HomeMy WebLinkAbout2002-09-09 City Council (3)City of PMo Alto
C ty Manager’s Repor
HONORABLE CITY COUNCIL
FROM:
DATE:
CITY MANAGER
SEPTEMBER 9, 2002
DEPARTMENT:
CMR:373:02
POLICE
SUBJECT:APPROVAL OF AWARD OF CONTRACT IN THE AMOUNT OF
$197,133 TO ALL CITY MANAGEMENT SERVICES, INC. FOR
ADULT CROSSING GUARD SERVICES AND AUTHORIZATION
FOR CONTRACT EXTENSIONS FOR TWO ADDITIONAL
YEARS
RECOMMENDATIONS
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with All City
Management Services, Inc. in the amount of $197,133 for adult crossing guard services.
Authorize the City Manager or his designee to extend the contract for up to two additional
years for an amount not to exceed $206,990 for the second year and $217,340 for the third
year.
BACKGROUND
The City of Palo Alto is dedicated to ensuring the safety of children traveling to and from
school. The Traffic Division in the Police Department was previously responsible for the
hiring, training, supervision, scheduling and equipping the adult crossing guards. Because of
the increase in the number of locations where crossing guards are needed and the amount of
staff time required to handle all the associated responsibilities, together with the use of regular
police officer as backfills, the management of the crossing guard program became increasingly
time-consuming and labor-intensive for Police personnel. As a result, in August 1999, staff
requested Council approval of a contract with All City Management Services to provide
crossing guard services. The services included guard coverage at all the locations in addition to
all the administrative tasks.
CMR:373:02 Page J of 3
DISCUSSION
All City Management Services has been responsible for the management of all crossing guard
program functions during the regular school year and the summer session since August 1999.
A~t that time, All City Management Services was Selected following a Request for Proposal
(RFP) process (CMR:326:99) The company has provided adult crossing guard personnel,
supervision and safety equipment, the operation of pedestrian signals, and has assumed
responsibility for the safe crossing of school-aged pedestrians, at 20 designated school area
crosswalks.
Selection Process
On June 25, 2002, staff sent RFPs to 14 firms. A three,week response time was provided. One
vendor, All City Management Services, submitted a proposal. Staff determined that some of
other vendors have gone out of business and the others are no longer providing crossing guard
services. Staff found All City Management Services’ proposal met all the selection criteria.
Staff has been satisfied with the three previous years of work performed by All City
Management Services for crossing guard management.
RESOURCE IMPACT
Funds in the .amount of $197,133 were approved in the FY 2002-2003 Police Department
budget. Funds for subsequent years in the amounts not to exceed $206,990 and $231,177
respectively will be included in the Police Department’s proposed budgets for FY 2002-05.
POLICY IMPLICATIONS
The provision of adult crossing guards is consistent with City policy.
ENVIRONMENTAL ASSESSMENT
This is not a project under the California.Environmental Quality Act (CEQA).
CMR:373:02 Page 2 of 3
ATTACHMENTS
Attachment A: CMR: 326:99
Attachment B: Contract Agreement
PREPARED BY:
DEPARTMENT HEAD:
SERGIf!NT~- S~OTT WONG
Traffic Team Supervisor
Chief of Police
CITY MANAGER APPROVAL:
Assistant City Manager
CMR:373 : 02 Page 3 of
TO:
FROM:
DATE:
SUBJECT:
City of Palo Alto
City Manager’s Report
HONORABLE CITY COUNCIL
CITY MANAGER
AUGUST 2,, 1999
DEPARTMENT: POLICE
CMR:326:99
AWARD OF CONTRACT IN THE AMOUNT OF $133,000 TO ALL
CITY MANAGEMENT SERVICES, INCORPORATED FOR
ADULT CROSSING GUARD SERVICES
RECOMMENDATION
Staff recommends that Council approve and authorize the Mayor to execute the attached
contract with All City Management Services, Incorporated in the amount of $133,000 for adult
crossing guard services.
DISCUSSION
Project Description
The City is Committed to the safety of all children who attend school within Palo Alto.
Currently, the City. employs 15 adult crossing guards who assist children who walk or ride their
bicycles to school. During the last year, tlie Police Department hired two additional crossing
guards for the new Hoover School on Charleston Road, which opened in September. Crossing
guard locations are selected using criteria approved by the City Council. Criteria include
numbers of children crossing, their ages, the volume of traffic and number of reported traffic
collisions at the particular location.
¯ The P01ice.Department’s Traffic Division is responsible for hiring, staffing, training, equipping
and supervising the crossing guards. Currently, crossing guards are hourly employees who do
not receive benefits. The Police Department must staff Crossing guard posts when crossing
guards are ill, fail to show up at work, or when vacancies occur, Most of the current crossing
guards have been employed by the City for several years. However;they often call in sick, have
doctors’ appointments, or other obligations that require .them to be absent Several requirements
of the job make it difficult to fill vacancies, including the split shifts of morning and afternoon,
CMR:326:99 Page 1 of 3
working outdoors in inclement weather, and the danger of directing traffic. As a result, it often
takes a significant period of time to fill vacancies. ’
Parking Enforcement Officers, Community Service Officers or Patrol officers must be used
when temporary vacancies need to be filled. One crossing guard location was staffed each
morning by a Parking Enforcement Officer from September until February due to a vacancy and
the difficulty 0f finding a qualified person. The coverage of the crossing guard locations takes
these regular employees away from their normal duties for one to one and one-halfhouxs in both
the morning and afternoon. With the addition of new crossing guards, as well as the ongoing
difficulty in recruitment, scheduling and staffing, the adult crossing guard program is currently
consuming approximately .35 FTE of staff’s time. Staff research indicates that a number of
cities contract their adult crossing guard programs to private vendors that specialize in providing
this service. As a result, staff distributed a. Request for Proposal (RFP) for adult crossing guard
services. This includes coverage at the actual locations, as well as the administration of hiring,
training and scheduling.
Selection Process
On June 14, 1999, staffsent RFPs to 14 firms. A three-week response time was provided. One
vendor, All City Management Services, submitted a proposal. On July 7, 1999, staff clarified
an issue that was raised about the RFP and redistributed the RFP. Once again, All City
Management .Services was the only company to submit a proposal. Staff found the proposal to
be satisfactory. Staff checked the company’s references for previous work performed and found
no complaints. A partial list of cities currently using All.City Management Services for crossing
guard management include Mountain View; Pittsburg, Pleasanton, Tracy, Dublin and Moraga.
