
performance under this Contract on demand of the project manager.
040923 sm 0100294
3.9 In the execution of the Project, CONSULTANT and its
consultants, if any, will at all times be considered independent
contractors and not agents or employees of CITY.
3.10 CONSULTANT will perform or obtain or cause to be
performed or obtained any and all of the following Additional
Services, not included under the Basic Services, if so authorized,
in advance and in writing, by CITY:
3.10.1 Providing services as an expert witness in
connection with any public hearing or meeting, arbitration
proceeding,or proceeding of a court of record;
3.10.2 Incurring travel and subsistence expenses for
CONSULTANT and its staff beyond those normally required under the
Basic Services;
3.10.3 Performing any other Additional Services that
may be agreed upon by the parties subsequent to the execution of
this Contract; and
3.10.4 Other Additional Services now or hereafter
described in Exhibit "A" to this Contract.
3.11 CONSULTANT will be responsible for employing
al! consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The appointment of consultants must
be approved, in advance, by CITY, in writing, and must remain
acceptable to CITY during the term of this Contract.
SECTION 4. DUTIES OF CITY
4.1 CITY will furnish or cause to be furnished the
services listed in Exhibit "A" and such information regarding its
requirements applicable to the Project as may be reasonably
requested by CONSULTANT.
4.2 CITY will review and approve, as necessary, in a
timely manner the Deliverables and each phase of work performed by
CONSULTANT. CITY’s estimated time of review and approval wil! be
furnished to CONSULTANT at the time of submission of each phase of
work. CONSULTANT acknowledges and understands that the
interrelated exchange of information among CITY’s various
departments makes it extremely difficult for CITY to firmly
establish the time of each review and approval task. CITY’s
failure to review and approve within the estimated time schedule
wil! not constitute a default under this Contract.
4.3 The city manager will represent CITY for all
purposes under this Contract. Daisy Stark is designated as the
040923 sm 0100294
4
project manager for the city manager. The project manager will
supervise the performance, progress, and execution of the Project.
4.4 If CITY observes or otherwise becomes aware of any
default in the performance of CONSULTANT, CITY will use reasonable
efforts to give written notice thereof to CONSULTANT in a timely
manner.
SECTION 5. COMPENSATION
5.1 CITY will compensate CONSULTANT for the following
services and work:
5.1.1 In consideration of the full performance of the
Basic Services, including any authorized reimbursable expenses,
CITY will pay CONSULTANT a fee not to exceed One Hundred Fifty
Thousand dollars ($150,000). The amount of compensation will be
calculated in accordance with the hourly rate schedule set forth in
Exhibit "B", on a time and materials basis, up to the maximum
amount set forth in this Section. CONSULTANT expressly agrees that
it can perform the Basic Services described in Exhibit ’~A" for a
sum not to exceed One Hundred Fifty Thousand Dollars ($150,000).
The fees of the consultants, who have direct contractual
relationships with CONSULTANT, will be approved, in advance, by
CITY. CITY reserves the right to refuse payment of such fees, if
such prior approval is not obtained by CONSULTANT.
5.1.2 CONSULTANT’s compensation for any authorized
Additional Services shal! not exceed Fifteen Thousand Dollars
($15,000). CITY’s project manager shall not authorize and
CONSULTANT shall not perform any Additional Services that would
result in a cost exceeding such amount. Prior to commencing any
Additional Services, CITY through the project manager, and
CONSULTANT shall agree in writing upon the scope of work, schedule
and maximum compensation for such services. Compensation shall be
based on the rates set forth in Exhibit "B". In no event shall
CONSULTANT work, which is necessary due to CONSULTANT’s errors or
oversights, be authorized or paid for as an Additiona! Service.
5.1.3 The maximum compensation for this Contract
shall not exceed One Hundred Sixty Five Thousand Dollars
($165,000).
5.1.4 The rate schedules may be updated by CONSULTANT
only once each calendar year, and the rate schedules will not
become effective for purposes of this Contract, unless and until
CONSULTANT gives CITY thirty (30) days’ prior written notice of the
effective date of any revised rate schedule.
5.1.5 Only the direct personnel expense of employees
assigned to the execution of the Project by CONSULTANT shal! be
040923 sm 0100294
5
compensated. Included in the cost of direct personnel expense of
these employees are salaries and mandatory and customary benefits
such as statutory em_mloyee benefits, insurance, sick leave,
holidays and vacations, pensions and similar benefits.
5.2 The schedule of payments will be made as follows:
5.2.1 Payment of the Basic Services will be made in
monthly progress payments in proportion to the quantum of services
performed, or in accordance with any other schedule of payment
mutually agreed upon by the parties, as set forth in Exhibit
or within thirty (30) days of submission, in triplicate, of such
requests if a schedule of payment is not specified. Final payment
will be made by CITY after CONSULTANT has submitted al!
Deliverables, including, without limitation, reports which have
been approved by the project manager.
