HomeMy WebLinkAbout2002-02-19 City Council (5)City of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
6
DATE:FEBRUARY 19, 2002 CMR: 144:02
SUBJECT:APPROVAL OF CONTRACT WITH LARRY WALKER ASSOCIATES
IN THE AMOUNT OF $119,915 FOR CONSULTANT SERVICES TO
ASSIST THE REGIONAL WATER QUALITY CONTROL PLANT IN
FULFILLING THE REQUIREMENTS OF THE WASTEWATER
DISCHARGE PERMIT
RECOMMENDATIONS
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with Larry Walker
Associates in the amount of $119,915 for the first contract year for the consultant
team of Larry Walker Associates and Montgomery Watson to assist the Regional
Water Quality Control Plant (RWQCP) with the tasks related to fulfilling the
requirements of the wastewater discharge permit.
Authorize the City Manager or his designee to negotiate and execute one or more
change orders to the contract with Larry Walker Associates for related, additional but
unforeseen work which may develop during the project, the total value of which shall
not exceed $15,000 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 in the amount of$119,915 each 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 consultant is
responsive to the City’s needs, and the quality of the consultant’s work is acceptable
during the first year of the contract (and!or other conditions which will determine the
City’s willingness to renew the contract). Funding for years two and three is
contingent upon Council approval of the budget for each subsequent year.
o Authorize the City Manager or his designee to negotiate and execute one or more
change orders 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 $15,000 in each year, provided the contract is renewed for those years.
CMR:144:02 Page 1 of 3
DISCUSSION
Consultant Services Description
The work to be performed under the contract is assisting the City in fulfilling
requirements of its permit to discharge to treated wastewater to San Francisco Bay.
the
Components of the work include:
~ Conducting Chronic Toxicity and Other Testing.
~ Report Writing to support modifications to disinfection criteria.
~ Tasks to support the planning of the Watershed Management Initiative for the Santa Clara
Basin.
)~ Assistance in preparing a new discharge permit application and permit.
~ Conducting aerial photograph and supporting studies to determine changes occurring in
the Palo Alto Baylands.
~ Assistance in responding to new regulatory requirements .
Selection Process
Staff sent a request for proposal (RFP) to 10 consulting firms on August 30, 2001. Firms
were given 26 days to respond to the request. Two firms submitted proposals; costs ranged
from $127,070 to $295,972. The most common reason for not submitting a proposal was that
the firm was too busy.
Public Works staff reviewed the proposals, and both firms were invited to be interviewed on
October 9 and 16. Staff carefully reviewed each firm’s qualifications and submittal in
response the RFP relative to the following criteria: past performance on similar projects,
familiarity with the City’s data management software, experience in watershed planning,
project manager qualifications and the proposed fee. Larry Walker Associates was selected
because it was substantially more experienced in the regulatory aspects of discharge permits
and because the proposed fee was substantially less. Detailed discussions with Larry Walker
Associates on the workplan resulted in reducing the contract amount from $127,070 to
$119,915.
RESOURCE IMPACT
Funds are available in the operating budget of the Regional Water Quality Control Plant to
cover the current year contract and contingency amounts.
ENVIRONMENTAL ASSESSMENT
This contract approval does not constitute a project under CEQA and no environmental
review was required.
ATTACHMENTS
Attachment A: Contract
CMR: 144:02 Page 2 of 3
PREPARED BY:
DEPARTMENT HEAD:
PHIL BOBEL
Manager, Environmental Complianc~
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
HARRISON
Assistant City Manager
CMR:144:02 Page 3 of 3
ATTACHMENT A
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
LARRY WALKER ASSOCIATES, INC.
FOR CONSULTING SERVICES
This Contract No. is entered into ,
by and between the CITY OF PALO ALTO, a chartered city and a
municipal corporation of the State of California ("CITY", and
LARRY WALKER ASSOCIATES, INC., a California corporation, located at
509 4th Street, Davis, California 95616 (IRS#:94-
2610668) ("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, pla~s,
designs, data, calculations, surveys, specifications, schedules or
other writings (~Deliverables") (Services and Deliverables are,
collectively, the ~Project"), as more fully described in Exhibit
"A"; and
WHEREAS, CITY desires t~ engage CONSULTANT, including its
employees, 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
I.i This Contract will commence on the date of its
execution by CITY, and will terminate upon the earlier of twelve
(12) months after, the date the contract is entered into or
completion of the Project, unless this Contract is earlier
terminated by CITY or extended by CITY as provided herein. Upon
the receipt of CITY’s notice to proceed, CONSULTANT will commence
work on the initial and subsequent Project tasks in accordance with
the time schedule to be developed by CONSULTANT as provided in
Exhibit ~A" and approved in writing by CITY’s Project Manager.
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 will have the option of
extending the time schedule for any period of time. This provision
will not preclude the recovery of damages for delay caused by
CONSULTANT.
020129 LH 0052913
1
1.2 CITY may extend this contract for up to two (2)
additiona! twelve (12) month periods by providing written notice to
CONSULTANT at anytime before expiration of the original term. Any
extension of this contract shall be subject to the terms provided
for in paragraph 16.12 hereof.
SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS
2.1 The scope of Services and Deliverables constituting
the Project will be performed, delivered or executed by CONSULTANT
under the phases of the Basic Services as described below.
2.2 CITY may order substantial changes in the scope or
character’of the Basic Services, the Deliverables, or 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 wi!l 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 Where the Project entails the drafting and
submission of Deliverables, for example, construction plans,
drawings, and specifications, any and all errors, omissions, or
ambiguities in the Deliverables, which are discovered by CITY
before invitations to bid on a construction project (for which the
Deliverables are required) are distributed by CITY, will be
corrected by CONSULTANT at no cost to CITY, provided CITY gives
notice to CONSULTANT.
2.4 Any and all errors, omissions, or ambiguities in the
Deliverables, which are discovered by CITY after the construction
contract is awarded by CITY, will be performed by CONSULTANT, as
follows: (a) at no cost to CITY insofar as those Services,
including the Basic Services or the Additional Services, as
described below, or both, will result in minor or noD_beneficial
changes in the construction work required of the construction
contractor; or (b) at CITY’s cost insofar as those Services,
including the Basic Services or the Additional Services, or both,
will add a direct and substantial benefit to the construction work
required of the construction contractor. The project manager in
the reasonable exercise of his or her discretion will determine
whether the Basic Services or the Additional Services, or both,
020129 LH 0052913
will contribute minor or substantial benefit to the construction
work.
