HomeMy WebLinkAbout2002-08-05 City Council (14)C ty of Palo Al o
Manager’s Repor
TO:
FROM:
DATE:
SUBJECT:
HONORABLE CITY COUNCIL
"
CITY MANAGER DEPARTMENT: PUBLIC WORKS
AUGUST 5, 2002 CMR:349:02
APPROVAL OF CONTRACT WITH GEOFF BROSSEAU IN THE
AMOUNT OF $125,000 TO PROVIDE ASSISTANCE WITH THE
POLLUTION PREVENTION PROGRAM
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with Geoff
Brosseau in the amount of $125,000 for the first contract year for the consultant
team of Geoff Brosseau, Larry Walker Associates, Ann Joseph Consulting, and
Slater Pest Control to assist the City in its source identification and reduction
efforts for discharges to the sanitary sewer and storm drain systems.
Authorize the City Manager or his designee to negotiate and execute one or more
change orders tothe contract with Geoff Brosseau for related, additional but
unforeseen work which may develop during the project, the total value of which
shall not exceed $12,500.
o Authorize the City Manager or her designee to exercise the option to renew the
contract for the second and third year in,the amount of $125,000 each year
provided 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.
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 $12,500 in each year, provided the contract is renewed for
those years.
DISCUSSION
Consultant Services Description
The work to be performed under the contract is assisting the City in its source
identification and pollution prevention efforts for, the sanitary sewer and storm drain
system. The purpose of these efforts is to improve the quality of treatment plant
CMR:349:02 Page 1 of 3
discharge and storm water runoff, and to meet the conditions of discharge permits issued
to the City.
The contract scope includes a recognition program for vehicle service facilities (the
City’s ten-year-old Clean Bay Business program), implementation of the Regional
Integrated Pest Management (IPM) Partnership Committee, long-term monitoring and
assessment of the San Francisquito Creek watershed, participation in the Watershed
Management Initiative, research and monitoring of San Francisquito Creek and the Emily
Renzel Marsh, and pollution prevention training assistance for businesses and City staff.
Selection Process
Staff sent a request for proposals to twelve consulting firms on June 6, 2002. Firms were
given19 days to respond to the request.. Four firms teamed together to Submit the one
proposal received. Of firms not responding, three indicated that they did not submit a
proposal because either they were too busy or did not have enough time to prepare a bid.
Staff believes that a key reason for the low response rate is the extremely specialized
nature of the work, and that four firms with significant experience in this area teamed
together rather than submit individual proposals.
A selection advisory committee consisting of two Regional Water Quality Control Plant
(RWQCP) managers reviewed the proposal. -The committee agreed that the proposed
team excels in meeting the selection criteria. The team consists of several experts in the
technically specialized field of water pollution prevention. These firms all have
experience working with the RWQCP and are familiar with the current efforts of the
program. These firms also have excellent references from other local government
agencies. Several of them have staff located close to the RWQCP and they all have rates
comparable to competitors’ rates. The committee agreed to select the proposed team
based on their qualifications and proven track record without expending resources on an
oral interview.
RESOURCE IMPACT
Funds are available in the Wastewater Treatment Fund FY 2002-03 operating budget.
POLICY IMPLICATIONS
This report, does not represent any change to existingCity policies.
ATTACHMENTS
Attachment A:. Contract
PREPARED BY:
S
~r
CMR:349:02 . Page 2 of 3
DEPARTMENT HEAD:
Director of Public Works
CITY MANAGER APPROVAL :~---~"
~EMILY HARRISON
Assistant City Manager
CMR:349:02 Page 3 of 3
ATTACHMENT A "
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
GEOFF BROSSEAU
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 GEOFF BROSSEAU, a sole proprietor, located
at 437 Encina Avenue, Menlo Park, CA 94025(~CONSULTANT").’
RECITALS:
WHEREAS, CITY desires certain professional consulting
services (~Services") and the~preparation and delivery 0f, without
limitation, .one or more sets of.documents, drawings, maps, plans,
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 to engage CONSULTANT, including its
employees/ if any, in providing the Services by reasonof its
qualifications and experience in perfprming the Services, and
CONSULTANT has offered to complete the Project on the terms and in
the manner set forhh herein;
NOW, THEREFORE, in consideration Of the covenants, terms,
iconditions, 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 on June 30, 2003 unless this
Contract is earlier terminated by CITY or extended pursuant, to
section 1.2 below.~ 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 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 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.