5.2.2 Payment of the Additional Services will be
made in monthly progress payments for services rendered, within
thirty (30) days of submission, in triplicate, of such requests.
5.2.3 No deductions will be made from CONSULTANT’s
compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from payments to general contractors.
SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS
6.1 Records of the direct personnel expenses and
expenses incurred in connection with the performance of Basic
Services and Additional Services pertaining to the Project will be
prepared, maintained, and retained by CONSULTANT in accordance with
generally accepted accounting principles and wil! be made available
to CITY for auditing purposes at mutually convenient times during
the term of this Contract and for three (3) years following the
expiration or earlier termination of this Contract.
6.2 The originals of the Deliverables prepared by or
under the direction of CONSULTANT in the performance of this
Contract wil! become the property of CITY irrespective of whether
the Project is completed upon CITY’s payment of the amounts
required to be paid to CONSULTANT. These originals will be
delivered to CITY without additional compensation. CITY w±ll have
the right to utilize any final and incomplete drawings, estimates,
specifications, and any other documents prepared hereunder by
CONSULTANT, but CONSULTANT disclaims any responsibility or
liability for any alterations or modifications of such documents.
//
//
040923 sm 0100294
SECTION 7. INDEMNITY
7.1 CONSULTANT agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents, from any and all demands, claims, or liability of any
nature, including death or injury to any person, property damage or
any other !oss, caused by or arising out of CONSULTANT’s, its
officers’, agents’, consultants’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONSULTANT in the
performance of or failure to perform its obligations under this
Contract.
SECTION 8. WAIVERS
8.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract or of the provisions of any ordinance or law wil! not be
deemed to be a waiver of any such covenant, term, condition,
provision, ordinance, or law or of any subsequent breach or
violation of the same or of any other covenant, term, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any covenant, term, condition or provision of
this Contract or of any applicable law or ordinance.
8.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 9. INSURANCE
9.1 CONSULTANT, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONSULTANT and its consultants, if any, but also,
with the exception of workers’ compensation, employer’s liability
and professiona! liability insurance, naming CITY as an additional
~insured concerning CONSULTANT’s performance under this Contract.
9.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:VII or higher which are admitted to transact insurance business
in the State of California. Any and all consultants of CONSULTANT
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
//
7
040923 sm 0100294
9.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates wil! be subject
to the approval of CITY’s risk manager and wil! contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
the CITY’s city clerk thirty (30) days’ prior written notice of
such cancellation or alteration, and that the City of Palo Alto is
named as an additional insured except in policies of workers’
compensation, employer’s liability, and professiona! liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
9.4 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
Contract. 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 Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION i0.WORKERS’ COMPENSATION
i0.i CONSULTANT, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as applicable, before
commencing the performance of the Project.
PROJECT
SECTION ii.TERMINATION OR SUSPENSION OF CONTRACT OR
ii.i The city manager may suspend the execution of the
Project, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
thereof to CONSULTANT, or immediately after submission to CITY by
CONSULTANT of any completed item of Basic Services. Upon receipt
of such notice, CONSULTANT will immediately discontinue its
performance under this Contract.
11.2 CONSULTANT may terminate this Contract or suspend
its execution of the Project by giving thirty (30) days’ prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
040923 sm 0100294
8
indefinitely withholds or withdraws its request for the initiation
or continuation of Basic Services or the execution of the Project.
11.3 Upon such suspension or termination by CITY,
CONSULTANT will be compensated for the Basic Services and
Additional Services performed and Deliverables received and
approved prior to receipt of written notice from CITY of such
suspension or abandonment, together with authorized additional and
reimbursable expenses then due. If the Project is resumed after it
has been suspended for more than 180 days, any change in
CONSULTANT’s compensation will be subject to renegotiation and, if
necessary, approval of CITY’s City Council. If this Contract 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 and immediate benefit to
CITY, as such determination may be made by the city manager in the
reasonable exercise of her discretion.
11.4 In the event of termination of this Contract or
suspension of work on the Project by CITY where CONSULTANT is not
in default, CONSULTANT will receive compensation as follows:
11.4.1 For approved items of services, CONSULTANT will
be compensated for each item of service fully performed in the
amounts authorized under this Contract.
11.4.2 For approved items of services on which a
notice to proceed is issued by CITY, but which are not fully
performed, CONSULTANT will be compensated for each item of service
in an amount which bears the same ratio to the total fee otherwise
payable for the performance of the service as the quantum of
service actually rendered bears to the services necessary for the
ful! performance of that item of service.
11.4.3 The total compensation payable under the
preceding paragraphs of this Section will not exceed the payment
specified under Section 5 for the respective items of service to be
furnished by CONSULTANT.
11.5 Upon such suspension or termination, CONSULTANT
will deliver to the city manager immediately any and all copies of
the Deliverables, whether or not completed, prepared by CONSULTANT
or its consultants, if any, or given to CONSULTANT or its
consultants, if any, in connection with this Contract. Such
materials will become the property of CITY.