SECTION 3, QUALIFICATIONS, STATUS, AND DUTIES OF
CONSULTANT
3.1 CONSULTANT represents and warrants thatit 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 (including CONSULTANT’s),
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 will 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 Monica Oakley as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Project. Monica Oakley will also 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 director or
substitute project coordinator will be subject to the prior written
approval 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 noticls which may be necessary and
incident to the due and lawful 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
employed 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
020129 LH 0052913
3
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, regdlations, 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 three (3) copies
of any documents which are a part of the Deliverables 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 will 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.
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 be responsible for employing
all 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 provide or cause to be provided to
CONSULTANT such information as is in CITY’s possession regarding
CITY’s requirements applicable to the Project as may be reasonably
requested by CONSULTANT.
020129 LH 0052913
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 will 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
will not constitute a default under this Contract.
4.3 The city manager will represent CITY for all
purposes under this Contract. Phil Bobel is designated as the
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 Nineteen
Thousand Nine Hundred Fifteen and no/100 dollars ($i~9,915). 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. The fees of the consultants, who have direct contractual
relationships with CONSULTANT, will be approved, in advance, by
CITY, and included in the not to exceed One Hundred Nineteen
Thousand Nine Hundred Fifteen and no/100 dollars ($119,915). CITY
reserves the right to refuse payment of such fees, if such prior
approval is not obtained by CONSULTANT.
5.1.2 If this contract is extended by CITY pursuant to
section 1.2, the compensation rate paid to CONSULTANT shall be
CONSULTANT’S hourly rate adjusted by an amount not to exceed the
change in the Consumer Price Index for all urban consumers (San
Francisco-Oakland-San Jose, CA). In no event shall the total
contract price exceed One Hundred Nineteen Thousand Nine Hundred
Fifteen dollars ($119,915).
5.2 CONSULTANT shall submit detailed monthly bills to
CITY in triplicate not later than the 15th day of each month. The
billings shall indicate each day during the previous month that
020129 LH 0052913
CONSULTANT or its consultants who have direct contractual
relationships with CONSULTANTS provided services under the
Agreement, the name of the person or consultant that provided
services, the hours each person or consultant provided services and
a brief description of the services provided. The bills shall also
include a list of the reimbursable direct costs incurred during
that month. CITY will pay CONSULTANT all undisputed charges within
30 days of receipt of the bill.
5.2.1 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.
5.2.2 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 dontractors.
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 will be made available
to CITY for ~uditing 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 will 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. CITX will 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 do-cuments.
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 loss, caused by or arising out of CONSULTANT’s, its
officers’, agents’, consultants’ or employees’ negligent acts,
errors, or omissions, or willfu! 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.
020129 LH 0052913
6
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 will 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 ~f
any of its rights under this Contract.
SECTION 9. INSURAIqCE
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 professional 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.
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 will be subject
to the approval of CITY’s, risk manager and will c~ntain 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 {s
named as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of such insurance will be kept on
020129 LH 0052913
7
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 !oss 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.
SECTION II.TERMINATION OR SUSPENSION OF CONTRACT OR
PROJECT
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. 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
indefinitely withholds or withdraws its request for the :initiation
or continuation of services or the execution of the Project.
11.3 Upon such suspension or termination by CITY,
CONSULTANT will be compensated for the 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
020129 LH 0052913
8
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 thesame ratio to the total fee otherwise
payable for the performance of the service as the quantum of
service actually rendered bears to the services n~cessary for the
full 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 [ermination, 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, will not be construed as a failure on the part
of CONSULTANT to fulfill its obligations under this Contract.
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.
020129 LH 0052913
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 ~ox 10250
Palo Alt9, CA 94303
With a copy to:
Phil Bobel
City of Palo Alto, Public Works
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 age, race, color, national origin,
ancestry, religion, disability, sexual preference or gender of such
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".
020129 LH 0052913
10
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
[Nam~ of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
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 dollars ($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
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.
020129 LH 0052913
11
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 The prevailing party in any action brought to
enforce the terms of this Contract or arising out of this Contract
may recover its reasonable costs and attorneys’ fees expended in
connection with that action..
16.6 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.
16.7 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and condition~.
16.8 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.
16.9 If a court of competent jurisdiction finds or rules
that any p’rovision 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.
16.10 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, fr6m time to
time, may be referred to in any duly executed amendment hereto are
by such reference incorporated in this Contract and will be deemed
to be a part of this Contract.
16.11 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
//o
//
//
//
//
//
020129 LH 0052913
12
16.12 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 fiscal
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 16.12 will take precedence in the event of
a conflict with any other covenant, term, condition, or provision
of this Contract.
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk Mayor
APPROVED AS TO FORM:
LARRY WALKER ASSOCIATES, INC.
City Attorney
APPROVED:
Assistant City Manager
Director of Administrative
Services
Director of Public Works
Risk Manager
Attachments:
EXHIBIT "A":
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D":
Name:
Title:
Name:
Title :
Taxpayer Identification.No.
94-2610668
(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
020129 LH 0052913
13
CERTIFICATE OF ACKNOWLEDGMENT
Civil Code §1189)
On // ~z~ , 2002 before me, the undersigned, a
Notary Public in and for@aid County and State, personally appeared
, personally known to
me or proved to me on the basis of satisfact, ory evidence to be the
person(s) whose name(s) ~s~are subscribed to the within instrument
and acknowledged to me that ~efs~/they executed the same in
hi//h~/their authorized capacity(ies), and that by hi~h~z~their
signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal
Si~a~u Publ i~- ~
020129 LH 0052913
14
CERTIFICATE OF ACKNOWLEDGMENT
Civil Code § 1189
STATE OF )
COUNTY OF )
On , 2002, before me, the undersigned, a
Notary Public in and for said County and State, personally appeared
, personally known to
me or proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument. :
WITNESS my hand and official seal.
Signature of Notary Public
020129 LH 0052913
15
City of Palo Alto
Professional Services by Lan’y Walker Associates
NPDES Permit Application Assistance
RFP#138422
Scope of Services
Task 1 - Chronic Toxicity Screening
Under this task, a work plan will first be developed for chronic toxicity screening. LWA
will work with ToxScan to develop the work plan, and will submit the plan to the
Regional Water Quality. Control Board (Regional Board) following review and approval
by the City. LWA will negotiate changes with Regional Board staff, and obtain ultimate
approval from the Regional Board before the study moves forward. The plan will be
submitted to th6 Regional Board by May 1, 2002, and approval will be obtained by July
1, 2002.
