HomeMy WebLinkAbout2000-03-06 City Council (13)TO:
City. of Polo Alto
City Manager’s Rep .
HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:MARCH 6, 2000 CMR:151:00
SUBJECT:APPROVAL OF CONSULTANT CONTRACT WITH MORRISON AND
ASSOCIATES IN THE AMOUNT OF $90,000 FOR REGIONAL
WATER QUALITY CONTROL PLANT PUBLIC OUTREACH
RECOMMENDATION
1. Approve and authorize the Mayor to execute the attachdd one-year consultant
contract, with options for a second and third year, with Morrison and Associates in
the amount of $ 90,000 per year to perform Water Quality Public Outreach Program
services.
o
Authorize the City Manager or her designee to negotiate and execute one or more
change orders each year to the consultant contract with Morrison and Associates, the
total value of which shall not exceed $10,000 in each year of the contract.
Authorize the City Manager or her designee to exercise the option for the second and
third years, at her discretion, and to execute any other documents necessary to
implement the second and third years of the contract.
DISCUSSION
Consultant Services Description ~ ~
The work to be performed under the contract is to assist the City in conducting the Water
Quality Public Outreach Program for the City’s storm drain program and the Regional Water
Quality Control Plant (RWQCP). To fulfill its responsibilities as operator of the RWQCP
and as a co-permittee in the Santa Clara Valley Nonpoint Source Pollution Control Program,
the City of Palo Alto is required to develop and administer a series of pollution preyention
programs to reduce the quantity of pollutants entering the sewer and storm drain
systems. Public information and participation are integral elements of these pollution
prevention efforts. Permits (issued by the Regional Water Quality Control Board, San
Francisco Bay Region) for both the RWQCP and the City’s storm drains include specific
public outreach requirements.
The scope of services is designed to achieve the following goals of the Water Quality Public
Outreach Program:
CMR:151:00 Page 1 of 3
Complete all materials necessary for compliance with public outreach requirements
included in the City’s stormwater and RWQCP’s wastewater discharge permits;
Educate businesses and the public about the actions they can (and need to) take to prevent
water pollution; and
3.Ensure that all affected parties have the opportunity to be fully involved in development
of each pollution prevention program.
Under similar contracts, the City has operated a Water Quality Public Outreach Program for
the last nine years. Conducting the maximizes the effectiveness of the City’s and the
RWQCP’s non-regulatory pollution prevention programs, with the intent of minimizing the
needs for regulatory requirements; and reduces the amount of pollutant discharges to regional
sewers and City storm drains.
It should be noted that the geographic scope of this program includes not only Palo Alto, but
also the five other Partner Agencies served by the RWQCP: East Palo Alto Sanitary District,
Los Altos, Los Altos Hills, Mountain View, and Stanford University.
Selection Process
The Public Outreach Program contract is an ongoing, annual contract and was not selected
for RFP review by either standing Council Committee. Staff sent a request for proposals to
20 consulting firms on December 28, 1999. Firms were given until January 25, 2000 to
respond to the request. A total of four firms submitted proposals.
A selection advisory committee consisting of three managers, two from the RWQCP
(Environmental Compliance Division) and one from Public Works Engineering reviewed the
proposals, and all four firms were invited to participate in oral interviews on February 3,
2000. The committee carefully reviewed each firm’s qualifications and submittals in
response to the RFP relative to the following criteria:
Past performance and record of the firm and the proposed project team on similar
projects (based on qualifications and references). Particular attention was paid to
quality of products and services, timely performance, and teamwork with client and
other involved parties.
2.Familiarity with the issues relating to the scope of work.
Qualifications of the project manager and the proposed project team.
Ability to organize and present information to businesses and the public.
CMR: 151:00 Page 2 of 3
5.The proposed hourly rate relative to the services to be provided.
6.The proximity of the consultants to the RWQCP.
Based on the written proposals and the oral interviews, ~taff determined that the two most
qualified firms were Deen and Black of Sacramento, and Morrison and Associates of
Pleasanton. Morrison and Associates was selected because of its technical knowledge of
water and wastewater issues, its ability to deliver school outreach campaigns and its
relatively better proximity to Palo Alto.
Staff, with the concurrence of the City Attorney, has determined that the consultant is exempt
from complying with the financial disclosure provisions of the City’s conflict of interest
code, because the consultant’s range of duties and services to be provided under the contract
are limited in scope or are primarily ministerial in nature.
RESOURCE IMPACT
Funds for this project are included in the FY 99-00 budget.
POLICY IMPLICATIONS
This recommendation does not represent any change to existing City policies.