11.6 The failure of CITY to agree with CONSULTANT’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, wil! not be construed as a failure on the part
of CONSULTANT to fulfill its obligations under this Contract.
040923 sm 0100294
SECTION 12.ASSIGNMENT
12.1 This Contract is for the personal services of
CONSULTANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of CITY will be void and, at
the option of the city manager, this Contract may be terminated.
This Contract will not be assignable by operation of law.
SECTION 13.NOTICES
13.1 All notices hereunder will be given, in writing,
and mailed, postage prepaid, by certified mail, addressed as
follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
To CONSULTANT: Attention of the project director
at the address of CONSULTANT recited above
SECTION 14.CONFLICT OF INTEREST
14.1 In accepting this Contract, 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.
14.2 CONSULTANT further covenants that, in the
performance of this Contract, it will not employ contractors or
persons having such an interest mentioned above. CONSULTANT
certifies that no one who has or will have any financial interest
under this Contract is an officer or employee of CITY; this
provision will be interpreted in accordance with the applicable
provisions of the Palo Alto Municipal Code and the Government Code
of the State of California.
SECTION 15.NONDISCRIMINATION
15.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment of persons under this
Contract 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
i0
040923 sm 0100294
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONSULTANT agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
15.2 CONSULTANT agrees that each contract for services
from independent providers will contain a provision substantially
as follows:
"[Name of Provider] will provide CONSULTANT
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
nationa! origin, ancestry, religion,
disability, sexual preference or gender of
such person."
15.3 If CONSULTANT is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federal law or
executive order in the performance of this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five do!lars ($25) for each person for each
calendar day during which such person was subjected to
discrimination, as damages for breach of contract, or both. Only a
finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
SECTION 16. MISCELLANEOUS PROVISIONS
16.1 CONSULTANT represents and warrants that it has
knowledge of the requirements of the federal Americans with
Disabilities Act of 1990, and the Government Code and the Health
and Safety Code of the State of California, relating to access to
public buildings and accommodations for disabled persons, and
relating to facilities for disabled persons. CONSULTANT will
comply with or ensure by its advice that compliance with such
provisions will be effected pursuant to the terms of this Contract.
16.2 Upon the agreement of the parties, any controversy
or claim arising out of or relating to this Contract may be settled
by arbitration in accordance with the Rules of the American
Arbitration Association, and judgment upon the award rendered by
040923 sm 0100294
11
the Arbitrators may be entered in any court having jurisdiction
thereof.
16.3 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
16.4 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
16.5 This document represents the entire and integrated
Contract 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.
16.6 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
16.7 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and consultants, as the case
may be, of the parties.
16.8 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
16.9 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time to
time, may be referred to in any duly executed amendment hereto are
by such reference incorporated in this Contract and wil! be deemed
to be a part of this Contract.
16.10 This Contract may be executed in any number of
counterparts, each of which will be an origina!, but al! of which
together wil! constitute one and the same instrument.
16.11 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) at any time within a fisca!
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 16.12 will take precedence in the event of
a conflict with any other covenant, term, condition, or provision
of this Contract.
12
040923 sm 0100294
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk Mayor
APPROVED AS TO FORM:
RAINES, MELTON & CARELLA
Senior Asst. City Attorney
APPROVED:
Assistant City Manager
By:
Name:
Director of Administrative
Services
Director of Public Works
By
Name:
Title:
Risk Manager
Taxpayer Identification No.
Attachments:
EXHIBIT "A":-
EXHIBIT "B""
EXHIBIT "C":
EXHIBIT "D":
(Compliance with Corp. 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)
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
040923 sm 0100294
13
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF
COUNTY OF
On 2~/$[P~"~$~, 2004, before me, the undersigned, a
Notary Public in and for said County and State, personally appeared
me or proved to me on the basis of satisfactory evidence to be the
person(~) whose name(~) is/~e subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her~4~e~r authorized capacity(i~s@-, and that by his/h~
signature~6~ on the instrument the person(29~, or the entity upon
behalf of which the person~ acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Public
IIHIIIIIIIIIHIIIIII IlllIII llImIIIIIIIIIIH~I
WILLIAM F. BRONNER
COMM. NO. 1378031
NOTARY PUBLIC - CALIFORNIASANTA CUaA COUNTY
COMM. EXPIRES NOV. 1,2006iIIIIIIIIIIIDIIllIlIIHOlilliIII
NOTARY PUBLIC STATE OF CA
~ F. BRONNER
~ # 1878031 EXP NOV 1,2006
COUNTY OF SANTA CLARA
040923 sm 0100294
14
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
c0 TY 0r
0n~D{ ~W)-~~, 2004, before me, the undersigned, a
Not@ry Public in and for said County and State, personally appeared
me or proved to me on the basis of satisfactory evidence to be the
person(~) whose name(~ is/~e subscribed to the within instrument
and acknowledged to me that he/s~/-~ executed the same in
his/h~ authorized capacity(i-e~, and that by his/h~_’_
signature(~) on the instrument the person(s~, or the entity upon
behalf of which the person(! acted, executed the instrument°
WITNESS my hand and official seal.