Screening phase compliance monitoring will be conducted according to the requirements
presented in the Self-Monitoring program of the City’s current NPDES permit. The
elements outlined in the program requirements will be incorporated into the work-plan
including identification of the species to be tested (1-2 freshwater species and 3-4
saltwater species), the number of tests to be conducted, frequency of testing, and test
methods.
After ToxScan completes the first draft of the toxicity screening and prepares a draft
report with recommendations by September 1, 2002, LWA will perform a quality control
review of their work prior to submittal of a draft report by October 1,2001 for City
review. The report will make recommendations for ongoing chronic toxicity testing
based upon test results, which will include determination of the most sensitive species for
subsequent routine compliance monitoring for chronic toxicity.
The report is intended to meet the requirements of Provision E.9. of the Palo Alto
NPDES pem~it. Following review and approval by the City, the report will be finalized
and submitted to the Regional Board by November 1, 2002.
Task 2 - Disinfection Criteria Modification
Currently, the City of Palo Alto has a total cofifom~ effluent limitation in its NPDES
permit as follows:
The treated wastewate~; at some point in the treatment process prior to discharge,
shall meet the following limits of bacteriological quality:
a. The moving median value for the Most Probable Number (MPN) of total
coliform bacteria in any five (5) consecutive samples shall not exceed 23
MPN/1 O0 mL; and
b. Any single sample shall not exceed 240 MPN/IO0 mL.
The City wishes to consider an alternative disinfection indicator other than total coliform
for indicating the presence of pathogens in the wastewater effluent. P alo Alto’s permit,
as well as the San Francisco Basin plan, allow for a change to a fecal coliform effluent
limit if a study is conducted to determine that use of fecal coliform will not result in
unacceptable adverse impacts on the beneficial uses of the receiving water. No specific
requirement for a study is required with the use of enterococci, although it is possible that
the Regional Board, or other interested parties, would request such a study if the City
wishes to pursue this alternative.
In general, a fecal coliform limit, or an enterococci limit, is more desirable than a total
coliform limit (if the City can meet this limit on a regular basis) because these alternative
indicators are more specific indicators of the presence of human pathogens than total
coliform. Some cost savings could also be potentially be achieved through lower doses
of chlorinating agent.
USEPA has recently encouraged regulatory agencies and dischargers to consider using
enterococci as an effluent limit for marine waters, because this indicator is even more
specific to human pathogens than fecal coliform. In June, 2001, the NPDES permit for
Central Contra Costa County was renewed with an enterococci limit. To obtain the
enterococci limit, the District
The purpose of this task is to identify which of these alternate limits would be desired for
the City, and to obtain the alternate limits from the Regional Board as a part of the permit
renewal process. The City is conducting the work, including bay sampling and
documentation. Larry Walker Associates will assist the City on activities related to
facilitating approval by the Regional Water Quality Control Board of the study results.
Task 3 - Marsh Conversion Documentation
3.1 Prepare Work Plan
The work plan will include the methods for determining the extent of upland conversion
to brackish or freshwater marsh in th~ vicinity of the main Palo Alto RWQCB discharge
point. The work plan will emphasize and detail low cost methods that can be easily
replicated over time. For this project, we-are proposing to establish a baseline vegetation
classification and mapping system from historic and preproject aerial photographs of the
main Palo Alto RWQCB discharge point. A similar approach was successfully used for
estimating existing, and potential future wetland acreages for various lands under
consideration as mitigation sites for the San Francisco Airport Expansion project.
Although the Request For Proposal specifies a one-time assessment of the marsh
conversion site, it is assumed that the City of Palo Alto intends to continue this study into
the future, therefore, the work plan will emphasize low cost, easily duplicated study
methods that can be undertaken by the City or its consultants in the future.
A draft work plan will be prepared and submitted for review. A final work plan will then
be developed based on comments received by the City of Palo Alto on the draft work
plan.
3.2 Undertake Marsh Conversion Assessment
Based on the methods outlined in the final work plan (described above), an assessment of
marsh conversion at the main Palo Alto RWQCB discharge point will be conducted.
Limited ground-truthing will be conducted to verify aerial photographic signatures and
fine-tune vegetation classifications and descriptions.
The baseline’data set will then be prepared, as well as data sets that correspond to various
treatments or projects that have occurred at this site since the baseline data set. This scope
assumes at least one data set will.be prepared for the 2002 study year based on aerial
photographs taken in May or earty June 2002 (provided by the City of Palo Alto). A
baseline vegetation map corresponding to pre-project conditions with transparency
overlays for historical and ctm’ent conditions) will then be prepared. An electronic
planimeter will be used to quantify the amount of each vegetation type, and the acreages
of each habitat, as well as the percent changes between the baseline data set and
subsequent data sets. A summary table will be prepared documenting the results of the
investigation.
Task 4 - Reasonable Potential Analysis and Effluent Limit
Recommendations.,
The LWA Team will perform a "Reasonable Potential Analysis" (RPA) for the Palo Alto
effluent using the approach in the State Implementation Plan. The RPA will be
conducted using the most recent three years of data. In addition to the RPA, which
identifies the constituents needing effluent limits, effluent limits themselves will be
calculated.
Task 4.1 Collection of Data and Evaluation for Sufficiency and Outliers
Pertinent data will be collected and reviewed to evaluate compliance history and
determine sufficiency. The State Implementation Plan (SIP) contains several provisions
that depend on data sufficiency, so this step is important. Data to be reviewed may
include influent, effluent and receiving water data (flows, quality), whole effluent toxicity
data, pretreatment program data, sludge data, water supply data, and sediment data.
h~formation to be collected includes the current Basin Plan, pertinent Regional Board
correspondence, any pertinent special studies performed by the City, and current planning
documents for the wastewater treatment plant. Also, outliers in the data wi!l be evaluated
to determine if it is appropriate for Palo Alto to request that they be removed from the
dataset for determining reasonable potential and calculating effluent limitations.
Task 4.2 Determination of Reasonable Potential and Effluent Limitations
The first step in the process of computing effluent limits is to conduct a Reasonable
Potential Analysis (RPA) in order to determine which of 126 possible constituents in the
effluent are causing or contributing to the violation of a water quality objective. If so, an
effluent limit is computed for that constituent. Tliere are eight steps for the new RPA
approach defined in the SIP, and each step is used to analyze each of the 126 priority
pollutants. The RPA steps are summarized in Table 1.
Table 1. Reasonable Potential Analysis Steps in State Implementation Policy
Step 1 Identify lowest applicable water quality objective (WQO). For metals, a
default translator, or conversion value, developed by USEPA is used to
convert from the dissolved objective to an equivalent value which can be
used to determine a total recoverable effluent Iimi.’t, unless a site-specific
translator is developed.