1.2 City shall have the o~tion but not the obligation to
extend this Contract for two additional twelve (12) month periods
at the compensation amount set forth in section 5.1.1 and section
5.1.2 (additional services). If City determines to exercise its
option to extend this Contract, City shall provide CONSULTANT
020729 sdl [3072199
written notice at the end of the first contract year and at the end
of second contract year that it is exercising its option to extend
the Contract for an additional twelve (12) month period.
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 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 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 nonbeneficial
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 Servicesor the Additional Services, or both,
will contribute minor or substantial benefit to the construction
work.
020729 sd10072199
2
SECTION 3.
CONSULTANT
QUALIFI~CATIONS,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 (including. CONSULTANTs),
charged with the performance of the Services are duly ifcensed 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 furnishto 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 GEOFF BROSSEAU as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Projec~t and as . the Project.
coordinator who will represent CONSULTANT during the day:to-day
work on theP~oject. 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 notices which may be necessary and
inc’[dent 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
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
020729 sd10072199
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 prlor written approval of the city manager.
3.6 CONSULTANT will provide CITY with one electronic
copy and three (3) paper copies of any documentswhich 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 cQnsultant 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 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 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
all consultants deemed necessary to assist CONSULTANT in the
020729 sd10072199
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 eachphase of work performed by
CONSULTANT. CITY’s estimated time of review and approva! 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 adefault under this Contract.
4.3 The city manager will represent CITY for all
purposes under this Contract. STEPHANIE HUGHES is designated as the
project manager for.the.city manager. The project manager will
supervise the performance,.progress, and execution of the Project,
and will be assisted by PHIL BOBEL, the Manager of Environmental
Compliance.
4.4 If CITY observes or otherwise becomes aware of any
default in the performance of CONSULTANT, CITY wil! 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 Twenty-
Five Thousand Dollars ($125,000) per fiscal year. 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. CITY reserves
the right to refuse payment of such fees, if such prior-approval is
not obtained by CONSULTANT.
5.1.2 In consideration of the full performance of
Additional Services, the amount of compensation setf0rth in
020729 sd10072199
Exhibit "B" will not exceed Twelve Thousand Five Hundred Dollars
($12,500) per fiscal year.
5.1.3 The full payment of charges for extra work or
c~anges, or both, in the execution of the Project will be made]
provided such request for payment is initiated by CONSULTANT and
au[horized, in writing, by the project manager. Payment will be
made ~within thirty . (30) days of submission by CONSULTANT of a
statement, in triplicate, of itemized costs covering such work or
changes, or both. Prior to commencing such extra work or changes,
or both, the parties will agree upon an estimated maximum cost for
such extra work or changes. CONSULTANT will not be paid for extra
work or changes, including, without limitation, any design work or
change order preparation, which is made necessary on account of
CONSULTANT’s errors, omissions, or oversights.
5.1.4 Direct personnel expense of .employees assigned
to the execution of the Project by CONSULTANT will include only the
.work of architects, engineers, designers, job captains, surveyors,
draftspersons, specification writers and typists, in consultation,
research and design, work in producing drawings, ~specifications and
other documents pertaining to the Project, and in services rendered
during construction at the site, to the extent such services are
expressly contemplated under this Contract. Included. in the cost
of direct personnel expense, of these employees are salaries and
mandatory and customary benefits such as statutory employee
benefits~ insurance, sick leave, holidays and vacations, pensions
and similar benefits.
5.2 The schedule ofpayments will be made as follows:
5~2.1 Payment of the .Basic Serviceswill 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 ~B",
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 all
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
6
020729 sdl 0072199
prepared, maintained, and retained by CONSULTANT in accordance with
generally accepted accounting principles and will 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 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 origin~ils will be
delivered to CITY without additional compensation. CITY 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 documents.
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 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 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 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 ful! force and effect during the term of
this Contract, the insurance coverage described in Exhibit AC£,
insuring not only CONSULTANT and its consultants, if any, but also,
7
020729 sd10072199
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 KeV Ratinq Guide ratings of
A:VII or higher which are admitted to transact insurance business
in theState 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, namlng CITY as an
additional insured under such policies as required above.
9.3 Certificates of such insurance, preferably on hhe
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
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 professional liabiIity
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 procurlng of such required policy or policies
of insurance will not be construed to limi’t 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 provlsions, 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
020729 sd10072199
CONSULTTkNT of any completed item of Basic Services.. Upon receipt
of such notice, CONSULTANT wil! 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 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 thei~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 wil! 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
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 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~
020729 sd10072199
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 asslgn, 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 w±ll 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.i 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 financialinterest
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.