ENVIRONMENTAL REVIEW
These services do not constitute a project for the purposes of the California Environmental
Quality Act.
ATTACHMENTS
Attachment A: Contract
PREPARED BY: Stephanie Hughes, Manager, Environmental Control Programs
DEPARTMENT HEAD: //~
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
rUNE FLEMING
City Manager
CMR:151:00 Page 3 of 3
ATTACHMENT A
CONTRACT NO,
BETWEEN THE CITY OF. PALO ALTOAND
¯MORRISON & ASSOCIATES, INC,
FOR CONSULTING SERVICES
RWQCP PUBLIC OUTI%~ACH
This Contract No.is entered into
by and between the CITY OF PALe ALTO, a chartered city and a
municipal corporation of the State of California ("CITY’(), and
MORRISON & ASSOCIATES, INC., a California Corporation located at
.2224 Via Del Robles, Fallbrook, CA 92028 ("CONSULTANT")~
WHEreAS, CITY desires .certain professional consulting
services ("Servicms") and’the preparation and delivery of, without
limitation, one or more sets of dQcuments, drawings, maps, plans,
designs, data, calculations, surveys, specifications, schedules or
other writings ("Dellverables") (Services and D%liverables are,
collectively, the ~’Project"), as more fully described in Exhibit
~’A"; an~
WHEREAS, CITY desires tO engage CONSULTANT, including its
employees, if any, in’ providing the Services by reason of its
qualifications and experience in performing the Services, and
CONSULTANT has offered to complete the Project on’the terms and in
the manner set forth.herein;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions’ df this Contract, the pa~ti~s agree:
I.~ This Contract will bommence on the date of its
execution by CITY, and will terminate one year thereafter, unless
this Contract is earlier terminated in Section II by CITY or
extended by mutual agreement as provided in Section 1.2. Upon the
receipt of CITY’s notice to proceed, CONSULTANT Will commence work
on the initia! and subse~ent Project tasks in accordance with the
time schedule established as provided 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 The parties may mutually extend this agreement for
.two one year terms. The maximum cost during the extension shall be
as agreed to by the parties, not to exceed~ the maximum sum provided
in Section 5.1.1.
SCOPE OF PROJECT;
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 Servlce~ as described in Exhibit "A"
2.2 CITY may order substantial c~anges in the sdope or
character of the Basic Services, the Deliverables, or the Project~
either decreasing or increasing the amount of work required of
CONSULTANT. !n the event that such .changes are ordered, subject to
the approval of CITY’s City Council, as may be required, CONSULTANT
w/011 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
compen@ation, for substantial changes will be determined in
accordance with the provisions of this Contract. CITY will not be
!iable 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 wrlting~ by CITY. before CONSULTANT commences
the performance of any such change in work.
2.3 Where the Project entails the drafting and
submission of Delivgrables, Zor any and all errors, omissions, or
ambiguities in the Deliverables, which are caused by the CONSULTANT
wil! be correehed by CONSULTANT at no cost to CITY, provided ~ITY
gives notice to CONSULTANT.
’ OUALIFICATIONS,STATUS,~ AND DUTIES OF
3.1" CONSULTANT. represents andwarrants that it has theexpertise and professional qualifications to furnish or cause to be
furnished the Services and Deliverables. CONSULTANT further
represents and warrants that the. project director and every
individual, including any consultant (or contractors), charged with
the performance ’of the Services are duly licensed or certified by
the State of California, to ’the extent .such licensing or
certification is required by law to perform the Services, and that
the Projec~ will be executed by them or under their supervision.
CONSULTANT will furnish to CITY for approval, prior to execution of
this Contract, a list of all individuals ahd 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 execut4, and
CONSULTANT covenants and agrees that it will execute or cause to be
e~ecuted, the Project.
~.3 CONSULTANT will assign Ms. Helen Ling as the
project director to have supervisory ;esponsibility for the
performance, progress, and execution of the Project. Ms. Jamie
Hartshorn will be assigned as the project coordinator who will
represent CONSUI~TANT during the da~-to-day work on the Project. If
circumstances or conditions subsequent oto the execution of ~his
Contract cause the subst~otUtion of the project director or pzoject
coordinator for any reason, the appointment of a substitute project
d~.rector or substitute project coordinatoz will be subject’to the
prior written approval of the project manager.
3.4 CONSULTANT .represents an~ warrants that it will:
3,4.1 Procure all. ’permits and licenses, pay all
chazges and fees, and g£ve all not-ices whi.ch may be necessary and
incident to the due and.lawful prosecution of the Project;
3.4.2 Keep itself fully informed of all existing and
future Federal, State’ of California, and local laws, ordinances,
r’egulations) orders, and de#rees which may affect those engaged or
employed under th~s Contract and any materials used in CONSULTANT’s
performance of the Serv~.ces!