~RESOURCE IMPACT
Funds in the amount of $133,000 were approved in the FY 1999.-2000 Police Department’s
¯ budget for crossing guard services. In 1998-99, the department spent $97,139 in hourly salaries
for crossing guard services and $36,!30 in regular staffing to recruit, staff and supervise the
program.
CMR:326:99 Page 2 of 3
POLICY IMPLICATIONS
The provision of adult crossing guards is consistent with City policy. This report recommends
a change from temporary City employe~s providing the service to having a private contractor
provide, the service:
ENVIRONMENTAL ASSESSMENT
This is not a project under the’California Environmental Quality Act (CEQA).
ATTACHMENTS
Attachment A:. Contract Agreement
PREPARED BY:
APPROVED BY:
Sergeant Doug Kei~Traffic Supervisor
PA~E’~,J~~lice
CITY MANAGER APPROVAL:
EMILY HARRISON, Assistant City Manager
CMR:326:99 Page 3 of 3
AGREEMENT BETWEEN THE CITY OF PALO ALTO .AND
ALL CITY MANAGEMENT SERVICES, INC. FOR SCHOOL
CROSSING GUARD SERVICES
THIS AGREEMENT is made and entered into this .day of
, 1999, by and between the CITY OF PALO ALTO, a
municipal corporation of California, hereinafter referred to as
~"CITY," and ALL CITY MANAGEMENT SERVICES, INC., a California
corporation, hereinafter referred to as "CONTRACTOR";
WHEREAS,~ ~CITY desires to r~tain services to provide
school crossing guard services for CITY;.and
WHEREAS, CITY desires to .engage CONTRACTOR to provide
these services by reason of its qualifications and experienc@ for
performing suchservices, and CONTRACTOR. has offered to provide the
required services onthe terms and in the manner set forth herein;
NOW, THEREFORE, in consideration of
covenants, the parties hereto agree as follows:
their mutual
SECTION 1 -PROJECT COORDINATION
The City Manager shall be representative of CITY for all
purposes under this Agreement. The Chief of Police or designee is
designated as the PROJECT MANAGER for the city Manager and shall
supervise the progress and execution of. this Agreement.
1.2 Contractor
CONTRACTOR shall assign a single PROJECT DIRECTOR to have
overall responsibility for the progress and execution of this
Agreement for CONTRACTOR. Baron Farwell .herebyis.designated as
the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or
conditions subsequent to the execution of this Agreement require a
substitute PROJECT DIRECTOR for any reason, the. PROJECT DIRECTOR
designee shall be designated in written notice to CITY by
CONTRACTOR and subject to .the prior written approval of the PROJECT
MANAGER.
~ SECTION 2 -DUTIES OF CONTRACTOR
2.1 Services to be Furnished
CONTRACTOR shall~ provide crossing guard services as
set forth below:
990723 syn 0043795
1
2.1.1 " Upon request by .PROJECT MANAGER,
CONTRACTOR shall test, interview, evaluate, and screen all
applicants for crossing guard positions to insure they meet the
requirements of the City Of Palo A!~o as specified herein.
2.1.2 CONTRACTOR shall provide Crossing guards
in quantities and at locations and during time periods designated’
in writing by the PROJECT MANAGER, provided that the PROJECT
MANAGER shall provide, this designation to CONTRACTOR no less ~than
14 calendar days prior to the commencement of the school year
~adopted by the Palo Alto Unified School District. During the
schooL"’year, or during the summer recess following.the school year~
CONTRACTOR shall provide .additional crossing guards in quantities
and at locations and during time periods designated in writing by
the PROJECT MANAGER, provided that the PROJECT MANAGER shal’l
provide this designation .upon no less than 14 calendar days prior
notice.
2.1.3 CONTRACTOR shall maintain supervisory
personnel adequate to monitor the performance of crossing guard
services in accordance with the. requirements of this agreement.
2.1.4 CONTRACTOR shall maintain adequate reserve
personnel to be able to provide an alternate crossing guard for any
crossing guard who notifies CONTRACTOR at least one hour prior to
the designated starting time that the crossing guard will not
report for work at the assigned time and location. If a crossing
guard fails to provide CONTRACTOR with at ~east one hour notice
that the crossing guard.will not report for work at the assigned
time and location, CONTRACTOR~will take all measures reasonably
necessary.to provide an alternate crossing guard and to assure that
crossing guard coverage is provided in the future without
disruption and gaps in coverage.
2.1.5 CONTRACTOR and CITY agree that any and all
crossing guards provided to CITY by CONTRACTOR under this Agreement
shall be the employees of CONTRACTOR and not the emp!oyees of the
City of Palo Alto. CONTRACTOR shall retain complete authority and
responsibility in the selection, retention, compensation, and
assignment of any and all crossing guards provided to CITY by
CONTRACTOR. CONTRACTOR shall provide, at CONTRACTOR’s sole
expense, all equipment, including without limitation signs., traffic
vests, whistles and raincoats, reasonably necessary to assure that
Crossing guards arc readily visible and easily recognizable as.
crossing guards~ Crossing guard apparel shall be appropriate for
weather conditions and shall be uniform in appearance¯
2.2 Laws to be Observe~
CONTRACTOR shall:
2.2.1 Procure all permits and. licenses,, pay all
charges and fees, and give all notices which may be necessary and
990723 syn 0043795
2
incldent to the due and lawful prosecution of the services to be
performed by CONTRACTOR under. this. Agreement.
2.2.2 Keep itself fully informed of~all existing
and future federal, .state~ and local laws, ordinances, regulations,
orders, and decrees which may .affect those engaged or emp!oyed
under this Agreement, anymaterials used in. CONTRACTOR’s perfor-
mance under this Agreement~ or the conduct of the services under
this Agreement.
2.2.3 At all times observe and.comply with, and
cause ~all of its subcontractors andemployees, if. any, to observe
and. c0mply with, all of said laws~ ordinances, regulations, orders
and decrees mentioned above.
2.2.4 Immediately report to the PROJECT MANAGER
in writing any discrepancy or inconsistency ’it discovers in said
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to any provisionof this Agreement.
SECTION 3 -~COMPENSATION
For the full performance of the services described herein
by CONTRACTOR, CITYshall pay CONTRACTOR as follows:
3.1 CITY shall Compensate CONTRACTOR according to the
following schedule for all crossing guards actually provided by
CONTRACTOR at the locations and times designated by the PROJECT.