020729 sd10072199
10
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 th~ 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,
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 perfgrmance 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 eachcalendar day during whi¯chsuch 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
020729 sd10072199
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.
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 conditions.
16.8 The covenants, terms, conditions and provisions of
~his 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 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.
16.10 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time to
time, may be referred to in any duly executed amendment hereto are
by such reference incorporated in this Contract and will be deemed
to be a part. of this Contract.
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.
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
12
020729 sd10072199
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
APPROVED AS TO FORM:
Senior Asst. City Attorney
APPROVED:
Assistant City Manager
Director of Public Works
Mayor
GEOFF BROSSEAU, a sole
proprietor
By:
Its:
Taxpayer’s I.D. No. 558-33-3139
Director Of Administrative
Services
Insurance Review
Attachments:
EXHIBIT ~A":
EXHIBIT ~B":
EXHIBIT ~C":
EXHIBIT ~D":
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE-
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
020729 sdl 0072199
13
2002/2003
Pollution Prevention Programs
Regional Water Quality Control Pi.ant " Palo Alto
Geoff Brosseau
in association with
Arrnand Ruby- Larry Walker Associates
Ann Joseph Consulting
Art Slater
July 2002
Palo Alto Regional Water Quality Control Plant
EXHIBIT "A"
Introduction
The Regional Water Quality Control Plant (RWQCP) in Palo Alto treats wastewater generated in
East Palo Alto, Los Altos, Los Altos Hills, Mountain View, Palo Alto, and Stanford. To meet
stricter effluent limits for discharge to San Francisco Bay, the RWQCP is targeting categories of
discharges to reduce their loading of heavy metals and other pollutants of concern to the
RWQCP. This Pollution Prevention Programs work plan includes tasks to assist the RWQCP in
general pollutant source identification and reduction efforts. The work plan also includes tasks
that address specific sources, such as vehicle service facilities.
As part of, the effort to reduce pollution from commercial facilities, the RWQCP developed the
Vehicle Service Facility Waste Minimization Program. Implementation of the program began in
1992. The program scope is multi-media--pollutan.ts entering both the storm drain and sanitary
sewer systems are targeted for reduction. The .program approach combines increased
regulation, education, and positive incentives to encourage waste minimization. Over the first
three years of the program (1992-1994), the scope expanded to other aspects of vehicle service
including businesses maintaining fleets of vehicles, automotive parts stores, and high
school/adult education automotive repair classes.
In 1995, the Vehicle Service Facility Waste Minimization Program became part of a broader
Commercial Facilities Water Pollution Prevention Program. The 1995 program added programs
for machine shops and metal fabricators, special projects focused on vehicle service procedures
and vehicle pollutants, and scoping work fQr new programs such.as printers and laundry
graywater. The 1996 program continued these efforts as well as a new task on outreach to
facilities managers. In 1997, the scope of the program was expanded to address pollutant
source identification .and pollution prevention strategy development for mercury and organics
(dioxins, organochlorine pesticides, and PCBs). Source identification work was also started for
zinc, and follow-up work was done on specific sources of dioxins.
Scope of Work
This 2002/2003 work plan represents the continuing evolution of the program as it moves into its
eleventh year. The program is comprised mostly of aspects of the previous years’ programs
with new tasks added as needed. Details of this year’s scope of work including task
descriptions, approach,, and anticipated products are provided below.
The tasks in the scope are organized into three components:
,Pollution Prevention Program Implementation and Coordination
o Watershed Monitoring and Assessment
¯Training
A. Pollution Prevention Program Implementation and Coordination
Task 1: Work Plan and Project Management
Scope: The consultant team will:
o attend project planning meetings with RWQCP staff
Pollution Prevention Programs.2002/03 Work Plan
July 2002
Regional Water.Quality Control PlantPalo Alto
prepare a work plan for the Pollution Prevention Programs contract
During the project year, the consultant will revise and/or add new tasks to the work plan, as
necessary. The work plan will contain:
o scopes of work
¯budgets
¯schedules for each task
Approach: The consultant team will manage the project tasks and assist RWQCP staff to
manage the Pollution Prevention Programs contract. The team will endeavor to keep the
project tasks on budget and schedule. Members of the consultant team will attend project
status meetings with the RWQCP staff. The RWQCP staff, with input from the team, will set up
project meetings. The consultants will prepare items, as needed, to facilitate the meetings.