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, regulat±ons, orders and d~crees mentioned aboPe; and
3.4.4. Will report, immediately to the project manager,
in w.rltinq, any discrepancy or inconsistency it discovers ~n the
laws, ordinances, regulations, orde~s~ and decrees mentioned above
in relation to the Deliverables.
, 3.5 Any Deliverables given to, or pPepared 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 ~r organization by CONSULTANT or its consultants, if
any, without the prior written approval of the city manage’r.
3.6 CONSULTANT will provide CITY with three (3) copies
of any documents which are a part of the Deliverables upon their
completion and acceptance by CITY.
3.7 If CITY requests additiona! copies of any docUments
which are a part of the Deliverables, CONSULTANT will provide sdch
ad4.itional copies and CITY will compensate CONSULTANT for its
duplicating costs.
3.8 CONSULTANT will bo responsible for employing or
engaging all persons necessary to execute the Project. All
~onsultants of CONSULTANT will be deemed to be directly controlled
and supervised by CONSULTANT, which will be responsible for their
performance. If any employee or consultant of CONSULTANT fails.or
refuses to carry out the provisions of this Contract or appears tQ
be incompetent or to act in a disorderly or improper manner, the
employee or consultant will be discharged immediately from further
performance under this ContraeZ on. demand ofothe 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 o~ CITY.
3.10 CONSULTANT will be .responsible for employing
all consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The appointment of consultants must
be apPrOve~, in advance, by CITY, in writing, and must remain
acceptable to CITY during the term of this Contract.
4.1 CITY will furnish or cause to be furnished the
services listed in Exhibit "A" as the responsibility of the.CITY
and s~ch 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
tJomely manner the Deliverables and each phase of work performed by
CONSULTANT. CITY’s estimat.ed time of review and approval will be
furnished to CONSULTANT at the time ok submission of each p~ase of
work.. CONSULTANT acknowledges and understands that the
interrelated exchange of information among CITY’s various
departments makes ft extremely difficult for CITY to firmly
establish the time of each review and approval task.- .CITY’s
failure to review and approv~ within the"estimated time schedule
will n6t constitute a default undmr this Contract.
4.3 The city manage~ will represent CITY for all
purposes under this Contract. Phil Bobel is desighated as the
project manager for the city manager. The project manager will
supervise the performance, progress, and execution of th~ Project,
and will be assisted by Stephanie Hughes.
4,4 If CITY observes or otherwise becomes aware of any
default in th~ performance of CONSULTANT, CITY will use reasonable
efforts to give written notice th4reof to CONSULTANT in a timely
~I¢~ON 5. ~COM_PENSATI_Q~
5,1 CITY wiil compensate CONSULTANT for the following
~ervices and work:
5.1.1 In consideration of the full performance of ~he
Basic Services, including any authorized re~.mbursable expenses,
CITY wil! pay CONSULTANT a fee not to e~ceed ninety thousand
dollars ($90,000). The amount of compensation will bs calculated in
aooordanco with the hourly rate schedule set forth in Exhibit
on a time and materials basis, up to the maximum amount set forth
in this Section. The maximum fee for any subsequent year of the
Contract shall be as agreed to.by CITY’ and CONSULTANT, not ’to
exceed $90,000 per year. The hourly rates for any subsequent year
shall be as agreed to by CITY and CONSULTANT. ’The fees of the
consultants, who have direct contractua! relationships with
CONSULTANT, will be ipproved, 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 The full payment of charges "for extra work or
changes, if any, or both, in the execution of the Project will be
made, provided such request for p~y~ent is initiated by CONSULTANT
and authorized, in writing, by the project manager. ~ayment will
be made within thirty (30) days 4f submission by CONSULTANT of a
statement, ~.n triplicate, of itemized co~ts covering such work or
changes, or both. Prior to commencing such extra work or changes,
or both, the par~ies 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 orde~ preparation, which is made necessary on account of
CONSULTANT’s errors, omissiohs, or oversights.
5.1.3 Direct personnel expense of employees assigned
to the execution of the Project by CONSULTANT will include only the
work of public outreach personnel to the extent such services are
expressly contemplated under this Contract. Included in the cost
of direct personnel expense of these employees are ~alar~es and
mandatory and customary benefits such as statutory employee
benefits, insurance, sick leave, holidays and vacations, pensions
and similar benefits.