MANAGER:
Pay step 1
pay step 2
Pay step 3
Pay step 4
Pay step 5
$12.59 per hour
$12.59 per hour
$13.26 per hour
$14.02 per hour
$14.~81 per hour
These billing rates shall provide full and complete compensation to
CONTRACTOR for all services provided under this agreement,
including without limitation all wages and benefits provided to
crossing guards, all supervisory and management services, all
administrative and overhead services, and all insurance and workers
compensation costs.
3.2 Total compensation provided by CITY to CONTRACTOR
shall not exceed the amount of One Hundred Thirty Three Thousand
Dollars ($133,000.00) during the initial term of ~this Agreement and
shall not exceed that same amount in any additional year.extension
of this Agreement provided for herein without.amendment of this
Agreement. In the event that total compensation reaches this limit.
during the term of this Agreement, CONTRACTOR shal! cease
performance under thisAgreement unless and until compensation is
aqgmented by amendment of this Agreement.
990723 syn 0043795
3
3.3 CONTRACTOR shall submit monthly invoices for
crossing guard services provided in the prior month, detailing the
exact hours provided by each crossing guard on each date during
that prior month and detailing the pay stepand, total wages
provided to each crossing guard during that period. Compensation
shall be provided by CITY to CONTRACTORonly for~crossing ~guard
services provided infull hour increments, so that no compensationshall beprovided for crossing guard services less ~han one .hour in
length.
3.4.CONTRACTOR shall submit to CITY itemized invoices for
crossing guard servicesprovided to CITY These invoices Shall
have information deemed sufficient by the PROJECT~MANAGER or?his
designee~and shall be paid within thirty (30) days of their receipt
by CITY.
.3.5 All compensation payable hereunder shall be subject
to the appropriation of funds by CITY’s council for the applicable
fiscal year during Which such temporary employment services are to
be or are rendered. In the event funds are not appropriate~ for
Services to be rendered in any fiscal year during.the term of this
Agreement, this Agreement.shall be deemed terminated at the end of
the fiscal year for which funds are’appropriated. No penalty shall
accrue to CITY in the event this Agreement is terminated pursuant
to the provisions ef this Subsection 4.3, and~CITY shall not be
liable for any future payments due or for any damages as a result
of the termination Of this Agreement pursuant hereto.
SECTION 4 - TERM
This Agreement shall commence on the date of execution
stated in the preambl~ to this Agreement and shall continue in full
force and effect for one calendar year thereafter or until
terminated as provided herein. CITY may, at its sole option and
upon thirty days prior written notice to CONTRACTOR, extend the’
term of this Agreement for up to two additional calendar year
durations,~ provided that the compensation schedule stated in this
Agreement shall be adjusted to reflect compensation at 135% of the
actual pay step schedule for crossing guards, in effect at the
commencement of the additional extension and documented by
CONTRACTOR in a form acceptable to the PROJECT MANAGER.
SECTION 5 -TEMPORARY SUSPENSION
The City Manager shall have the authority to suspend this
Agreement, wholly or in part, for. such. period as he deems necessary~
due to unfavorable conditions or due to the failure on the part of
the CONTRACTOR to perform any provision of this. Agreement.
SECTION6 -SUSPENSION; TERMINATION
6.1 Right to Suspend or Terminate
990723 syn 0043795
4
The City Manager may suspend or terminate this Agreement
for any reason by giving thirty (30) days’ written notice to
CONTRACTOR. Upon receipt of such notice, CONTRACTOR shall
immediately.discontinue performance under this. Agreement.
6.2 .P_aymentupon Sus ep_9~sion or Termination.
Upon such suspension or termination, CONTRACTOR shall be
paid for all services actually rendered to.ciTY to thedate of such
.suspension or termination; provided, however, if this Agreement is
suspended or terminated for ~fault of CONTRACTOR, CITY shall be
obligated to compensate CONTRACTOR onlly for that portion of
CONTRACTOR’s services Which are of benefit to CITY.
SECTION 7 , ASSIGNMENT; SUBCONTRACTORS; EMPLOYEES..
7.1 Ass~ent
Both pa~ties shall give their personal attention to the
faithful performance of this Agreement and shall not assign,
transfer, convey, or otherwise dispose Of this Agreement or any
right, title.or interest in or to the same or any part thereof
without the prior wgitten consent of the other party, and then only
subject to such terms and conditions as the other pa~ty may
require. A consent to one assignment shall not be deemed to be a
consent to anysubsequent assignments. Any assignment without such
approval shall be void and; at theoption of the other party,shall
terminate this Agreement and any license or privilege granted
herein. This Agreement and any interest herein shall not be
assignable by operation of law without the prior written consent of
the other party.
7.2 Subcontractors; Employees
CONTRACTOR shall be responsible, for employing or engaging~
all persons necessary to perform the services of CONTRACTOR
hereunder. No. subcontractor of CONTRACTOR wil! be recognized by
CITY as such; rather, all subcontractors are deemed to be employees
of CONTRACTOR, and it agrees to be responsible for their.perform-
ance. CONTRACTOR shall give its personal attention to the
fulfillment of the provisions of this Agreement by all of .its
emp!oyees and subcontractors, if any, and shal! keep the work under
its control. If any employee or subcontractor of CONTRACTOR fails
or refuses to carry out the provisions of this Agreement or appears
to be incompetent or to act in a disorderly or improper manner, he
or she shall be discharged immediately from the.work under this
Agreement on demand of the PROJECT MANAGER.
SECTION 8- NOTICES
All notices hereunder shall be given in writing and
mailed, postage prepaid, by certified mail, addressed as follows:
To CITY:office of the City Clerk
990723 syn 0043795
To CITY:office of the City Clerk
CITY OF PALO ALTO
P.O. Box 10250
Palo Alto, CA .94303
TO CONTRACTOR:¯ Attention of the’PROJECT DIRECTOR
ALL CITY MANAGEMENT SERVICES,~ INC.
1749 South La Cienega Boulevard
Los Angeles, California 90035
Notices of changes .of. address during the term of this Agreement
shall be provided in writing.
SECTION 9 -INTEREST OF CONTRACTOR
In accepting this Agreement, CONTRACTOR covenants that it
presently has no interest, and shall not acquire any interest,
direct or indirect, financial or otherwise, which would conflict in
any manner or degree with the performance<of the services.here-
under. CONTRACTOR further covenants that, in the performance .of
this Agreement, no subcontractor or person having such an~interest
shall be employed. CONTP~ACTOR certifies that no one who has or
¯ will have any financial interest under this Agreement is an officer
or employee of CITY. It is expressly agreed that in the perform-
ance .of the professional services required under this Agreement
CON.TRACTOR, and any of its subconsultants or employees, shall at
all times be considered independent contractors and not agents or
employees of CITY.