Products: 2002/2003 Work Plan and subsequent annual versions and revisions
Task 2: Vehicle Service Facility Program
Scope: The consultant team will purchase the annual recognition items including:
.full-page newspaper Clean Bay Business ads
¯annual decals
o 5-year and 10-year recognition items
Approach: The consultant team has assisted the RWQCP for the past ten years with grapt~ic
services related to the VSF Program, including design, layout, production, and
printing/purchasing. Items have been produced for the following tasks:
Clean Bay Business Recognition Program including decals, bumper stickers, customer
brochures, newspaper ads, and tear sheets
Clean Bay Business Advertising Program including:
~Newspaper reminder advertisements
¯Phone book advertisements
o Theater advertisements
¯5-Year Recognition Program
¯10-Year Recognition Program
The consultant team is prepared to continue purchasing the items described in the RFP.
Products:Full-page Clean Bay Business ads (placement only); Decals; 5-year recognition
items; 10-year recognition items
Task 3: IPM Partnership
Scope: The consultant team will coordinate implementation of the Regional IPM Partnersh p.
Duties will include:
¯designing the promotion
¯organizing and conducting monthly meetings
¯facilitating regional decision-making
¯coordinating the efforts of individual agency participants
o coordinating development and production of regional materials (e.g., fact sheets, shelf
talkers)
¯Approach: The consultant team will work with RWQCP staff on implementing the IPM
Partnership in much the same way as has been done under the previous Pollution Prevention
Pollution Prevention Programs 2002/03 Work Plan
July 2002
Palo Alto Regional Water Quality Control Plant
Programs contract. The consultant team will focus on maximizing coordination of this regional
project among about a dozen agencies while striving to meet the following long-term goals:
Develop and maintain partnerships with stores that: ..
.are convenientfor residents, .
o support a high-quality promotion,
¯address a significant volume of pesticide sales, and
¯continue for as long as pesticides are a significant compliance risk for wastewater and
stormwater agencies.
Recent and ongoing regulatory changes affecting diazinon and chlorpyrifos will impact those
waste stream volumes and in turn impact how agencies deal with those two pesticides in the
future in ways quite different from the replacement pesticides. The consultant team will work
with the Regional IPM Partnership Committee to compare the waste stream profiles with the
promotion design and identify areas where the design may need to be modified to maximize the.
effectiveness of the Our Water, Our World Promotion.
Productsi Agenda; Minutes; Communications; Regional materials; Program design
B. Watershed Monitoring and Assessment
Task 4: Long-Term Monitoring and Assessment Plan (LTMAP)
Scope: The consultant team will assist the City of Palo Alto and other local jurisdictions that
border San Francisquito Creek to develop and implement a long-term monitoring and
assessment program for the creek and its watershed. The consultant team will develop the
monitoring program by facilitating discussions and decision-making by local jurisdictions, and by
helping coordinate these activities-with the Regional Water Quality Control Board, the San
Francisquito Watershed Counci! (sFwc), and the Joint Powers Authority. The goals of this
effort are to: ¯
update the Long-Term Monitoring and Assessment Plan (LTMAP) as necessary "
, facilitate institutionalizing the LTMAP including establishing: long-term stations,
mechanisms/systems for data management, information access/sharing, and adaptive
management (study plan generation and review, study results review and incorporation into
decision-making)
help link the Watershed Management Initiative’s watershed assessment results with the
LTMAP
Approach: Having developed the LTMAP, it is now vital to help ensure the plan is implemented
as much as possible. The consultant team will work with San Francisquito Watershed Council
and Joint Powers Authority staff on implementing the LTMAP in much the same way as has
been done under the previous Pollution Prevention Programs contract. The consultant team
has identified the following key follow-on" tasks to the LTMAP’s production:
~completing the long-term stations network
¯developing data review and management processes
¯institutionalizing information access/sharing and an adaptive management process
The consultant team has identified the key individuals that need to be involved to help complete
these tasks. The consultant team will continue to work with them in small focused work groups
on parallel tracks to complete, these follow-on tasks together..