5.2 The schedule bf payments will be made as follows:
5.2~i Payment of the Basic Services will be made in
monthly payments, based on the hours worked in the prior month
multiplied by the rates provided in E~hibit B, or 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 wall be made by CITY after CONSULTANT has
submitted all Deliverables, includ±ng, without limitation, rep6rts
which have b~en approved by the proje, ct manager.
SECTION~,ACCOUNTING,__~IDITS,_9~NERSHIP O~
6~I Records of the direct personnel expenses ~nd,
expenses incurred in connection with °the performance of Basic
Services pertaining to the Project will be ’prepared, maintained,
and retained by CONSULTANT in. accordance with generally accepted
accounting ’principles and will be made available to CITY for
auditing purposes at mutually convenient times during the term of
this Contract and for three (3) years following the expiration or
earlier termination o~’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
requi~ed to be paid to CONSULTANT. These originals will .be
delivered to CITY without additional compensation. CITY will have
the righh to utilize, any final and incomplete dr~wlngs, estimates,
specif~.cations, and any other documents prepared hereunder by
CONSULTanT, but CONSULTANT disclaims ~ny responsibility or
liability for any alterations or modifications of such documents.
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 arlsi~g 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
performanpe of or failure to perform its obligations under this
Contract.
SECTION 8. WAI.~
8.1 The waiver by either party of any breach ~or
violation of any covenant, t~rm, 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,
prov~.sion, 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 wl~ich 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.
6
8.2 No pa~ent, partial pa~ent, acceptance, or partial
acceptancb by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
9.1 CONSULTANT, at its sole co~t and expense, will
obtain and maintain, in full force and effe’ct during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONSULTANT and its consultants, .if any, but also,
with thc 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 cart±ere with D.~..~’s Key Ra~iZig_Gulde ratings of
A:VII or higher which are admitted to transact insurance business
in the State of California. Any and all consultants of CONSULTANT
retained to perform Services under this Cohtract will obtain and
maintain, in full force and effect d~ring the term of this .
Contract, identical insurance coverage, naming CITY as an
additional ~nsured under such policies as required above.
9.3 Certificates of such insnrance, preferably on the
forms provided byCITY, wil! be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITZ’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 liability
insurance. Current certificates of such insurance will be kept on
f$1e at all times during the term of this Contract with the city
clerk.
9.4 The procuring of such required policy or policies
of insurance will not be construed to limit ’CONSULTP~NT’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 directl~ arising as a result
of the Services performed under this Contract, includ£ng such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
10.1 CONSULTANT, by executing this Contract, certifies
that it is aware o£ the provisions of the Labor Code of the State
7
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-inshrance
An accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as ~ppllcable, before
commencing the performance of.the Project. ,
ii.i The. city manager may suspend ~he executi~on ~f the
’~~,’"i~" ~3~’- 6~.~1’~ ’~ "’b? ~m~n~ "~i-&~o~£,’" ’~’~0£ .......
without cause, by g~v~ng thirty (30) days’ prlor written notice
thereof to CONSULTANT, or immediately after submission to CITY by
CONSULTANT of any completed item of Basic Services. Upon receipt
of such notice, CONSULTANT w~ll immediately discontinue its
performance under this Contract.
11.2 CONS0LTANT 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
substsntial failure of performance by CITY or in the event CITY
andeflnltely 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,
CONSULTAN’~ will be compensated for the Basic Services and Services
performed and Deliver~bles received and approved prior to receipt
.of written notice, from CITY of such suspension or abandonment,
together with authorized additional ahd reimbursable expenses then
due. If the Project is resumed after it has been shspended for
more than~180 days, any change in CONSULTANT’s compensation will be
s~bject 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 obligatid to compensate
CONSULTANT only for that portion of CONSULTANT’s services which are
of direct and immediate benefit to cI~Y, as such determination may
be made by the city manager in the reasonable exercise of her
d~scretion.
11.4 In the event of termination of this contract or
suspension of work on the Project by CITY where CONSULTANT is not
in default, CONSULTANT will receive compensation as follows:
11.4.1 For approved items of services, CONSULTANT will
be compensated for each item of service fully performed in the
amounts authorized under this Contract.
ii.4.2 For approved, items of services on which a
notice to proceed is issued by CITY, but which are’ n’ot fully
performed, CONSULTANT will be compensated for each item of servJ~ce
in an amount which bears the same ratio to the total fee otherwise
8
payable for the performance of the service as the q~antum of
service actually rendered bears to the .services necessary for the
full performance of that item of service.