Signature of Notary Public
WJUJAM F. BRONNER
1878031 EXP NOV
O31JNTY OF SANTA CLARA
040923 sm 0100294
15
EXHIBIT "A"
SCOPE OF WORK
DISINFECTION ALTERNATIVES WORK PLAN
For the
PALO ALTO REGIONAL WATER QUALITY CONTROL PLANT
In general, the consultant shall assist the RWQCP and its stakeholders to become knowledgeable of
the available disinfection technologies, screen the options with respect to the RWQCP long-term
goals, obtain consensus and agreement on the selected options for .detailed study, and formulate a
work plan to properly evaluate the selected options. Facilitation and documentation of stakeholder
workshops and discussions shall be an integral part of the consultant scope of work. The
documented process and the final report shall be suitable for use as supportive documents for the
future environmental review process for the ultimate disinfection system in the RWQCP.
Background:
In February 2003, the RWQCP, with the assistance of RMC, completed the second phase of a Long
Term Goals Study (LTGS). During the course of the study, the RWQCP and its stakeholders
developed a decisioniprioritization process to be used to evaluate projects using the long-term
goals. The RWQCP and its stakeholders also "ramped up" on a short-term Case Study Project
(Disinfection Alternatives Study) using the developed decision/prioritization process.
The Disinfection Alternatives Study was selected for the case study because the RWQCP uses
chlorine, a conventional but controversial chemical, for disinfection. Elimination / minimization of
use of chlorine is a core element in several of the long-term goals established for the RWQCP by
the stakeholders during the LTGS. The RWQCP is committed to evaluate alternative disinfection
technologies. The evaluation of disinfection technologies for wastewater treatment involves
extensive and lengthy pilot studies at the plant using live waste-streams. The RWQCP needs to be
efficient, selective, and effective in performing the disinfection alternatives evaluation. The
decision/prioritization process would provide an open forum for public participation to screen and
select the disinfection alternatives for evaluations. The evaluation would lead to an ultimate
disinfection process for the RWQCP.
Several limitations to the Case Study were identified at that stage of the planning process for the
Disinfection Alternatives Study:
Regulation requirements identified in the NPDES permit are necessary to further develop the
alternatives and identify a recommended alternative. Since the NPDES permit modification
was not available at the time of the study, the Case Study could only be partially performed.
Palo Alto Regional Water Quality Control Plant
Disinfection Alternatives Work Plan
c: daisy data fi es",documeqt d s nfection scose of v,or" ~oc
Regulation requirements identified in the NPDES permit are also necessary to define
disinfection process-specific design criteria. Lacking this information, the Disinfection
Alternatives Study could only be conducted at a very qualitative level.
Potential synergies between the disinfection process and other processes at the RWQCP (the
evaluation of ultrafiltration as a disinfection option provided the best example of this synergy)
could not be captured as the focus was on "disinfection" only. The stakeholders noted this
shortcoming, and recommended that disinfection strategies be further developed as part as a
Plant-Wide Master Planning effort rather than as a stand-alone activity.
The NPDES permit modifications were completed in August 2003. The RWQCP is now looking
to re-engage with the stakeholders to finalize the Disinfection Alternatives Study using the
developed decision!prioritization process and to establish a work plan to complete the planning for
the Plant’s ultimate disinfection needs
Objectives:
The RWQCP wants to address the shortcoming identified in the Case Study by including the
tertiary as wel! as disinfection processes as part of this study. Accordingly, the objectives of this
study are as follows:
Re-engage with the LTGS stakeholders and continue to provide a forum for stakeholder
involvement and input.
Obtain consensus
Develop a detailed Work Plan to properly evaluate the selected options for the RWQCP’s
Disinfection Process.
The ultimate goal of this study is to get acceptance and support, by an array of stakeholders
representing the community’s environmental and socioeconomic interests, of a Work Plan to
properly evaluate a manageable number of probable disinfection technologies that would lead to
the ultimate selection of a disinfection process for the RWQCP.
Approach and Consultant Scope of Services:
Similar to Phases 1 and 2 of the LTGS, the study would be structured to provide an open forum to
solicit public opinion through the RWQCP’s website and a series of workshops.