Step 2 Determine whether data are available and sufficient.
Step. 3 Determine maximum observed value and set equal to maximum effluent
concentration (MEC). If not detected, set lowest detection limit to MEC.
Step 4 Compare MEC to-WQO.
Step 5 Identify background receiving water data.
Step 6 Compare background data to WQO.
St.ep 7 Determine whether any other infon-nation suggests need for effluent limit.
Step 8 Determine whether (1) daa are insufficient or (2) all detection levels of
pollutant in effluent are greater than or equal to WQO. If yes, monitor
only (no effluent limit).
The principal differences i’n the new RPA approach compared with the previous method
are as follows:
¯Effluent data are compared directly to the water quality objective; no dilution is taken
into account.
¯If background receiving water data are above the water quality objective, an effluent
limit is required, regardless of whether the constituent has ever been detected in
, effluent.
If the receiving water data are below the water quality obj ective, or not available, and
the detection limit of non-detected effluent data is above the water quality objective,
then no effluent limit is required.
Once the RPA is conducted and the constituents needing effluent limits are identified, the
next step is to calculate those limits. The new approach allows for two kinds of effluent
limits, namely, interim limits and final limits. Final limits are calculated using a multi-
step procedure (similar to the RPA) which takes into account the water quality objective,
whether or not dilution credit is provided, the background receiving water concentration,
variability of the data, frequency of data collection, and the total number of data points.
Final limits are computed for maximum daily, and average monthly, conditions.
If the final limit is not immediately achievable by a discharger, or if data are insufficient
to calculate a final limit using the procedure mandated by the SIP, then interim limits
may be provided instead of final limits. Per the SIP, interim limits are determined as the
lower of (1) historical performan.ce, computed as the actual maximum observed value, or
a statistical representation of the maximum observed value, or (2) the previous permit
limit. If interim limits are desired (as expected), a special analysis is required, and will
be conducted by the LWA Team, to show that it is infeasible to comply with final limits.
LWA has developed a customized computer program for determining whether reasonable
potential exists for a discharger to cause or contribute to the exceedance of a water
quality objective. The program also computes final and-interim effluent limitations.
This program will be used to quickly conduct these analyses.
Task 4.3 Sensitivit~ Analyses for Effluent Limitations
There are different ways to interpret lariguage in the CTR and the SIP. It will likely be
appropriate to conduct "what ifs" on the RPA and calculation of effluent linaits to
determine the consequences of various alternative interpretations.
Task 5 - Renzel Wetlands Biological Evaluations
Task 5.1 - Evaluation of Aerial Photos
Under this Task, the LWA team will conduct a habitat assessment for Northern Coastal
Salt Marsh (also referred to as picldeweed marsh), the habitat for the salt marsh harvest
mouse. We understand that the Renzel site has been exposed to tidal action for about 8
years, a~d that the purpose of this assessment is to document the changes in the amount-
and location of wetland and upland habitats at the site.
The LWA team will assess readily available baseline arid subsequent aerial photographs
of the Renzel Wetlands site, and conduct limited ground-truthing to verify aerial
photographic signatm’es and fine-tune vegetation classifications and descriptions for this
site. May & Associates, Inc. will then prepare the baseline data set, and a data set that
represents current site conditions. Transparency overlays corresponding to the other data
sets will be used. Historic aerial photographs of the site will be evaluated to identify and
evaluate marsh colonization patterns. An electronic planimeter will be used to quantify
the amount of each vegetation type, and the acreages of each habitat, as well as the
percent changes-between the baseline data set and current data set. A summary table will
he-prepared documenting the results of the investigation.
Task 5.2 - Salt Marsh Harvest Mouse
This portion of the task will include an evaluation of the Salt Marsh Harvest Mouse
(SMHM) at the Renzel Wetlands, including review of existing SMHM_data for the area,
consultation with wildlife agencies, local baylands interest groups, mad agencies who
have conducted SMHM studies in the a~ea. Recommendations for evaluation of SMHM
will be made based on this information. Ift.he City determines that SMHM monitoring
should be conducted, a proposed work plan will be developed which will focus on
determining the relative abundance of the 8MINVl. Elements of the work plan will
include site selection to ensure effective sampling of all sections of the marsh and all
microhabitat types, appropriate sampling frequency, and collection of data so that it is
comparable to results from previous studies. Once the work plan is finalized, SMHM
monitoring will be conducted. The SMHM population will be estimated and compared to
past studies at the Renzel Wetlands. A final report will be prepared comparing the results
of the latest monitoring event to earlier events.
Task 6 - Assistance with Permit Application
It is anticipated that Palo Alto staff will prepare the permit application. However, LWA
will answer any questions, provide insight to the reasons certain types of information are
being requested, and review the completed application prior to submittal to the Regional
Board to make sure the appropriate information is provided.
Task 7 - Assistance with Permit Renewal Negotiations
The LWA team will assist with NPDES permit negotiations associated with the permit
renewal. Negotiations normally begin sometime after the permit application is submitted,
which is six months prior to the expiration of the existing permit. The actual initiation of
permit negotiations could vary, however, depending on the worldoad of Regional Board
staff or other considerations. It is expected that the permit renewal will be coordinated
with the penNt renewals for the City of San Jose and the City of Sunnyvale, also. The
fi}st step is often a ldck-offmeeting, followed by discussions concerning the RPA and
.permit findings, prohibitions, effluent limitations, receiving water limitations, and
provisions. The negotiations are organized into the following subtasks.
Task 7.1. Meetings and Communications with Regional Board Staff and
Other Interested Parties
The investment in communicating with Board staff and other interested parties on a
regular basis cannot be overemphasized. History has shown that decisions regarding the
permit conditions are almost always made by Board staff. Once the Board hears the
permit in a public forum, it is very unusual for changes to occur. The estimate of hours
for this task includes four meetings with Board staff, as well as other forms of
communication such as phone conversations, email, and fax.
Task 7.2 - Comments ,on Administrative Drafts
Due to the increasing complexity of NPDES permits in California, Regional Board staff
are startir~g to request that comments on administrative drafts be submitted in writing,
with a justification for any requested changes. This approach takes additional thne for
the discharger, however it provides irtforrnation that is critical to educate inexperienced
permit writers and assists them in justifying approaches that are preferred by the
discharger. In addition, this approach may ultimately result in less confusion regarding
what the discharger is requesting. After initial review of comments on the administrative
draft, a meeting is usually held with Board staff to review them. It is estimated that there
will be two administrative drafts.