11.4.3 The total compegsati~n payable under the~
preceding paragraphs of this Section will not exceed the paym~nt~
specified under Section 5 for the’respectiye items of servioCe to be
furnished by. CONSULTANT.
ii.5 Upon such suspension or .termS.nation, CONSULTANT
will deliver to the city manager i~mediately any and el! copies of
the Deliverablesr whether or not completed, prepared by CONS0LTANT
or its consultants, if any, or given to CONSULTANT or its
consultants, if any, in connection with this Contract. Such
mater~al~ will become the property of CITY
11.6 The failure of CITY to agree with CONSULTANT’s
’.’ S if the same~ndependent findings, conclusions, or recommendataon ,
are called for under this Contract, on the basis’of d~fferences in
matters of judgment, will not be construed as a failure ’on the part
of CONSULTANT to fulfill its obligations under ~his Contract.
12.1 This Contract is for the p~rsonal servZces of
CONSUI,TANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest ~n or to the same or any part thereof without the priDr
written consent of CITY. A consent to one assignment will not be
dee~ed to ’be a consent to any subsequent assignment. Any
assxgnment made without the approyal of CITY will be void and, at
the option of the c~ty manager, this Contract may be terminated.
Th~s Contract w~ll not be assignable by operation of law.
SECTION 13. NOTICF~q
I~.i All notices hereunder will bh given, in writing,
and mailed, p0stege prepaid~ by certified mail, addressed as
follows:
Office of the City Clerk
City o~ Pale. Alto
Post office Box I0250
Pale Alto, CA 94303"
To CONSUI,TANT: Attention of the project director
Helen Ling, i1566 Solcado Court,
CA 94568
Dublin,
~ECTION I~4~_ CONFLICT Q_F. [NTERESF._
14.1 Yn accepting this Cq~act, CONSULTANT covenants
that it presently has no interest, and will not acquire any
interest, direct or indirect, financial or otherwise, which
conflict in any manner or degree with the performance of ’the
Services.
14.2 CONSULTANT fur’ther covenants that, ii the
performance Of this Contract, it will not employ contractors or
persons having such an interest mentioned above. CONSULTANT
certifies that no one who has or will have any financial interest
under this Contract is an officer or employee, of CITY~ this
.provision will be interpreted in accordance with the applicable
prov~.sions of the Palo Alto Municipal Code and the Government Code
of the State of Califorhia.
15.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment o~ persons under this
contract hecause of the age, race, color, national origin,
ancestry, zeligion~ dissbility, sexual preference or.gender of such
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONSULTANT agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination ~n e~lo~snt~ incl%~ding completing the requisite
form furnished by CITY and set forth in Exhibit "D".
18,2 CONSULTANT agrees that each contract for services
from independent providers wil! 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 Stats of California laws co@sting
nondiscrimination in employment; and that
[Name’ of Provider] will not discriminate in
the employment of any person ~nder this
contract because of the age, race~ color,
national origin, ancestry, religion,
disability, sexua! preference or gender of
such person."
15.3 If CONSULTANT is found in. violation of the
nondiscrimination provisions of the Stats o~ ’California’ Fair
Employment Prachices Act or similar provisions of Federal ’law or
executive order in the performance of this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
i0
the sum of twenty-five dollars ($25) ’for each person for~ each
calendar day during which such person was subjected to
discrimination, as damages for breach of contract, or both. Only
a f~ndlng of the State of Cal±fornia Fair Employment Practices
Commission or the equivalent federal agency or officer will-
constitute evidence of a breach of this oCon%ract.
16.1 CONSULTANT represents and warrants that it has
knowledge of the requirements of the federal Americans with
D~sabilities Act o’f 1990v¯ and the Government Code sod the Health
and Safety Code of ~he 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 s~ttled
by- arbitration in accordance with the Rdles of the American
Arbitratlon’Associat~.on, and judgment upon the award rendered by
the Arbitrators may be entered in any court hav~ng jurisdiction
thereof.
16.3 This Contract will be governed by the laws of th~
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 ~ested exclusively in the
state courts of California or in the United States District Co~irt
for the Northera District of California in the County of Santa
Clara, State of California.
16.~ The prevailing party in any action brought to
en£orce the terms of this Contract or arising out of this Contract
may recover its reasonable cost~ and attorneys’ fees expen~ed in
connection with that action.
16.6 This docui%{t represents the entire and integrated
Contract between the parties and supersedes all prior negotiations,
representatlonsv 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 p ov~s~ons of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
16.8 The covenants, t~rms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
!1
executors, admln~strator , 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 thSs Contract or any amendment thereto is
void or unenforceable, the unaffected provisions o£ this C6nt~act~
and any amendments thereto will remain in fgll force and effect.