SECTION I0 AUDITS
CONTRACTOR agrees to permit CITY to audit, at any
reasonable time, CONTRACTOR’s records pertaining to matters covered
by this agreement.
SECTION II -INDEMNIT~
CONTRACTOR .agrees to indemnify, defend and hold harmless
CITY, its officers, agents and employees from any and all demands,
claims, or liability of any nature, caused by or arising out of
CONTRACTOR’s, its officers’, agents’, SUBCONTRACTORS’ or employees’
.negligent acts, errors, or omissions, or willful misconduct, or
conduct forwhich the law imposes strict liability on CONTRACTOR in
the perf0rmance.or failure toPerform this~Agreement-
SECTION 12 ’- WORKERS’ COMPENSATION
CONTRACTOR, by executing this Agreement, certifies that
it is aware of the provisions of the Labor Codeof 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 wil! comply with such provisions before commencing the perform-
ance of the work of this Agreement.
990723 syn 13043795
SECTION.13 °- INSLrRANCE
CONTRACTOR, at its sole cost aid expense, shall obtain
and maintain in full force and effect throughout the entire term of
thisAgreement the insurance coverage described inthe attachment
to this Agreement, insUring not only CONTRACTOR, but also (with the
exception .of workers’ compensation, and~ employer’s liability
insurance), CITY, its officers, agents, and employees, and each of
them with respect to activities and services performed by
CONTRACTOR for or on behalf of CITY under the provisions of this
Agreement.
.certificates of such insurance,, preferabiy on the forms
provided by CITY, shall be filed.with CITY concurrently with the
execution of this Agreement or, with CITY’s approval, within ten
(i0) working days thereafter. Said certificates shall be subject
to the approval of the Cfty Attorney and shall contain an endorse-
ment stating that said insurance is primary coverage and will not
be cancelled.or altered by the insurer except after filing with the
City Clerk thirty (30) days’ written notice of such cancellation or
alteration, and that .the City of Palo Alto is named as an
additional insured (except on policies of professional liability
insurance.) Current certificates bf such insurance shall be kept
on file at all times during the term of this Agreement with the
city Clerk.
SECTION 14 AGREEMENT BINDING
The terms, covenants, and conditions of this Agreement
shall apply to, and shall bind, the heirs~, successors, executors,
administrators, assigns, and subcontractors of both parties.
SECTION ] 5 -WAIVERS
The waiver by either party of any breach or violation of
any term, covenant,or condition of this Agreement’or of any
provision, ordinance,or law shall not be .deemed to be a waiver of
any other term, covenant, condition, ordinance, or law or of any
subsequent breach or violation of the same or of any other term,
covenant, condition, ordinance, or law. The subsequent acceptance
by either party of any fee or other money which may become due
hereunder by the other party of any term, covenant, or condition of
this Agreement or of any applicable law or ordinance.
SECTION 16 -COSTS AND ATTORNEYS’ FEES
The prevailing party in any action brought to enforce the
terms of this Agreement or arising out of this¯ Agreem4nt may
recover its .reasonable costs and attorney fees expended in
connection with such an action from the other party.
990723 syn 0(~.3795 .
SECTION 17 °-NO IMPLIED WAIVER
No payment,partial payment, acceptance, or partial
acceptance by CITY shall operate as a waiver on.the part of CITY of
any of its rights under this Agreement.
.SECTION 18 -NONDISCRIMINATION; PENALTY
18.1 DUTY OF CONTRACTOR
No discrimination shall be made in the employment of
persons under this Aggeement because of the race, color, national
origin, ancestry, religion or sex of such person. If the’value of
thisAgreement is, or may be, Five Thousand Dollars ($5.,000) or
more, CONTRACTOR agrees to met all requirements of the Palo Alto
Municipal Code pertaining to nondiscrimination in employment and to
complete and submit the ,,Compliance Report--Nondiscrimination
Provisions.of Cfty of Palo Alto Contracts" on the form furnished by
CITY and attached hereto and incorporated herefn by referencg..
18.2 PENALTY FOR DISCRIMINATION
If CONTRACTOR is found inviolation of the nondiscrimina-
tion progisions of .the State of California Fair Employment
Practices Act or similar provisions of federal law or executive
order in the performance of this Agreement, it shall thereby be
found in material breach of this Agreement. Thereupon, CITY shall
have the power to cancel or suspend this Agreement, in whole or in
part, or to deduct from the amount payable to CONTRACTOR the sum of
Twenty-Five Dollars ($25) for each person for each calendar day
during which such person was discriminated against, as damages for
~said breach of contract, or both. Only a finding of the State of
California Fair Emp!oyment Practices Commission or the equivalent
federal agency or officer shall constitute evidence of a violation
of contract under this section.
If CONTRACTOR is found in violation o[ the nondis-
crimination provisions of this Agreement or the .applicable
affirmative action guidelines pertaining to this Agreement,.
CONTRACTOR shall be found in material breach of this Agreement.
Thereupon, CITY shall have the power to cancel or suspend this
Agreement, in whole or in part, or to deduct from the amount
payable to CONTRACTOR the sum of TWO Hundred Fifty Dollars ($250)¯
for each calendar day during which CONTRACTOR is found to have been
in such noncompliance as damages for said~breach of contract, or
both.
SECTION 19 - INTEGRATED AGREEMENT; AMENDMENT
This document represents the entire and integrated
agreement between CITY and CONTRACTOR and supersedes all prior
negotiations, representations, and agreements, either written or
oral. This document may be amended only by written instrument,
990723 syn 0043795
signed by both CIT< and CONTRACTOR. ~AII provisions of this
Agreement are expressly made conditions.
SECTION 20 -GOVERNING LAW
This Agreement shall be governed by the laws of the State
of California.
IN WITNESS WHEREOF, the parties hereto have executed this
Agreement the day and year first above written.
ATTEST:CITY OF PALO ALTO.
City Clerk
APPROVED AS TO FORM:
Senior Asst. City Attorney
APPROVED:
Assistant City Manager
Director of Administrative
Services
Police Chief
Risk Manager
Mayor
ALL CITY MANAGEMENT SERVICES,
INC e~
By:
Nam
(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)
Attachments:
EXHIBIT "A": Non-Discrimination Compliance Report
EXHIBIT ,,B,,: .Certificate¯of Insurance
990723 syn 0043795
9
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
On July 27 , 1999, before met the undersigned,
a Notary Public in and for said County and State, personally
appeared BARON FARWELL , 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, execute~, the
.instrument.