Task 7.3 - Task 8 Comments on Tentative Order
Comments on the Tentative Order are normally more detailed and comprehensive than
cdmments on administrative drafts because the Tentative Order comments are submitted
for the public record and can be used in an appeal or for other actions on the permit. The
Tentative Order comments may require additional research for citations of precedent-
setting activity, and will cover all aspects of the permit that the City wishes the Board
staff to revise or that the City may wish to appeal.
Task 7.4 - Negotiations During Public Comment Period
Once the Tentative Order comments are submitted to the Board, which may be in a
preliminary form prior to the official public comment date, it is appropriate to meet with
Regional Board staff to work out a~y differences. In addition, it is possible that Regional
Boardstaffmay wish to make changes to the permit during the public comment period
and will normally discuss these changes with the discharger. Depending on the number
of administrative drafts, and the timing under which the Tentative Order is issued, there
may be a fair an~ount of activity during the public comment period. At the current time,
the Regional Board staff is still developing its SIP/CTR interpretation strategy, and it is
expected that by the time the City’s permit comes before Regional Board staff, that
additional progress will be made, resulting in a somewhat more predictable and stable
permit renewal process than has taken place recently.
Task 7.5 - Preparation for Board Hearing
While the City is not required to testify at the Regional Board Hearing on its permit, it is
advisable to do so. The reasons for testifying include (i) to express either support for the
permit as is; (2) to express objection to specific and significant provisions, possibly
reaching an agreement with Regional Board staff and Board members that was not
possible without the pressure of a public forum (it should be noted, however, that it is
unusual for Board members to agree to changes not supported by staff); (3) to cour~ter
any comments from other public entities that may influence the outcome of the permit;
and/or (4) to present examples of positive activities that the City is engaged in to the
Board members, as an investment for the future in case some unforeseen compliance or
other problem occurs and previous good news about the wastewater facilities could assist
~ obtaining more reasonable conditions of a settlement. Under this task, a strategy will
be developed, remarks drafted, and speakers selected for the Regi6nal Board hearing.
Task 7.6 - Proofing of Final Order
Depending on the number of changes that occur during the public comment process, it is
advisable to proof the post-Board Hearing version of the permit before it is signed by the
Executive Officer, to make sure changes were made as agreed upon. Even typographical
mistakes can render the content of a particular condition different than intended.
Task 7.7- Development of Compliance Plan and Dates Tracking
The San Francisco Regional Board has continually increased its requirements for special
studies related to toxics and other matters. In addition, the State Implementation Plata
requires dischargers to conduct additional monitoring and pollutant minimization.
programs. Each of these activities are normally assigned a compliance schedule in the
permit. While LWA advocates making these schedules relative in nature (the clock
"starts ticking" when certain’actions are completed by the Regional Boat’d, such as the
permit being adopted or a work plan is approved), since the number of special studies is
increasing, it may be helpful to the City for an overall schedule and plan to be dev.eloped
to keep track of these activities to prevent any potential compliance problems.
Task 8 - Santa Clara Basin Watershed Management Initiative
Assistance
The City of Palo Alto has ongoing involvement with the Santa Clara Basin Watershed
Management Initiative (WMI) and the LWA Team has experience in representing the
City in these activities. Many. of the programs carried out by the WMI are directly
related to Palo Alto’s NPDES permit at~d therefore this activity is directly related to the
-scope of this project. An exampie of this type of work is the ongoing effort to finalize
site-specific water quality objectives {or copper and nickel in South San Francisco Bay.
Copper and nickel are expected to have effluent limits in the City’s renewed permit. The
LWA Team will continue to participate on the City’s behalf in the WMI.
Task 9 - Ongoing Regulatory Support
The regulatory climate for NPDES permitting in California is very dynamic. Within the
past year alone, state and federal regulations have significantly changed the rules for
calculating effluent limits, several lawsuits brought by dischargers and other entities
contesting NPDES permits have been heard before multiple courts, staff turnover at state
and federal regulatory agencies has been significant, state legislation was implemented
which imposes.mandatory minimum penalties for effluent limitation violations, and
activity related to Total Maximum Daily Loads (TMDLs) has progressed. While it is
hoped that this quantity of change will not occur in every ye~ between now when the
District’ s permit is up for renewal, even one-half of this activity will likely result in
significant uncertainty regarding future permit conditions. While portions of proje.ct
scope address specific issues which are anticipated at this time, other issues are likely to
come up that are currently unanticipated. This task provides additional regulatory
support for issues not specifically identified in this scope but that are relevant to NPDES
permitting for the City.
0 0 0 0 0 0 0
~ ~ooo ooo
o-r~ 0
o ~
’0
0~1 0 ~ 00 ~.0 ~ 0 o 0
0
._
o.~_
o
.~_
-121.
LARRY WALKER ASSOCIATES
Rate Schedule - Effective July 1, 2001 - June 30, 2002
PERSONNEL
LinTy Walker
Tom Grovhoug
Oil Wheeler
Malcolm Walker
Armand Rub3,
Monica Oaldey
Robert Smith
Betsy Elzufon
~Ashli Cooper
Claus Suverkropp
Brian Laurenson
Michelle Buzbee
Stephen McCord
Dean Messer
Heather Kirschmarm
Eric Zeigler
Kathryn Walker
Kristine Corneillie
Mitchell Mysliwiec
Shelli St.Clair
Erich Simon
Michael Trouchon
Airy Krich-Brinton
Susan Fishel
Everest Yan
Yazmin O’Quinn
Chris Erichsen
Grdg Reide
John LeClercq
Reimbursable Costs
Rate S/Hour
$190.00
$190.00
$185.00
$185.00
$165.00
$165.00
$160.00
$140.00
$140.00
$125.oo
$125.00
$125.oo
$115.00
$105.00
$105.00
$105.00
$105.00
$105.00
$105.00
$105.00
$105.00
$100.00
$95.00 ~
$95.00
$85.00
$85.00
$75.00
$60.00
$55.oo
Travel:Local Mileage
Transportation
Auto rental
Fares
Room
Subsistence (1)
- $0.345/mile
- actual expense
- actual commercial rate
- actual expense
- actual expense
- $40.00 per day
Report Reproduction and Copying - a.ctual outside expense
- $0.06 per copy, in-house
- $1.95 per binding, in-house
Special Postage and Express Mail - actual expense
Other Direct Costs - actual expense
Subcontractors - actual expense plus 10% fee
Note: (1) Charged when overnight lodging is required.