16.10 All exhibits referred to in this Contract &nd any
addenda, appendices, attac~sents, and schedules which, from time
to time, may be refer~ed 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 Thi~ Contract may be executed i~ any number of
counterparts, each of which w~ll be an original, but all of which
together will constitute one and the sam~ instrument.
16.12 This~Contract is subject to the fiscal provisions
of the Charter of the City Of Palo Alto and the Pal0 Alto Municipal
Code~ This Contract will terminate without any penalty (a) at the.
e~d of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) at any time within a fiscal
year in the event that funds are only appropriated for a portion of
’the ~iscal y@ar 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.
II
12
XN W~TNESS WIEREOF, the parties hereto have by their duly
authorized rspresentatives executed this contract on the date first
above written,
ATT):S’2~C~TY OF PALO ALTO
City Clerk
A~PROVED AS TO FORM:
S~nior ~sst, C£ty Attorney
A-~sistant City Manager ......
MORRISON & ASSOCIATES, INC.
Director of Adminis~ratlve
Services
Director of Public Works
Risk Manager
Taxpayer Identification No,
Attacl]ment s I
EXHIBIT "A":
EXIIIB~T "B"I
EXHIBIT
EXHIBIT "D" :
{Compliance with Corp. code ~ 313 iS
required I£ ~he enci~y on whose
~h~s coat,aCt is sig~ed ~S a corporation.
In the alternative, a certified co~po~a~
SCOPE OF PROJECT & TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIM!NATION COMPLIANCE FORM
13
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
O~"’~,e’~V~V~%. ~ ..,~ 2000, before me, ths undersignsd, a
NDtary Publ~c in ~n~ f4r saia County and State, personally appeared
me or proved to-~e on ’the basis o~ satisfactory evidence to be the
person~ whose name ~ is/~z~subscribed to the within instrument
and acknowledged to me that heZ-%he/they~executed the same in
his/-~.~=r~ah~r~authorized capaoity~), and that by his/4~e~
signature (~-)0 on the instrument the personCs~, or the entity upon
bmhalf of which the person~ acted, exe~cuted the instrument.
WITNESS my hand and officia~ seal.
14
CERTI~ICAT~ O~ ACKNOWLEDGMenT
(Civil Code ~ 1189)
COUNTY OF ... )
On ~ki.-~ ., 2000, before me, the undersigned, a
Notary Public.in and for said County and State, personally appeared
___~i~ × ~ ¯ , p ......
#am O~q~o _d~Q~~’~’~sis of satlsfactor evidenc to be the
pezson~O_whose name~/ar’~ s%Ibs~ibed to the within instrumant
and acknowledged to me that he~they executed ths same in
h~s~/their authorized oapaolt~), and that by his~their
si~naturo.~ on the ~nstrument the person~, or the envy upon
behalf of. which the person~) acted, e~ecut~d the instrument.
WITNESS my hand and offici81 seal.
15
EXHIBIT A
BASIC SBKVICBS
, ~o.duct~on
To fulfill its re, spons!bilities as operator of the Regional Water Quality Control Plant
(R.WQCP) and as a co-permitter in the Santa Clara Valley Nonpoint Source Pollution
Control Program, the City of Pale Alto is required to develop and administer a serie~ of
pollut.lon prevention programs to reduce the quantity ofpo!lutants entering the sew’er and
storm drain systems, Public in format{on and pm-tioipation are integral elements of these
pollution prevention efforts. Recognizing the importance of publj~ outreach to pollution
prevention, permits for both the RWQCP and the Nonpoint Sourc~ Pollution Control
Program include specific public outreach requirements.
The purpose of the City’s Public Outreach Program, which is t-h.~..~ubject of this Conh’act,
is:
To ensure that all affected panics have the opporttmity" to be fully involved in
development of each pollution preventi.on program -
To educate businesses and the~publio" about the actions they con (mid need to) lake
to prevent water pollution
Because low’or South San Francisco Bay has been listed as an "impaired water body" by’the
regulatory agencies, it is exceptionally important fl~at the City’s Public Outreach Program be
conducted in a highly effective manner. Th~ soheduling and completion of certain activities
will be critical to the City’s and RWQCP’s compliance with applieabl~ p~rmit re4ukcmcnts.
SueeossI’ul completion or assigned t~ks and products on schedule will be an important
element of this contract.
~eo__pe of Work,
1,Development of Work
A Contract We& Plan shall be d.cvclop~ed by the Consultant ~¢ithin 30 days of the
date o [ the Co~ttact listing specific work product~, the resources required to complete
each, the ~staff assigned to ~eh, and the time schedule for each. Monthly meetings
shall be held between fl~e Cons~dtant and the City to review progress’ and make
changes determined by the City to be necessary.