WITNESS my hand and official seal.
S i~na~r P lic
990723 syn 0043795
10
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF CALIFORNIA
COUNTY QF LOS ANGELES
On July. 27 , 1999, before me, the undersigned,
a Notary Public in and for said County and Stat.e, °personally
appeared RONALD G. FARWELL , 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 capacLty(ies), and that by
his/her/their signature(s) on the instrument the person(s), or the
entity upon behalf of which the persQn(s) acted, execute~ .the
instrument.
WITNESS my hand and official seal.
990723 syn 0043795
11
AGREEMENT BETWEEN THE CITY OF PALO ALTO AND
ALL CITY MANAGEMENT SERVICES, INC.FOR SCHOOL
CROSSING GUARD SERVICES
THIS AGREEFIENT is made and entered into this day of
2002, by and between the CITY OF PALO ALTO, a
municipal corporation of California, hereinafter referred to as
~CITY," and ALL CITY MANAGEMENT SERVICES, INC., a California
corporation, hereinafter referred to as "CONTRACTOR";
W I T N E S S E T H:
WHEREAS, CITY desires to retain services to provide
school crossing guard services for CITY; and
WHEREAS, CITY desires to engage CONTRACTOR to provide
these services by reason of its qualifications and experience for
performing such services, and CONTRACTOR has offered to provide the
required services on the terms and in the manner set forth Herein;
NOW, THEREFORE, in consideration of their mutual
covenants, the parties hereto agree as follows:
SECTION 1 -PROJECT COORDINATION
i.i City
The City Manager shall be representative of CITY for all
-purposes under this Agreement. The Chief of Pol±ce or designee is
designated as the PROJECT MANAGER for the City Manager and shall
supervise the progress and execution of this Agreement.
1.2 Contractor
CONTRACTOR shall asslgn a single PROJECT DIRECTOR to have
overall responsibility for the progress and executlon of this
Agreement for CONTRACTOR. Baron Farwell hereby is designated as
the PROJECT DIRECTOR for CONTRACTOR. Should clrcumstances or
conditions subsequent to the execution of this Agreement require a
substitute PROJECT DIRECTOR for any reason, the PROJECT DIRECTOR
designee ’shall be designated in written notice to CITY by
CONTRACTOR and subject to the prior written approva! of the PROJECT.
MANAGER.
020814 cl 0044173
SECTION 2 - DUTIES OF CONTRACTOR
2.1 Services to be Furnished
CONTRACTOR shall provide crossing guard services as set
forth below:
2.1.i Upon request by PROJECT MANAGER,
CONTRACTOR shall test, interview, evaluate, and screen all
applicants for crossing guard positions~ to insure they meet the
requirements of the City of Palo Alto as specified herein.
2.1.2 CONTRACTOR shall provide crossing guards
in quantities and at !ocations and during time periods designated
in writing by the PROJECT MANAGER, provided that the PROJECT
MANAGER shall provide this designation to CONTRACTOR no hess than
14 calendar days prior to the commencement .of the school year
adopted by the Palo Alto Unified School District. During ~he
school year, or during the summer recess following the school year,
CONTRACTOR shall provide additional crossing guards in quantities
and at locations and during time periods designated in writing by
the PROJECT MANAGER, provided that the PROJECT MANAGER shall
provide this designationupon no less than 14 calendar days prior
notlce.
2.1.3 CONTRACTOR shall maintaln supervisory
personnel .adequate to monitor the performance of crossing guard
servlces in accordance with the requirements of this agreement.
2.1.4 CONTRACTOR shall maintain adequate
reserve personnel to be able to provide an alternate crossing guard
for any crossing guard who notifies CONTRACTOR at least one hour
prior to the designated starting time that the crosslng guard will
not report for work at the assigned time and location. If a
crossing guard fails to provide CONTRACTOR with at least one hour
notice that the crossing guard will not report for work at the
assigned time and location, CONTRACTOR will take all measures
reasonably necessary to provide an alternate crossing guard and to
assure that crossing guard coverage is provided in the future
without disruption and gaps in coverage.
2.1.5 CONTRACTOR and CITY agree that any and
all crossing guards provided to CITY by CONTRACTOR under this
Agreement shall be the employees of CONTRACTOR and not the
employees of the City of Palo Alto. CONTRACTOR shall retain
complete authority and responsibility in the selection, retention,
compensation, and assignment of any and all crossing guards
provided to CITY by CONTRACTOR.CONTRACTOR shall provide, at
CONTRACTOR’s sole expense, all equlpment, including without
limitation signs, traffic vests, whistles and raincoats, reasonably
necessary to assure that crossing guards are readily visible and
easily recognlzable as crossing guards. Crossing guard apparel
020814 cl 00~173 2
shall be appropriate for weather conditions and shall be uniform in
appearance.
2.2 Laws to be Observed
CONTRACTOR shall:
2.2.1 Procure all permits and licenses, pay all
charges and fees, and give al! notices which may be necessary and
incident to the due and lawful prosecution of the servlces to be
performed by CONTRACTOR under this Agreement.
2.2.2 Keep itself fully informed of all
existing and future federal, state, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Agreement, any materials used in CONTRACTOR’s
performance under this Agreement, or the conduct of the services
under this Agreement.
2.2.3 At all times observe and comply with, and
cause all of its subcontractors and employees, if any, t6 observe
and comply with, all of said laws, ordinances, regulations, orders
and decrees mentioned above.
2.2.4 Immediately report to the PROJECT MANAGER
in writing any discrepancy or inconsistency it discovers in said
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to any provision of this Agreement.
SECTION 3 COMPENSATION
For the full performance of the services described herein
by CONTRACTOR, CITY shall pay CONTRACTOR as follows:
3.1 CITY shall compensate CONTRACTOR according to the
following schedule for all crossing guards actually provided by
CONTRACTOR at the locations and times designated by the PROJECT
MANAGER:
Pay step i:
Pay step 5:
$13.49 per hour
$14.81 per hour
These billing rates shall provide full and complete compensation to
CONTRACTOR for all services provided Under this agreement,
including without limitation all wages and benefits provided to
crossing guards, all supervisory and management services, all
administrative and overhead services, and all insurance and workers
compensation costs.