Task 1 - Detailed Study Approach/Workshop No. 1
¯Update/expand list of stakeholders (up to 1 meeting with the RWQCP to discuss)
¯Meet/interview with key stakeholders to identify issues (up to 4 separate interviews/meetings)
,Prepare material for Workshop No. 1 (up to 1 preparation meeting with the RWQCP) including,
but not limited to:
1. Agenda
Palo Alto Regional Water Quality Control Plant
Disinfection Alternatives Work Plan
2.Memorandum detailing the proposed study approach (including background
information, goals and objectives for this study, stakeholder process)
3.PowerPoint presentation highlighting the key elements of the proposed study
approach
4. Boards (as needed, up to 4)
Conduct Workshop No.1. Workshop objectives will include, but not be limited to.." (1) report
on status of planning effort, (2) provide background information on LTGS for new
stakeholders, (3) present and discuss goals and objectives for this study, (4) present and discuss
stakeholder process, (5) present a summary of disinfection technologies, and (6) brainstorm
issues (issues identified during Phase 1 and 2 of the LTGS will be used as a starting point)
Prepare workshop minutes and finalize memo detailing proposed study approach
Deliverables :
1. Workshop material, including agenda, boards, copies of draft memorandum and PowerPoint
presentation (if any) (30 black and white copies)
2. Workshop minutes (1 electronic copy)
3. Final study approach (30 black and white copies, 1 electronic copy)
Task 2 - Rega~lation Requirements. Disinfection Options. Syner~ies with Other Treatment
Processes/Workshop No. 2
Prepare material for Workshop No. 2 (up to 2 preparation meetings with the RWQCP)
including, but not limited to:
1. Agenda
2. Fact sheets describing all disinfection options identified during the LTGS-Phase 2, any
new options, and new regulation and/or permit requirements pertinent to disinfection.
The fact sheets developed as part of the LTGS-Phase 2 for some of the disinfection
options (disinfection with chlorine gas, chlorination with sodium hypochlorite, UV
disinfection, ozonation, ultra-filtration, and nano-filtration) will be used as a starting
point.
3. Fact sheet on synergies of disinfection alternatives with other treatment processes (such
as filtration) and how to capture them as part of the evaluation process.
4. Fact sheets on methods to offset the shortcomings of some options (such as green
energy for UV disinfection).
5. Fact sheet on other treatment processes, as needed. For the basic scope, include work to
develop two additional fact sheets.
6. PowerPoint presentation summarizing information provided in the fact sheets
7. Boards (as needed, up to 4)
,Conduct Workshop No.2. Workshop objectives will include, but not be limited to: (1) discuss
the regulation requirements, (2) present updated information on disinfection options, (3)
present and discuss synergies with other treatment processes, (4) present and update list of
criteria identified in the LTGS-Phase 2 (including capita! cost, O&M costs, energy
consumption, hazardous chemical usage, production of non-recyclable elements), and (5)
identify specific issues/questions that will need further research
Prepare workshop minutes
Deliverables:
Palo Alto Regional Water Quality Control Plant
Disinfectbn Alternatives Work Plan
1.Workshop material, including agenda, boards,
presentation, if any (30 black and white copies)
2.Workshop minutes (1 electronic copy)
copies of fact sheets and PowerPoint
Task 3 -Disinfection Alternatives Development/Workshop No. 3
Prepare material for Workshop No. 3 (up to 2 preparation meetings with the RWQCP)
including, but not limited to:
1. Agenda
2. Revised disinfection option fact sheets. Revised fact sheets will include detailed
information for each disinfection option (including capital cost, O&M costs, energy
consumption, hazardous chemical usage, production of non-recyclable elements, etc)
and answers to questions raised during Workshop No. 2
3. Loaded prioritization model
4. Boards (as needed, up to 2)
,Conduct Workshop No. 3. Workshop objectives will include, but not be limited to: (1) present
details of disinfection alternatives, (2) run screening process, (3) discuss results and
conclusions, and (4) outline Disinfection Process Planning Work Plan.
Prepare workshop minutes
Deliverables."
1. Workshop material, including agenda, boards, copies of revised fact sheets (30 black and white
copies)
2. Workshop minutes (1 electronic copy)
Task 4 - Disinfection Alternatives Evaluation/Workshop No. 4
Prepare material for Workshop No. 4 (up to 1 preparation
including, but not limited to:
1.Agenda
2.Final prioritization runs and screened alternatives
meeting with the RWQCP)
3.Draft Disinfection Process Planning Work Plan including need
technical studies, further research and description of future process
4. Boards (as needed, up to 4)
for pilot studies,
Conduct Workshop No. 4. Workshop objectives will include, but not be limited to: (1) finalize
suite of screened disinfection alternatives, (2) discuss draft Disinfection Process Planning Work
Plan, and (3) develop next steps
Prepare workshop minutes
Deliverables."
1. Workshop material, including agenda,
Work Plan (30 black and white copies)
2. Workshop minutes (1 electronic copy)
boards,copies of draft Disinfection Process Planning
Task 5 - Report Preparation
Prepare an administrative draft report documenting the process, and summarizing the issues
and discussion held and the outcomes of the study (similar format as LTGS report with
workshop minutes and fact sheets included in the Appendices)
Palo Alto Regional Water Quality Control Plant
Disinfection Alternatives Work Plan
Review and address City comments and prepare draft report
Review and address stakeholder comments and prepare final report
Deliverables:
1.Admin Draft Report (3 color copies, 1 electronic copy)
2.Draft Report (20 color copies, 1 electronic copy)
3.Final Report (30 color copies, 1 electronic copy)
Task 6 - Proiect Management
RMC shall provide consultant scope, budget and schedule tracking for this study. RMC shall
provide written summaries of project status on a monthly basis when submitting invoice. RMC
shall maintain on-going communication with the City Project Manager through phone conversation
and e-mail. RMC shall coordinate and attend up to 6 progress meetings at the RWQCP to update
the City Project Manager on project status.