Materials
The Conmdtant shall prcp~e the public outreach materials specified in the Contract
Wo~k Plan, The outreach materlals will include the following;
Exhibit "A"
Videos
Fact Sheets
Newsletters
Broehur~;s
Utility Bill Insert’s _
Articles for periodicals --
Press Releases
Newspaper Advertlsemen.ts ~ Door Hangers -- Posters
Displays for Special Events
Promotional Items for Schools, Special Event and Businesses
Advortishag Specialties
Stickers
The Consultant shall prepare two annual summaries per year of the public outreach
aetlvit[es accomplished by the Consultant and the City. ’Ihe first shall be due on
February 1 (for the Sanitary Sewer annual report) and the second on April 1 (for the
Storm Drala annual.report). ~
Con.sultaut shall develop and deliver water pollution prevention programs to the
school classroon~s in the service, area of the Regional Water Quality, Control Plant..
.programs for elementary, junior high and high schools shall be developed and
delivered. Aggressive ou~caeh shall be conducted to teachers and other school
officials to sign up individual classrooms for visits. The programs shall be tailored
to the current priorities of the City’s water pollution prevention program (e.g.
n’~eroury, copper, and dioxin), The number of classrooms, schools and/or students
shall be agreed upon and contained in the Work Plan referenced ~above, The
approximate number of classes visited and students taught shall be 100 aud 2,500
r~speetively.
The Consultant shall represen~ the City at assi~ed interagenoy meetings eoneemir~g
public outreach programs to pro~ot~ efficient use of city resources, prevent
duplication of ~ffort and insure eoverag~ by the m~st appropriate groups. The
Con~ulta_nt ~hall promote the concept of Regional Outreach Programs where agency
interests are similar and eeortomies of scale suggest a regional approach.
00224 }mloallooutfea0hoontraeL2.wpd ’
Ihe schedule for preparation of products shhll be prepared by fl~e Consultant as par~ of the
Contract Work Plan and approved by the City prior to implemen~tion, The Scope of Work
(Part 1, abovo) includes the preparation md updb.ting of the contract Work Pl~a, .
The schedule in the Contract Work Plan shall b~ updated eachmonth and roviowed with the
Project Manager in a monthl]i planning moetlng. Upon direction by the Project Managers,
modified componer~ts shall be executed by the Consultant.
HOUKLY RATE,q
Morrison & Associates, Inc,
Fee Schedule for February 2000 Contract
(~_~v.’iT. ca m lV[emb~r~Rate/Hour*
Carl, M, orrison $160
H~I en Ling 140
Darti H~ilton .120
Jarnie Hartshorn 120
Barbara Kusha 1 I0
Kmio H~tz~n 105
Kati~ Coates Agcson $120
Josm~ Ro~cz 110
Kifl~ Hadloy 100
D~nielle Schauben 85
MaLT S~th 85
*R,’~tcs inoludo direct costs such as mileago within tho Bay Area, tolophone calls, faxos, incidental
photocopyh~g, and delivery charges,
Exhibit "B"
E ~EQUIREMENTS ’ ’PART II- I ,N~URAN(] ¯ _ ..~-;--_- ~, SECTION 650
I, CONTRACTOR,~ To THE CITYOF PALO ALT0[CITY), AT ’[HEIR SOLE EXPENSE, SHALL FOR THE TERM OF THECONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS AND FoR THE COVI~RAGE 6PECIFI~D ’
: BELOW,, AFFORDEDBY’COMPANIIES WITH A BEST’$ KEY RATING OF A:X, qR HIGHER;,LICENSED TOTpJ~NSAGT INSURANCE BUSINESS IN THE STATE OF ~,ALIFORN1A,
.
THE INBURAHCE, REQUIREMENTS CHECKED BELOW ARE REQUIRED,BY THIS INVITATION FOR B, ID(IFB):-
~,.