Products:LTMAP updates, as necessary; Database management and information
sharing/access systems
Pollution Prevention Programs 4 2002/03 Work Plan
July 2002
Palo Alto Regional Water Quality Control Plant
Task 5: Coordination between the San Francisquito Watershed Council and WMI
Scope: The consultant team will assist the San Francisquito Watershed Council to participate in
tt~e WMI including participating in the Watershed Assessment Subgroup (WAS) and serving as
watershed captain for the purposes of the watershed assessment. Participation in WAS will
include:
o meetings
o preparation of minutes and other written products
¯document review and comment
Serving as watershed captain will include participating in.all steps of the watershed assessment
(i.e., data qualification, data analysis, uncertainty and limiting factor analysis, and watershed
integration) and helping WAS and the WMI to determine post-assessment tasks.
Approach: The consultant team will work with RWQCP staff on coordinating between the San
Francisquito Watershed Council and the WMI in much the same. way as has been done under
the previous Pollution Prevention Programs contract. As the WMI’s watershed assessment is
nearing completion, the consultant team will look for opportunities to link its results and lessons
learned with the LTMAP.
Products:. Recommendations and plan for using WMI .assessment in LTMAP implementation
Task 6: Research and Monitoring Assistance
Scope: As needed, the consultant team will assist the City of Paio Alto with research and
monitoring projects for San Francisquito Creek and the Emily Renzel Marsh. In addition, the
consultant team will assist with source control and pollutant research on an on-Call basis.
Approach: The consultant team will work with RWQCP staff on any research and monitoring
projects as well as any source control and pollutant research in much the same way as has
been done under the previous Pollution Prevention Programs contract. For source control and
pollutant research, the basic process involves the following:
developing a work plan that defines specific work elements to be performed, level of effort
and time required for completion, and staff assignments
conducting the research including potentially:
-literature reviews
-product research
¯site visits
~ sampling visits
in-depth studies at"volunteer sites"
~ developing recommendations for RWQCP actions
producing reports
Products: To be determined - Could include monitoring and research reports and pollutant
source identification and characterization reports
C. Training
Task 7: Training Assistance
Scope: =The consultant team will assist the City of Palo Alto to create and conduct training, on
an as needed basis, for business types such auto repair, dental, and plumbing. In addition, the
Consultant team will help city staff implement their pesticide/IPM policy by:
. conducting trainings
Pollution Prevention Programs 5 2002/03 Work Plan
July 2002
Palo Alto Regional Water Quality Control Plant
developing pest response plans or IPM plans for city staff (e.g., step-by-step pest control
instructions)
responding to pest control questions on an on-call basis.
Approach: The consultant team will work with RWQCP staff to provide training assistance in
much the same way as has been done under the previous Pollution Prevention Programs
contract. In addition, there is a need and perhaps an opportunity to take the trainings to the
general public in a more directed way. The in-store "trainings" of customers (i.e., workshops).
have been verywell received. Over the last. decade or more, the RWQCP has developed a
number of public education efforts that affect residents in their home and yard - pest control,
auto care, wood smoke prevention, creek and watershed pollution prevention, household
hazardous waste / exchange programs, construction pollution prevention - that residents may
find very informative and valuable. One of the more effective ways to convey this information
might be to develop and conduct brief "workshops" at homeowners and neighborhood
association meetings. ’q-rainers" could briefly provide the information, answer questions, and
leave the RWQCP’s existing materials behind for residents.
Products: Trainings; Pest response plans or IPM plans; Pest control help
Pollution Prevention Programs 2002/03 Work Plan
July 2002
Palo Alto Regional Water Quality Control Plant
Budget
EXHIBIT "B"
Budget
Pollution Prevention Programs
Task
1 Work Plan and Project Management
2 Vehicle Service Facility Program
3 IPM Partnership
Total- Pollution Prevention Program Implementation and Coordination
4
7
Long-term Monitoring & Assessment Program Development -
San Francisquit0 Creek
Coordination between San Francisquito Watershed Council and WMI
Research and Monitoring Assistance
Total -Watershed Monitoring and Assessment
Training Assistance
.Total - Training
Total - Pollution Prevention Programs
Budget
$3,500
$11,500
$35,000
$50,000
$40,000
$20,000
$65,000
$1o,ooo
Sl0,O00
$125,000
Team Member
Geoff Brosseau
Armand Ruby
Annie Joseph
Art Slater
Other Direct costs
Fee Schedule
Firm Hourly Rate
Consultant $120
LWA $165
Consultant *$ 60
Slater Pest Control $150
Actual Costs
*Workshop Rate (1-2 hours = $250; 3-4 hour = $350)
Overhead will be-charged on all technical and professional subcontracts at the rate of
5 percent.
Pollution Prevention Programs 2002/03 Work Plan
July 2002