Deliverables:
4.Monthly invoice and progress report
5.Progress meeting agenda and minutes (as needed)
6.PowerPoint presentation (1 electronic copy)
Additional Services:
Once the detailed study approach has been finalized based on stakeholders input and/or during the
course of the study, the RWQCP and RMC may identify the need to perform services above and
beyond those specified in Tasks 1 through 6 (e.g. additional workshops, additional fact sheets).
RMC may be required to perform additional services listed below on an as-needed basis.
Consultant shall perform the additional services upon written authorization by the City. Payment
for the additional services shal! be time and expense based on the schedule of charges but not to
exceed the contract amount for additional services as indicated in the consultant’s agreement.
Additional services may include:
Conduct additional workshops
Prepare facts sheets on additional technologies
Prepare out-reach materials
Prepare for and attend City Council meetings
Attend meetings with regulatory agencies
Subsequent Consultant Services:
Upon completion of the Disinfection Alternatives Work Plan, the City will review the funding
availability, the schedule, and proceed with the work plan. City may issue a request for proposal
for the subsequent consultant services, or request that RMC perform the subsequent services. The
Palo Alto Regional Water Quality Control Plant
Disinfection Alternatives Work Plan
detailed subsequent consultant services will be established at that time.
Consultant services may include the following tasks:
S1
$2.
S3.
$4
$5
Design and set up pilot studies
Perform technica! / environmental studies
Assist in pilot studies and data collections
Evaluate data, sampling, and testing
Prepare recommendations and final report on alternatives
In general, the subsequent
Project Schedule:
The project shall start within 7 days after the contract is fully executed. The project schedule shall
be designed to accommodate the public and interested parties. However, the final report shall be
completed before December 20, 2005. Consultant shall establish a detailed schedule showing the
critical path and time line for each task at the beginning of the project. The Consultant shall update
and maintain the schedule throughout the project.
Payment:
Progress payments for consultant services shall reflect the amount of effort and percent completion.
The cumulative payment shall not exceed the completed percent of the total project fee based on
the completed tasks or deliverabtes.
*** END ***
Palo Alto Regional Water Quality Control Plant
Disinfection Alternatives Work Plan
Classification
Principal III
Principal II
Principal I
Exhibit "B"
2004 RMC RATE SCHEDULE
2004 Hourly
Billing Rate
$215
$195
$185
Sr Project Manager III
Sr Project Manager II
Sr Project Manager I
$185
$18o
$175
Project Manager III
Project Manager II
Project Manager I
$175
$165
$155
Project Engineer/Planner III
Project Engineer/Planner II
Project Engineer/Planner I
$145
$135
$125
Assistant Engineer/Planner $100
Senior Designer/Senior Graphic Artist
Designer/Graphic Artist
$115
$1oo
Contracts Manager
Senior Administrator
Administrator
$110
$1o0
$90
1. The individual hourly rates include salary, overhead and profit. The hourly
rates also include ordinary expenses, including telecommunications, computer
usage, and regular reproduction jobs. Subconsultants will be billed at actual cost
plus 10%.
2. RMC reserves the right to adjust its hourly rate structure at the beginning of
the calendar year for all ongoing contracts. RMC will provide advance notice of
any rate changes affecting current contracts in accordance with Section 5.1.4.
3. Other direct costs (ODCs), such as large reproduction jobs, excluding mileage
and travel expenses, will be charged at actual cost plus 10%. All travel and meal
expenses shall comply with the City of Palo AIto’s Policy and Procedures for
travel arrangements and expense reimbursements. By signing this Contract
acknowledges receipt of the City of Palo AIto’s Policy and Procedures for travel
arrangements and expense reimbursements.
4. Large plots produced in-house by RMC will be billed at a flat fee of $50 per
plot.
CERTIFICATE OF
PRODUCER
Dealey, Renton & Associates
P. O. Box 12875
Oakland, CA 94604-2675
5" t65-3090 David Eckman
IN~,~ED
Raines, Melton & Carella, Inc.
2001 N. Main Street, Suite 400
Walnut Creek, GA 94596
COVERAGES
~.~LL"IJ_I~ L l
LIABILITY INSURANCE DATE (MM/D D/YY)07/ol/04
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS U~N THE CERTIFICATE
HO~ER. THIS CERTIFICATE DOES NOT AMEND, ~END OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
~NSURER A:American Automobile Ins. Co.