3.2 Total compensation provided by CITY to CONTRACTOR
shall not exceed the amount of One Hundred Ninety Seven Thousand
One Hundred Thirty Three Dollars ($197,133.00) during the initial
020814 cl 00~173 3
term of this Agreement and shall not exceed that same amountin any
additional year extension of ~this Agreement provided for herein
without amendment of~ this Agreement. In the event that total.
compensation reaches this limit during the term of this Agreement,
CONTRACTOR~ shall cease performance under this Agreement unless and
until compensation is augmented by amendment of this Agreement.
3.3 -CONTRACTOR shall submit monthly invoices for
crossing guard services provided in the prior month, detailing the
exact hours provided by each crossing guard on each date during
Zhat prior month and detailing the~ pay step and total wages
provided to each crossing guard during that period. Compensation
shall be provided by CITY to CONTRACTOR only for crossing guard
services provided in full hour increments, so that no compensation
shail be provided for Crossing guard services less than one hour in
length. ~
3.4CONTRACTOR shall submit to CITY itemized invoices for
crossing guard services provided to CITY. These invoices shall
have information deemed sufficient by the PROJECT MANAGER or his
designee and shall be paid within thirty (30) days of their receipt
by CITY.
3.5’ All compensation payablehereunder shall be subject
to the appropriation of funds by CITY’s Council for the applicable
fiscal year during which such~temporary employment services are to
be or are rendered. In the event funds are not appropriated for
services to be rendered in any fiscal year during the term of~this
Agreement, this Agreement shall be deemed terminated at the end of
the fisca! year for which funds are appropriated. No penalty shall
accrue to CITY in the event this Agreement isterminated pursuant
to the provisions of this Subsehtion 4.3, and CITY shall not be
liable for any future payments due or for any damages as a result
of the termination of this Agreement pursuant hereto.
SECTION 4 -TERM.
This Agreement shall commence on the date of execution
stated in the preamble to this Agreement.and shall continue.in full
~force and effect for one calendar year thereafter or until
terminated as provided herein. CITY, acting by and through its
City Manager, may, at its sole option and upon. thirty.days prior
written notice to CONTRACTOR, extend the term of this Agreement for
up to two.additional calendar year durations, provided that the
compensation schedule stated~in this Agreement shall be adjusted to
reflect compensation at 130%~of the actual pay step schedule or the
percentage of the CPI (Consumer Price Index), whichever is greater.
Billing rate adjustments shall only be made at the beginning of
each contract extension for crossing guards in effect at the
commencement of the additional extension and. documented by
CONTRACTOR in a form acceptable to the PROJECT MANAGER.
020814 cl 0044173 4
SECTION 5 -TEMPORARY SUSPENSION
~he City Manager shall have the authority to suspend this
Agreement, wholly or in part, for such period as he deems necessary
due to unfavorable conditions or due to the failure on the part of
the CONTRACTOR to perform any provision of this Agreement.
SECTION 6 SUSPENSION; TERMINATION
6.1 Right to Suspend or Terminate
The City Manager may suspend or terminate this Agreement
for any reason by giving thirty (30) days’ written notice to
CONTRACTOR. Upon recelpt of such notice, CONTRACTOR shall
immediately discontinue performance under this Agreement.
6.2 Payment upon Suspension or Termination
Upon such suspension or termination, CONTRACTOR shall be
paid for all services actually rendered to CITY to the date of such
suspenslon or termination; provided, however, if this Agreement is
suspended or terminated for fault of CONTRACTOR, CITY shall be
obligated to compensate CONTRACTOR only for that portion of
CONTRACTOR’s services which are of benefit to CITY.
SECTION 7 -ASSIGNMENT; SUBCONTRACTORS; EMPLOYEES.
7.1 Assignment
Both parties shall give their personalattention to the
faithfu! performance of this Agreement and shall not assign,
transfer, convey, or otherwise dispose of this Agreement or any
right, title or interest in or to the same or any part thereof
without the prior written consentof the other party, and then only
subject to such terms and conditions, as the other party may
require. A consent to one assignment shall not be deemed to be a
consent to any subsequent assignments. Any assignment without such
approva! shall be void and, atthe option of the other party, shall
terminate this Agreement and any lic.ense or privilege granted
herein. This Agreement. and any interest~ herein Shall not be
assignable by operation of l.aw without the prior written consent of
the other party.
~7.2 Subcontractors; Employees
CONTRACTOR shall be responsible for employing or engaging
all persons necessary to perform ~the services~ of CONTRACTOR
hereunder. No subcontractor of CONTRACTOR will be recognized by
CITY as such; rather, all subcontractors are deemed to be employees
of CONTRACTOR, and it agrees to be responsible for their
performance. CONTRACTOR shall give its personal attention to the
fulfillment of the provisions of this Agreement by all of its
020814 cl 0044173
employees and subcontractors, if any, and shall keep the work under
its control. If any employee or subcontractor of CONTRACTOR fails
or refuses to carry out the provisions of this Agreemenz or appears
to be incompetent or to act in a disorderly or improper manner, he
or she shall be discharged immediately from the work under this
Agreement on demand of the PROJECT MANAGER.
SECTION 8 -NOTICES
All notices hereunder shall 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
P.O. Box 10250
Palo Alto, CA 94303
To CONTRACTOR: Atzention of the PROJECT DIRECTOR
ALL CITY MANAGEMENT SERVICES, INC.
1749 South La Cienega Boulevard
Los Angeles, California 90035
Notices of changes of address during the term of this Agreement
shall be provided in writing.
SECTION 9 -INTEREST OF CONTRACTOR
In accepting this Agreement, CONTRACTOR covenants that it
presently has no interest, and shall not acquire any interest,
direct or indirect, financial or otherwise, which would conflict in
any manner or degree with the performance of the servlces here-
under. CONTRACTOR further covenants that, in the performance of
this Agreement, no subcontractor or person having such an interest
shall be employed. CONTRACTOR certifies that no one who has or
will have any financial interest under this Agreement is an officer
or employee of CITY. It is expressly agreed that in the perform-
ance of the professional services required under this Agreement
CONTRACTOR, and any of its subconsultants or employees, shall at
all times be considered independen5 contractorsand not agents or
employees of CITY.
SECTION i0 -AUDITS
CONTRACTOR agrees to permit CITY to audit, at any
reasonable time, CONTRACTOR’s records pertaining to matters covered
by this agreement.
SECTION ii -INDEMNITY
CONTRACTOR agrees to indemnify, defend and hold harmless
CITY, its officers, agenzs and employees from any and all demands,
claims, or liability of any nature, caused by or arislng ouz of
CONTRACTOR’s, its officers’, agents’, SUBCONTRACTORS’ or employees’
negligent acts, errors, or ommssions, or willful .misconduct, or
020814 cl 00~173 6
conduct for which the law imposes strict liability on CONTRACTOR in
the performance or failure to perform this Agreement.