PART II- INSURANCE REQUIREMENTS FORM 65O
CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE
CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW,
AFFORDED BY COMPANIES WITH A BEST’S KEY RATING OF A:X, OR HIGHER, LICENSED TOTRANSACTINSURANCE BUSINESS IN THE STATE OF CALIFORNIA,
~,WARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW:
MINIMUM LIMITS
REQUIRED
YES
YES
YES
YES
YES
TYPE OF COVERAGE
WORKER’S COMPENSATION
AUTOMOBILE LIABILITY
COMPREHENSIVE GENERAL
LIABILITY, INCLUDING PERSONAL
INJURY, BROAD FORM PROPERTY
DAMAGE BLANKET CONTRACTUAL,
AND FIRE LEGAL LIABILITY
COMPREHENSIVE AUTOMOBILE
LIABILITY, INCLUDING, OWNED,
HIRED, NON-OWNED "
PROFESSIONAL LIABILITY,
INCLUDING, ERRORS AND
OMISSIONS, MALPRACTICE (WHEN
APPLICABLE), AND NEGLIGENTPERFORMANCE
REQUIREMENT
STATUTORY
STATUTORY
BODILY INJURY
PROPERTY DAMAGE
BODILY INJURY & PROPERTY DAMAGE
COMBINED.
BODILYINJURY
EACH PERSON
EACH OCCURRENCE
PROPERTY DAMAGE
BODILY IN,JURY AND PROPERTY
DAMAGEI COMBINED
ALL DAMAGES
EACH
OCCURRENCE
$1,000,000
$1,000,000
$1,000,000
$I,OO6,OOO
$1,000,000
$1,000,000
$I,000,000
$1,000,000
$1,000,000
AGGREGATE
$1,000,000
$1,000,000
$1,000,O00
$1,000,000
$1,000,000$1,o~o,ooo
$1,000,000
$1,000,000
THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: BIDDER, AT ITS SOLECOST AND EXPENSE,
SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE ’TERM OF ANY RESULTANT
AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT-ONLY BIDDER AND ITS
SUBCONTRACTORS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY
AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSURES CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS,
AND EMPLOYEES.
I1.
INSURANCE COVERAGE MUST ]NCLU~&:
Ao A PROVISION FOR A WRITEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF
COVERAGE CANCELLATION; AND
A CONTRACTUAL LIABILITY,ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR ~ONTRACTOR’S
AGREEMENT TO INDEMNIFY CITY- SEE PART II, SECTION 500, FORMAL CONTRACT(SAMPLE).
SUBMIT CERTIFICATE(S) OF INSUIS, ANCE EVIDENCING REQUIRED COVERAGE,-OR COMPLETE THIS SECTION AND
IV THROUGH VI, BELOW.
A.NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER):
B.NAME, ADDRESS, AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER:
C.POLICY NUMBER(S):
CITY OF PALO ALTO RFP 138422 PAGE I OF 2
pART II - INSURANCE REQUIREMENTS FORM 650
D.DEDUCTIBLE AMOUNT(S) (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR
APPROVAL):
II1.
IV.
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND BIDDER’S SUBMIq-I’AL
OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS SPECIFIED HEREIN.
ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES"
A.PRIMARY COVERAGE
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OFTHE NAMED INSURED, INSURANCE AS
AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY
OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES.
B.CROSS LIABILITY
THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSURES UDNER THE POLICY
SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER,
BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE ~TOTAL
LIABILITY OF THE COMPANY UNDER THIS POLICY.
NOTICE OF CANCELLATION
IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE
NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY
(30) DAY WRI’Iq’EN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
IF THE POLICY- IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF
PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10), DAYWRITTEN
NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
PROPOSER CERTIFIES THAT PROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS:
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. SIGNATURE(S) MUST BE SAME
SIGNATURE(S) AS APPEAR(S) ON SECTION 300A.
Firm:
Signature:
Name:
Signature:
Name:
Lar~$~ Walker Associates
Larry #~’ke r
~/~/v//~~(Prirlt or type name)
Louise Walker
(erint or type name)
NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION
CITY OF PALO ALTO
P.O. BOX 10250
PALO ALTO, CA §4303.
CITY OF PALO ALTO RFP 138422 PAGE 2 OF 2
ACORD,.
~oDUOER
Dealey, Renton& Associates
pc O. Box 12675
oakland, CA 94604-2675
,510 465-3090
~-NsURED
Client~ : 422 LARRYWALK
CERTIFICATE OF LIABILITY INSURANCE .09/20/o: DATE’MM’OD’
THIS CERTIFICATE IS ISSUED AS AMATTER OF INFORMATIONONLYAND CONFERS NO RIGHTSUPON THE CERTIFICATE.HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND ORALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Larry Walker Associates, Inc.
509-A Fourth Street
Davis, CA 95616
COVERAGES
INSURERS AFFORDING COVERAGE
~NSURER A:Hart ford Casualty
INSURER B:American Motorists
~NSURERo:Security Ins. Co.
INSURER D:
INSURER E:
Insurance Co.
Ins. Co.
of Hartford
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY 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 POLICIES DESCRIBED HEREINISSUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMffS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSRLTR "f~’PE OF INSURANCE POLICY NUMBER
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE[~ OCCUR
A
B
C
GEN’L AGGREGATE LIMITAPPLIES PER:
"~POLICY~-~PRO-JEOT ~tOC
AUTOMOBI LE LIABILITY
X ANY AUTO
ALL OWNE.D AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-O~/NED AUTOS
~ANYAUTO
~DEDUCTIBLE
RETENTION $
WORKERS COMPENSATION AND
EMPLOYERS’ LIABILITY
OTHER Professiooal
Liability
57UECHS8860
7CW23598808
AEE0300795
PC LIOY EFFECTIVEDATE [MM/DD/YY)
O&/20/O0
09/01/01
03/ii/Oi
POLICY EXPIRATIOI~DATE (MMID DIY’~
04/20/02
09/OZ/OZ
03/11/02
LIMITS
EACH OCCURRENCE
, FIRE DAMAGE (Anyone fire
ME D EXP (Any one person)
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
PRODUCTS-COMP/OP AGG
COMBINED SINGLE,LIMIT 0 0 0 0 0(Ea accident)$1 !,
BODILY INJURY(Per person)
BODILY INJURY(Per accident)
PROPERTY DAMAGE(Per acoldenl)
AUTO ONLY- EA ACCIDENT
OTHER THAN EA ACC
AUTO ONLY:AGe $
EACH OCCURRENCE
AGGREGATE $
$
/~,OSTATU-. .X TORY L M TS
E.L. EAOHAOOIDENT $1 ! 000! 000
E.L.DIS~ASE-EAEM.PLOYE[ 31 I 000 t 00
E.L. DISEASE-POLIOY LIMF $1
$i,000,000 per claim
$1,000,’000 annl aggr.