INSURER B:
INSURER C:
INSURER D:
INSURER
THE POUCIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POUClES. AGGREGATE UMiTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSRLTR TYPE OF ,NSURANOE
G~EN’L AGGREGATE LIMIT APPLIES PER:
!AUTOMQBII~ LIABI LITY
ANY AUTO
ALL OWNED AUTOS~SCHEDULED AUTOS
HIRED AUTOS
~
NON-OWNED AUTOS
!
~RAGE UABILITY
ANY AUTO
EXCE SS UA B, LIT*’I’
MADEl--q occur F-q C,AIMS
~D EDUCTIBLE
RETENTION
A WORKERS COMPENSATION AN D
EMPLOYERS’ LIABILITY
OTHER
POLICY NUMBER POLICY EFFECTIVE PO LICY EXPIRATIOI’,DATE MM/DD/YY) DATE (MM/DD/YY
WZPS0923781 07/01/04 07/01J05
LI M ITS
EACH OCCURRENCE
FIRE DAMAGE (Any one fire
MED EXP (Any one person)
PERSONAL & ADV INJURY
GENERAL AGGREGATE
PRODUCTS-COMPIOP AGG
.~OMBINED SINGLE LIMIT
f.Ea accident)
BODILY INJURY(Per person)
BODILY INJURY(Per accldenl)
PROPERTY DAMAGE
(Per accident)
AUTOONLY-EAACCIDENT $
OTHERTHAN EAACC
AUTO ONLY:AGG $
EACHOCCURRENCE $
AGGREGATE $
$
$
$
OTH-ERWC STATU-X TORYIIMITS
E.L. EACH ACCIDENT I $1,000,000.,
E.LDISEASE-EA EMPLOYE ~ $1,ooo,ooo
E.L DISEASE-POLICY LIMIT~ $1 r000~000
DES’CRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS AD DED BY EN D~RSEMENT/SPECIAL PROVISIONS
WORKERS COMPENSATION RENEWAL CERT1FIOATE of INSURANCE: This certificate of insurance
exJqiblts the Workers Compensation renewal coverage, only, for a previously Issued
certificate of Insurance. The previously issued certificate and endorsements for
Coverages Other Than Workers Compensation are still valid and should be retained.
(See Attached Descriptions)
CERTIFICATE HOLDER t t ADDmONALINSUF~D;~NSURERL~CANCELLATION
City of Paio Alto
Attn: Femando Velez
P.O. Box 10250
Palo Alto, CA 94303
SHOULD ANY OFTHE ABOVE DESCRIBED POUClES BECANC~ LLE D BEFOF~ THE EX:F~RATIO N
DATETHEREOF,THEISSUING INSURERWILL~O MAIL3.Q~ DAYS W’RFTTEN
NO’TICETO THE C1EsTnFqCATE HOLDERNAMEDTOTHE LEFT, ~
~ OR
AUTHORIZED~"’~ "~ ~------~ ~ REPRESE NTA~.~
DCE ® ACORD CORPORATION 1988ACORD 25-S (7197)1 of 2 #M105806
DESCRIPTIONS (Continued from Page 1)
WAIVER OF SUBROGATION: The policy shown above contains a waiver of subrogation for any
written contracts requiring same between the Certificate Holder and the Named Insured.
(; --RAL LIABILITY ADDITIONAL INSURED: City of Palo Alto, its officers,
agents & employees and councilmembers.
....AMS 25.3 (07/97) 2 of 2 #M105806
CERTIFICATE OF
pp~E~UCER
Dealey, Renton & Associates
P. Do Box 12675
Oakland, CA 94604-2675
5 65-3090 David Eckman
INSURED
COVERAGES
LIABILITY INSURANCE 11/o /03
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CER’flFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
Raines, Melton & Carella, Inc.
2001 N. Main Street, Suite 400
Walnut Creek, CA 94596
INSURER A: United States Fidelity & Guaranty
~NSURER B:Greenwlch Insuranoe Company
INSURER C:
IINSURER D:
INSURER E:
THE POUCIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTHE POLICY PERIOD INDICATED. NOTWITHS]’ANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECTTOALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAiD CLAIMS.