SECTION 12 -WORKERS’ COMPENSATION
cONTRACTOR, by executing thisAgreement, 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 undertakeself-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with~ such provisions before commencing the
performance of the work of this Agreement. ~
SECTION 13 -INSURANCE
CONTRACTOR, at its sole cost and expense, shall obtain
and maintain in full force and effect.throughout the entire term of
this Agreement the insurance Coverage described in the attachment
to this Agreement, insuring not only CONTRACTOR, but also (with the
exceptlon of workers’ compensation and employer’s liability
insurance), CITY, its officers, agents, and employees, and each of
them with respect to activities and services performed by
CONTRACTOR for or on behalf of CITY under the provisions of this
Agreemenz.
Certificates of such insurahce, preferably on the forms
provided by CITY, shall be filed with CITY concurrently with the
execution of this Agreement or, with CITY’s approval, within ten
(I0) working days thereafter. Said certificates shall be subject
to the approval of the City Attorney and shall contain an
endorsement stating that said xnsurance is primary coverage and
Will not be cancelled or altered by the insurer except after filing
with the City Clerk thirty (30) days’ written notice of such
cancellation or alteration, and that the Gity of Palo Alto is named
as an additional insured (except on policies of professional
liability insurance.) Current certificates of such insurance shall
be kept on file at all times during the term of this Agreemenm with
the City Clerk.
SECTION 14 -AGREEMENT BINDING
The terms,covenants, and conditions of this Agreement
shall apply to, and shall bind, the heirs, suc.cessors, executors,
administrators, assigns, and subcontractors of both parties.
SECTION 15 - WAIVERS
The waiver by either party of any breach or vlolation of
any term,~ covenant, or condition of this Agreement or of any
provislon, ordinance, or law shall not be deemed to be a waiver of
any other term, covenant, condition, ordinance, or law or of any
subsequent breach or violation of the same or of any other term,
covenant, condition, ordinance, or law. The subsequent acceptance
by either party of any fee or other money which may become due
020814 cl 0044173 7
hereunder by the other party of any term, covenant, or.condition of
this Agreement ~r. of any applicable law or ordinance.
SECTION 16 -COSTS AND ATTORNEYS’ FEES
The prevailing party in any action brought to-enforce the
terms of Zhis Agreement or arising out of this Agreement may
recover its reasonable costs and attorney fees expended in
connection with such an action from the other pariy.
SECTION 17 - NO IMPLIED WAIVER
No payment, partial, payment, acceptance, or. partial
acceptance by CITY shall operate as a waiver on the part of CITY of
any of its ri~ghts underthis Agreement.
SECTION 18 -NONDISCRIMINATION; PENALTY
18.1 DUTY OF CONTRACTOR
No discrimination shall be made in the employment of
persons under this .Agreement because of the race, color, national
origin, ancestry, religion or sex of such person. If the value of
this Agreement is, or may be, Five Thousand Dollars ($5,000) or
more, CONTRACTOR agrees to met all requirements of the PaioAltO
Municipal Code pertaining to nondiscrimination in employment and to
complete and sUbmit the ~Compliance Report--Nondiscrimination
Provisions of City of Palo Alto Contracts" on the form furnished by
CITY and attached hereto and incorporated herein by reference.
18.2 PENALTY FOR DISCRIMINATION
If CONTRACTOR is found, in Violation of the
nondiscriminat}on provfsions of the State of California Fair
Employment Practices Act or similar provisions of federal l~w or
executive order, in the performance of this Agreement, it shall
thereby be found in material breach of this Agreement. Thereupon,
CITY shall have the power to cgncel or suspend this Agreement, in
whole or in part, or to deduct from the amount payable to
CONTRACTOR the sum of Twenty-Five Dollars ($25) for each person for
each calendar day during which such person was discriminated
against, as damages for said breach of contract, or both.~ Only a
finding of the State of California Fair Employment Practices
Commission or the equivalent federal ~gency or officer .shall
constitute evidence of a violation of contract under this section.
If CONTRACTOR is. found in violation of the
nondiscrimination provisions of this Agreement or the applicabl~
affirmative action guidelines pertaining to this Agreement,
CONTRACTOR shall be found in material breach of this Agreement.
Thereupon, CITY shall have the power to cancel or suspend this
Agreement, in whole, or in part, or to deduct from the amount
payable to CONTRACTOR the sum of Two Hundred Fifty Dollars ($250)
for each calendar day during which CONTRACTOR is found to have been
,020814 cl 0044173
in such noncompliance as damages for said breach of con.tract, or
both.
SECTION 19 -INTEGRATEDAGREEMENT; AMENDMENT
This~ document represents .the entire and integrated
agreement between CITY and CONTRACTOR and supersedes all prior
negotiations, representations, and agreements, either written or
oral. This document may be amended only by written instrument,
signed by both~ CITY and CONTRACTOR. All provisions of this
Agreement are expressly made conditions.
SECTION 20 - GOVERNING LAW
This A~reement shall be governed by the laws of the State
of California.
IN WITNESSWHEREOF, the parties hereto have executed th£s
Agreement the day and year first above written.
ATTEST:CITY ~OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Mayor
Senior Asst. City Attorney
APPROVED:
ALL CITY MANAGEMENT SERVICES
INC.
Assistant City Manager
Name: BARON
Director of Administrative
Services
Police Chief
Title: GENERAL MANAGER
Date’ AUGUST 21, 2002
By:
Name:
Risk Manager Title:
(Compliance with Corp. Code 9 313 ms
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)
Attachments :
EXHIBIT "A" : Non-Discrimination Compliance Report
EXHIBIT "B"i Certifi~cate of Insurance
020814 cl 0044173
CERTIFICATE OF ACKNOWLEDGMENT
(Civil-Code § 1189)
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
On Auqust 22 , 2002, before me, the
undersigned, a Notary Public in and f.or~said County and State,
personally appeared BARON FARWELL ¯ ,
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 ca~acity(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) actedi executed the
instrument.
WITNESS my hand and official seal.
COMM. #1240202
Notary Public-California ~r~
LOS ANGELES COUNTY Lic
020814 cl 0044173
CERTIFICATION OF NONDISCRIMINATION ¯
Certification. of Nondiscrimination
As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below
hereby certify: ,,
a)that they are currently in compliance with all federal and state of Califorrlia laws
.Cov.ering nondiscrimination in employment; and
that, if awarded the contract, the proposer will not discriminate in employment of any
person .under the contract because of.race, color, national origin or ancestry, religion,
disability, gender or marital status of such person.