DESCRIPTION OF OPERATIONSILOOATIONSIVEHICLESIEXOLUS’IONS AD DED BY ENDORSEMENT/SPECIAL PROVISIONSAll operations of the named insured.
CERTI._.~FICATE HOLDER
City of Palo Alto
Purchasing and Contract Administration
, PO Box 10250
Palo Alto, CA 94303
CANCELLATION
[ SHOULD ANYOFTHE ABOVE DESCRIBE~D POUCIES BEOANOELLED BEFOF~THE EXPIRATION
I DATETHEREOF,THE ISSUIN& INSURER WILL EN DEAVOB TO MAll,3_O~ DAYSWRIT]’EN
’ NOTICE TO THE CER’flFIOATE HOLDER NAME D TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANYKIND UPON THE INSUREF~ITS AGENTS OR
REPRESENTATIVES.
A<ORIZED REPRESENTATIVE:;-- IACORD25-S(7/97)l of 1 #M48137 ’
~ (916)646-1919 FAX (916)646-0995
~cGee, Thielen & Purves Insurance Brokers, Inc,
3780 Rosin Court Suite 200
Lic # 0633187
Sacramento, CA 95834
Ns--~o,Larry Walker Associates Inc.
509 Fourth Street
Davis, CA 95616
CERTIFICATE OF LIABILITY INSURANCE I DATEIMM/OD
09/19/2001
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIONONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND ORALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW,
INSURERS AFFORDING COVERAGE
Golden EagleINSURER A’
INSURER B.
INSURER C
INSURER D
!INSURER E’
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED ORMAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCHpOLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
POLICY EFFECTIVELTR . TYPE OF INSURANCE POLICY NUMBER
GENERAL LIABILITY
GEN’L AGGREGATE LIMIT APPLIES PER:
"~ POLICY ~-~-~PRO-JECT ~-~ LOC
AU___TOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOSIA -~ HIRED AUTOS
X NON-OWNED AUTOS
GARAGE LIABI[JTY~ANY AUTO
EXCESS LIABILITY
"-~ OCCUR ~] CLAIMS MADE
~DEDUCTIBLE
RETENTION $
WORKERS COMPENSATION AND
EMPLOYERS’ LIABILITY
OTHER
2CP9504069
ZCP9504069
DATEo7/ol/zool
07/01/2001
POLICY EXPIRATIONDATE fMM/DD/YY}o7/ol/2OO2
o7/ol/zooz
LIMITS
EACH OCCURRENCE $1,000,000
FIRE DAMAGE (Any one fire)$50 r 000
M~D EXP (Any one person)$5 ~ 000
PERSONAL & ADV INJURY $1,000,000
GENERAL AGGREGATE $2,000 r 000
PRODUCTS - COMP/OP AGG $rNCLUDED
COMBINED SINGLE LIMIT(Ea accident)$1,000,000
BODILY INJURY(Per person)$
BODILY INJURY(Per accident)$
$PROPERTY DAMAGE(Per accldent)
AUTO ONLY-EAACCIDENT
OTHER THAN E~ACO
AUTO ONLY:AGO
EACH OCCURRENCE
AGGREGATE
WC STATU-OTH-TORY LIM TS ER
E.L ~CH ACCIDENT
E.L. DISEASE -EA EMPLOYEE
E.L. DISEASE - POLICY LIMIT
$
$
$
$
$
$
iS
I$
$
$
$
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
~ddi tional i nsuredendorsement GECG601 attached for General Liabi] ityrri~lary wordJrlg endorsment attached
LO day notice of cancellation applies for non-payment of premium
CERTIFICATE HOLDER I X I ADDITIONAL INSURED; INSURER LETTER:
City of Palo Alto
Purchasing and Contract Administration
P.O. Box 10250
Pa]o Alto, CA 94303
A---’~’~D 25.S (7/97)
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SH~l_ IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE CO MPANY, I’}(~ENTS OR RE~ENT,~’;I~E".~.AUTaOR,Z~D REPRE"NTAT,VE y~r~. tl~ .~"’
Purves/mt
~ @ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions ofthe policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
~CORD 25-S (7/97)
GOLDEN EAGLE INSURANCE COMPANY
P. O. BOX 85826 SAN DIEGO, CA. 92186-5826
ADDITIONAL INSURED -OWNERS, LESSEES
OR CONTRACTORS (FORMB)
Policy No: CCP9504069
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies Insurance provided under the following.
COMMERCIAL GENERAL LIABILITY COVERAGE PART
WHO IS AN INSURED (Section II) 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.
The coverage afforded the additional insured does not apply to any project on which "your
work" was completed prior to the effective date of this endorsement.
SCHEDULE
Name of Person or Organization:
PURCHASING AND CONTRACT ADMINISTRATION
CITY OF PALO ALTO
CG 2010 (11-85) modified
GECG 601 (10/98) Includes copyrighted material of Insurance Services, Inc. 1992 with it~ permission.
GOLDEN EAGLE INSURANCE COMPANY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
EFFECTIVE DATE: t)7/01/21)(11
POLICY NUMBER: CCP9504069
ISSUED TO: Larry Walker Associates, Inc.
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM
PRIMARY INSURANCE ENDORSEMENT
THE INSURANCE PROVIDED BY THIS POLICY FOR THE BENEFIT OF Larry
Walker Associates Inc. AND City of Palo Alto SHALL BE PRIMARY INSURANCE
AS RESPECTS TO ANY CLAIM, LOSS OR LIABILITY ARISING OUT OF THE
NAMED INSURED’S OPERATIONS, OR BY ITS SUBCONTRACTORS FOR
WHJCH Larry Walker Associates Inc. IS FOUND TO BE LIABLE AND WHICH
LIABILITY APPLIES TO THE SPECIAL CONTRACT UNDER WHICH Larry Walker
Associates Inc. HAS AGREED TO PERFORM SPECIFIC OPERATIONS, ANY
OTHER INSURANCE MAINTAINED BY (certificate holder) SHALL BE EXCESS
AND NONCONTRIBUTORY WITH THE INSURANCE PROVIDED BY THIS
POLICY.