NSR POLICY EFFECTIVE
LTR TYPE OF INSURANCE POLICY NUMBER DATE fMMIDDIY~
A GENERAL LIABlUTY BK01601133 I 10/14/03
X~ COMMERCIAL GENERAL LIABILITY
j CLA~rJ, S ....uE~ A i OCCUR
GEN’L AGGREGATE LIMITAPPLIES PER:
"-’--] POLICY [~PRO"jFQT ~LOC
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
~_~SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
A
GARAGE LIABILITY
~_{ ANY AUTO
EXCESS UABILITY
~ OCCUR [~ CLAIMS MADE
"~ DEDUCTIBLE
~-] RETENTION $
WORKERS COMPENSATION AN D
EMPLOYERS’ LIABILITY
BK01601133 lo/14/o3
OTHER Professional PECO015164 10/! 4/03
Liability
POLICY EXPIRATIONDATE i’M M / D D/Y’Iq
lo/~4/04
10/14/04
LIMITS
EACH OCCURRENCE $1,o00,0oo
FIRE DAMAGE (Any one fire) $1 ~000~000
ME D EXP {Any one person)
PERSONAL & ADV INJURY $1 ~000~000
GENERAL AGGREGATE s2,000,000
PRODUCTS-COMP/OP AGG $2f0001~
COMBINED SINGLE LIMIT $(Ea accldenl)
BODILY INJURY $(Per person)
BODILY INJURY $(Per accident)
PROPERTY DAMAGE $(Per accident)
AUTO ONLY- EA ACClDEN’i $
OTHER THAN EA ACC $
AUTO ONLY:AGG I $
EACH OCCURRENCE $4~000~000
AGGREGATE $4,000,000
$
WC STATU-OTHTORY LIMITS
E.L EACH ACCIDENT
E.L.DISEASE-EA EMPLOYEE $
E.L.D SEASE-POLICYLIMFf $
$2,000,000 per Claim
$2,000,000 Annl Aggr.
10/14/04
DES’CRIPTION OF OPERATIONSILOCATIONSlVEHICLESlEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
GENERAL LIABILITY POLICY EXCLUDES CLAIMS ARISING OUT OF THE PERFORMANCE OF PROFESSIONAL
I SERVICES.
GENERAL LIABILITY ADDITIONAL INSURED: City of PaiD Alto, its officers,
agents & employees and councilmembers.
:ERTIFICATE HOLDER t t ADDmONALINSUF~D~INSUF{ERLETTER:
City of PaiD Alto
Attn: Fernando Velez
P.O. Box 10250
PaiD Alto, CA 94303
CANCELLATION
SHOU LD ANY 01= THE ABOVE DESCRIBE D POUGIES BE CANCE LLE D BEFOFIE TH~.E:XPP, AT}ON
DATE THEREOF,THE ISSUING INSURER Wt LL~O MAI ~ DAYS WRITTE N
NOTICE TO THE CER~FICA]~ HOLDER NAMED TO THE L.EE=T,
~S.
DAG ® ACORD CORPORATION 1988ACORD 25-S (7/97)1 of 1 #M93978
PoEcy Number: BK01601133
Owners, Lessees or Contractors (Form B)
ADDITIONAL INSURED
Change(s) Effective:
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT
CAREFULLY. This endorsement modifies insurance policy under the following:
LIABILITY COVERAGE PART:
Name of Person or Organization:
City of Palo Alto
Attn: Fernando Velez
P.O. Box 10250
Palo Alto, CA 94303
Schedule
SECTION 1] - WHO IS AN INSURED is amended to include as an insured the
person or organization shown in the Schedule, but only with respect to liability
arising out of "your work" for that insured by or for you.
GENERAL LIABILITY ADDITIONAL INSURED: City of Palo Alto, its officers,
agents & employees and councilmembers.
PRIMARY INSURANCE:
IT IS UNDERSTOOD AND AGREED THAT THIS INSURANCE IS PRIMARY
AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED
SHA~L BE EXCESS ONLY AND NOT CONTRIBUTING WITH THIS
INSURANCE.
NOTICE OF CANCELLATION:
IT IS UNDERSTOOD AND AGREED THAT IN THE EVENT OF CANCELLATION OF THE
POLICY FOR ANY REASON OTHER THAN NON-PAYMENT OF PREMIUM, 30 DAYS
WRITTEN NOTICE WILL BE SENT TO THE CERTIFICATE HOLDER BY MAIL. IN THE
EVENT THE POLICY IS CANCELLED FOR NON-PAYMENT OF PREMIUM, i0 DAYS
WRITTEN NOTICE WILL BE SENT TO THE ABOVE.
CLiBF 22 40 03 95
ATTACHMENT B
CERTIFICATION OF NONDISCRIMINATION SECTION 410
PROJECT: DISINFECTION ALTERNATIVES WORK PLAN
Certification of Nondiscrimination:
As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below
certify that they do not discriminate in employment with regards to age, race, color, religion, sex,
national origin, ancestry, disability, or sexual preference; that they are in compliance with all
Federal, State, and local directives and executive orders regarding nondiscrimination in
employment.
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW.
(PRINT OR TYPE NAME)
-Signature: ........ .~ " -- -
/Name: ~" ~ , ~
(PRINT OR TYPE NAME)
Note:The City of Palo Alto, pursuant to California Corporations Code Section 313 requires two
corporate officers to execute contracts.
*The signature of First Officer* must be one of the following: Chairman of the
Board; President; or Vice President.
**The signature of the Second Officer** must be one of the following: Secretary;
Assistant Secretary; Chief Financial Officer," or Assistant Treasurer.
(In the alternative, a certified corporate resolution attesting to the signatory
authority of the individuals signing in their respective capacities is acceptable)
~ITY OF PAL0 ALT~O .....PAGE i OF i