THE INFORMATION HEREINIIS CERTIFIED CORRECT BY SIGNATURE(S) BELOW.
Firm:
Signature:
Name:
Signature:
Name:
Note:
ALL CITY MA~EMENT SERVICES, INC.
(PRINT OR TYPE NAME)
’RON~LD FARWELL
(PRINT OR TYPE NAME)
Califomia CorporationsCode Section 313 requires two corporate officers to execute
contracts. :
’;The signatut~e of First Officer*must be one of the foflowing: 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; ot~ Assistant Treasurer.
(In the alternative, a certified corporate resolution attesting to the signatocy.
authority of.the individuals signing in their respective capacities is .acceptable)
CITY OF PALO ALTO RFP NO 14.4933 .,
Exhibit
PAGE 1 OF1
PART II = INSURANCE REQUIREMENTS FORM 650
I. " 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:VII, OR HIGHER, LICENSED TOTRANSACT
INSURANCE BUSINESS IN THE STATE OF CALIFORNIA.
AW._._ARD IS CONTINGENT ON COMPLIANCE WITH. CITY’S INSURANCE REQUIREMENTS, As SPECIFIED, BELOW:
MINIMUM LIMITS
F~EQUIRED
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
YES COMPREHENSIVEAUTOMOBILE
L AB LITY, INCLUDING, OWNED,
HIRED, NON-OWN.ED
REQUIREMENT
STATUTORY ’
STATUTOP~Y
BOI~ILY INJURY.
PROPERTY DAMAGE
BODILY INJURY,& PROPERTY DAMAGE.
COMBINED.
BODILY INJURY
EACH PERSON
EACH OCCURRENCE
PROPERTY DAMAGE
BODILY IN3URY AND PROPERTY
DAMAGE, COMBINED
¯ EACH
OCCURRENCE
$1,000,000
$1,000,000
$1,000,0b0
$I,000~0£0
$I,0001000
$1,000,OO0
$1,000,000
$1,000,~00
AGGREGATE
$1,000,000
$1,000,000
$1,ooo,oo0
81,ooo,oo0
$1’,000,000
$I,000,000
$1,ooo,0oo
$1,000,000
PROFESSIONAL LIABILITY,
NO !NCLUDING, ERRORS AND
OMISSIONS, MALPRACTICE (WHEN.
APPLICABLE), AND NEGLIGENT
PERFORMANCE’ALL DAMAGES ’"$1,000,000
YES THE CITY OF PALO ALTO IS TO BE NAMI~D AS AN ADDITIONAL INSURED: BIDDER, AT ITS SOLE COS~ AND EXPENSE,
SHALL OBT/~IN AND MAINTAIN,’IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT"
AGREEMENT, THE’ INSUIRANCE 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.
II,
INSURANCE COVERAGE MUST INCLUDE:
A."A PI~OVISION FQR.A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN cOVERAGE.OR OF
COVERAGE CANCELLATION; AND
B..A CONTRACTUAL LIABILITY ENDORSEMEI~T PROVIDING 1N,SURANCE COVERAGE FOR.CONTRA~;TOR’S
. AGREEMENT TO INDEMNIFY CITY. ..
SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLE]:E THIS SECTION AND
IV THROUGH VI, BE.LOW.
A.’ NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE ~’NOT AGENT OR BROKER): ..
LIABILITY INSURANCE ~- ADMIRAL .
,WORKERS’COMPENSATION INSURANCE - NATIONAL FIRE INSURANCE COMPANY
B.NAME, ADDRESS, AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER:
SCOTT CURRY -ISU CURRY INSURANCE AGENCY -
POLICY NUMBER(S):
AOIAGII534 ’
WC249i.89627
(626) 449-3870
489 Eo COLORAD0.BLVD.
P~SADENA, C~ 91101
CITY OF PALO ALTO RFP NO. 144£33 PAGE t OF 2
Exhibit ’~B".
PART I!- INSURANCE REQUIREMENTS
D.DEDUCTIBLE AMOUNT(S), (DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000
APPROVAL): ¯
FORM 6S0
REQUIRE CITY’S PRIOR
II1.
IV.
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND BIDDER’SSUBMIq-I’AL ’
OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE WITH .THE REQUIREMENTS SPECIFIED HEREIN.
ENDOR~SEMENT PROVI~SIO.NS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES"
.A.PRI MARY COVERAGE
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS
AFFORDED BY THIS POLICY IS PRIMARYAND IS NOT ADDITIONAL TO OR CONTRIBUTINGWITH ANYOTHER INSURANCE’ CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES.
CROSS LIABILITY
Co
"~HE NAMING OF MORE THAN ONE PERSONI FIRM; OR CORPORATION AS INSURES UDNER TI~E POLICY
SHALL NOT, FOR THAT RF--~SON ALONE, EXTINGUISH ANY RIGHTS OF THE INSUREEJ AGAINST ANOTHER,
BUT THIS ENDORSEMENT, AND THE NAMING:OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL
LIABILITY OF THE COMPANY UNDER THIS PQLICY.., ’..
NOTICE OF CANCELLATION
IF. THE POLICY I$ CANCELED BEFORE’ ITS EXPIRATION DATE FOR ANY REASON OTHER THAN 1"HE
NON-PAYMENT OF PREMIUM, THE.ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY
(30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. "’
IF THE POLICY IS CANCELED BEFORE ITS EXPIRATIONDATE FOR THE NoN-PAYMENT OF.
PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CI-IY" AT LEAST A TEN (10) DAY WRI’I3-EN
NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
PROPOSEI~ CERTI .FIES THAT PROPOSER’S iNSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS:
.TJ-IE~ INFORIVlAT~oN HERE~IN IS CERTiFiED CORRECT BY SIGNATURE(S) BELOW, SIGNATURE(S) MUST BE SANIE
SIGNATURE(S) AS APPEAR(S) ON SECTION 300A.
Firm:
signature:
Name: ’
Signature:
Name:RONALD _ ~ARWELL
(P.rint or type name)
INC.
NOTICES SHALL BE MNLED TO: PURCHASING AND CONTRACT ADB/I~NISTRATION
CiTY OF PALO ALTO
P.O, BOX 10250
PALO ALTO, CA ~}4303~
C’-~TY OF PAL0 ALTO RFP NO. 144933 PAGE 2 OF 2