GE CG 827 (02-89) GE
PART II - PROPOSER INFORMATION SECTION 300A
PROVIDE THE INFORi~IATION REQUESTED BELOW OR INDICATE "NOT APPLICABLE", IF APPROPRIATE
NAME OF PROPOSER (COMPANY)ADDRESS
Larry Walker Associates 509 Fourth Street
Davis, CA 95616
IRS Number:
94-2610668
Phone/Fax Number:
(530) 753-6400 fax:(530)753-7030
A.Proposer is a:
California Corporation
Corporation organized under the laws of the State of
with head offices located at
and offices in California at
, proprietor.
[]
[]
[]
California Limited Liability Company
Sole Proprietorship;
Partnership
Limited Liability Partnership
List names of partners; state which partner or partners are managing partner(s)
[]~)~her (attach Addendum with explanatory details)"
How many years have you (or your firm}done business under the name listed above?22 Fears
C.How many ye.ars of experience similar to work or services covered in this RFP?1-5 years
D.Provide relevant references of contracts satisfactorily completed in the last three (3) years:
CUSTOMERCOMP~NY
~aDa Sanitation NistrJ
City of Modesto
Sacramento Regional
Sa_~nitation District
East Bay Dischargers
CONTACT~HONENUMBER
ct Mike Alexander (707)258-6000
Robert Howard (209) 577-5215
Robert Shanks (916) 874-6581
Charles Weir (415) 278-5910
Phil Bobel (650) 329-2598
DATE COMPLETED
,started 7/99
on~oin~
7/31/01
7/31/2000
3/31/0!
started 7/99
ongoingCi___ty of Palo Alto
(PROVIDE ADDITIONAL SHEETS, IF NECESSARY)
CITY OF PALO ALTO RFP 138422 PAGE 1 OF 4
CONTRACTAMOUNT
$395,889
$20,000
$13o,5oo
$i0,000
$298,911
I
I
I
PART II- PROPOSER INFORMATION SECTION 300A
E.Have you (or your firm) previously worked for the City of Palo Alto? *Yes, or ~ No (if"Yes", list
above, or if necessary, provide information on additional sheets).
If applicable, provide a list of the plant(s), and/or facilities, and equipment owned by the Proposer which
are available for use on the proposed work as may be required herein.
QUANTITY NAMEFI-¥PE/MODEL, CAPACITY, ETC.CONDITION LOCATION
N/A
(INCLUDE ADDITIONAL PAGES IF NECESSARY)
G.Provide a list of the Proposer’s management staff who will manage the proposed work of services:
NAME
Monica Oakley"
FIELD OF EXPERTIS~]CAPABILITIESIEXPERIENCE
Expert in wastewate~ systems planning, watershed management
and regulatory compliance; 18 years experience managing
projects znc±uding permzt negotiation & compli~; ~Luj~L
manager for Napa SD and Sausalito-Marin City Sanitary Distr
(INCLUDE ADDITIONAL PAGES IF NECESSARY)
H.Contractors license, number/type:N/A
Minority Business Enterprises:
Proposer is ~_, or is not X a minority, or Women, or Di.sadvantaged Business Enterprise
,Small Business Concern: .
Proposer is ~_, or is not X a Small Business Concern
Identify the names and business addres¢ of each subcontractor performing work, unSer this RFP. After
opening of Proposals, no changes or substitutions will be allowed except as otherwise permitted by City.
The listing of more than one subcontractor for each item of work to be performed with the words ’and/or’
will not be permitted. Failure to comply with this requirement will render the Proposal as nor~-responsive
and may cause its rejection. List all such subcontractors below, or in additional sheets, as required:
NAMEANDADDRES8
1.Philip Leitner 2 Parkway Ct
Orinda, CA 94563
2. ToxScan, 7nc. 42 Hang~r Wa
__Watsonville, CA 95076
3’., May gAss6ciates
14769 T~ornton-W~inut Grove
SCOPE OF WORK
Consultant in Wildlife Biology. Phil wii be responsible
for Salt Marsh Harvest Mouse Monitorin~ at Renzel Wet]~j
~ToxScan is an environmental testing lab-will provide
toxicity testing and recommendations for chronic toxici
screening tasks under this project.
May& Ass6ciatesis an ecological services firm with
¯ spec~a±ty in aerial photo mapping of biological resour~
(INCLUDEADDITIONALPAGESIFNECESSARY)Walnut Grove, CA 95690
Or, [] _ Subcontractors will not perform work, provide labor, or render services in or about the work
covered by this RFP (check and initial).
ct.
¯ _es.
CITY OF PALO ALTO RFP 138422 PAGE 2 OF 4
PART
K.
Or,
L.
Mo
II- PROPOSER INFORMATION SECTION 300A
Addenda
During the Proposal pro.cess there may be changes to the Proposal documents, which would require an
issuance of an addendum or addenda. City disclaims any and all liability for loss, or damage to any
Proposer who does not receive any addendum issued by City in connection with this RFP. Any Proposer
in submitting a Proposal is deemed to waive any and all claims and demands Proposer may have against
City on account of the failure of delivery of any such addendum to Proposer. Any and all addenda issued
by City shall be deemed included in this RFP, and the provisions and instructions therein Contained shall
be incorporated to any Proposal submitted by Proposer.
To assure that all Proposers have received each addendum, the following acknowledgment and sign-off is
required. Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity in
the Proposal:
Addendum number(s) received: I-]1; [] 2; [] 3; [] 4; [] 5; [] 6;[] 7; [] 8; [] 9
1~__~,. No Addendum/Addenda Were Received (check and initial).
The Proposer represents that it has not retained a person to solicit or secure a City contract (upon an
agreement or understanding for a commission, percentage, brokerage, or contingent fee) except for
retention of bona fide employee or bona fide established commercial selling agencies for the purpose of
securing business.
Proposer’s Designated Contact
Name;Monica Oakle¥Title:Associate
Phone: (925) 962-9700 Fax:. (925) 753-7030
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.
P.Proposer is requirea to provide a certificate in good standing from the State of California with its Proposal.
*Has been requested & will be presented if award, ed t..h.,e con.,t, rac~t~.~ee attached.
]’he undersigned hereby agrees to, and accepts the terms ane conoidons or ~n s ~-~.
Or,
Signatures (Must be the same signature(s) as will appear on Contract):
First O~f~4.~ -~
Larry F.
(Printed name of signatory)
President(Title of signatory)
~"(Sig tl’a’[ure)
T,o~i .qe W~Iker
(Pdnted name of signatory)
Vice President
(Title of signatory)
Note: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.
CIT,Y OF PALO ALTO RFP ’138422 PAGE 3 OF 4