REQUIREMENT
BTATUTORY
~TATUTORY
E~)OILY INJURY
PROPERTY DAMAGE
I~ODILY INJURY’& PROPERTY
DAMAGE COMI~INED
BODILY INJURY
. EACH PERSON
- EACH OCCURRENCE
pROP. ERTY DA~. AGE
BODILY INJURY AND
PROPERTY DAMAGE,
TyPE OF COVERAGE
WORKER’S COMPENSATION
ALI’roMoBILE LIABILITY
COMPREHENSIVE GENERAL LIABILri~,
INOEUDI~tG i=ERSON.AL {NJURY, BROAD FO~
PROPER~ DAMAGE~ B~NKET CONTRACTUAL,
AND FIRE LEGAL LIABtLI~
COM’PR~HENSIVE AUTOMOBILE LIABILITY,
INCLUDING, OWNED, HIRED, NON.OWNED
o , PROFESSIONAL LIABILITY, INCLUDING, ERRORS
COMBINED
MINIMUMLIMITS~ ~
EACH’OCCURRENCE’ AGGREGATE
$1,000,000
$I,000,000
.$t,000~000
Sl,OOO,O0O
54,000,000
$I,ooo,o0o
Sl,OO~OOO
$1,000,000
$1
~1,00o,o00
$~ ,OOO,O~O
81,000,00~),
Sl,0Og,000
~ $1,000,0oo
~ t0000,0,00
’ AND OM_JISSlONS, MALP~tAOTICE (WHEN
APPLIOABCE), AND NEGLIGENT PERFORMANCE ALL DAMAGES ~ , $1,006,000
THE Cll~’ OF’PALO At.TO IS TO BE NAMED AS AN ADDITIONAL INSURED: BIDDER, AT ITS SOLE C~ST AND EXPENSe, SHALL ’
OOTAIN AND MAINTAIN, IN FULL EORCE AND EFFROT THROUGHOUT THE ENTIRE,~RM OF,~Y RESULTANT AGREEM5~, THE
IN~U~HQ~.COVE~GE HEREIN DESCRIBED, INSURING Re~ ONEY.BIDDER AND ITS SUBCONT~CTQRS, IF AN% BUT ALSO, .
WITH ~fE EXCEPTION OF WORKERS’ COMPEN~A~ON, EMPLO~R’S LIABILI~ AND PROFESSIONAL INSUR~CE, NAMING AS
’~DDITIONAL INSURES CI~, ITS COUNCIL MEMBERS, OFFICERS,’AGENTS, AND EMPLOYEES,
INEURA{~ICE COVERAGE MUST INCLUDE:
A- A P~OVlSIoN FOR A’WRrTTEN THIRT~Y DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVEP, AGE OR
OF COVERAGE CANCELLATION, AND,
¯ B,A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSUR/~NCE COVEF~E F~R 6ONTRAO.’rOR’B.
AGREEM ENT TO INDEMNIFY CiTY o SEE P~J~.T.II ~EOTION 500, FORMAL ~ONTRA OT ~SAMPLE).
~b’~MIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS
ANO iV I%IROUGH Vl, B~LOW,
NAM_~ AND ADDRESS OF COMPANY AFFORDING CO~/ERAGE (NOT AGENT OR BROKER):
~.O, ~OX 33033~ S~ kn~o~lo~ ~ 78265-3033 ,
NAME, ADDRESS AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER~
ITY OF PALO ALTO RFP 12184,1 PAGE t OF 2
Exhibit "C"
SECTION 650
:
IV,
Vl,
DEDUCTibLE AMOUNT(S) ( DF, OU~TIELE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR
APPROV,~L): ’
AWARO 18 CONTINGENT ON COMPLIANCE WITH CtTY’8 INSURANCE REQUIREMENTS, AND BIDDER’S’
’ SUBMI]TAL OF CERTIFICATES, OF INSURANCE EVIDENCING COMPLI~dqCE WITH THE REQUIREMENTS
~f:ECIFtEO HEREIN. ’ ’
ENDOR, SE~ENT PROVISIONS, ,WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES’, ~
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERA~ION$ OF THE NAMED INSURED, INBURANO~" ¯
AS AFFORDED 8Y THl~ POI.IQY 18 PRIMARY AND IS NOT AODIT!ONALTO OR CONTRIBUTING WITH ANY
OTHER INSURANCE CARR!E,D BY OR FOR THl~ P, ENEFIT OF TH~ Ap, DITIONAL INSURES.
THE NAMING OF MORE I"HAN’ONE "PERSON, FIRM OR CORPO~[ATION AS INSURES UNDER THE POLICY ’ ’
BHALL NOT, FOR ~’HAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST
ANOTHER, BUT THIS ENDORSEMENT, AND TH~ NAMING OF MULT1PLE IHSUREDS, 8HALL NOT ’
INCREASE THE TOTAL LIABILITY OF THF. COMPANY UNDER THIS POL. ICY. ’ ,
~:Lg.,T~D~E~ A N C E L, LATI 0 N
,2,
1F TI’I~ POLICY IS CANCELED BEFORE r~8 EXI~IRAT!ON DAT~ FOR ANY RF.~SON OTHER THAN
THE NON.PAYMENT OF PREMIUM, THE [~SUING COMPANY SHAL~ PROVIDE CI~ AT LEAST A
,T~R~ (30) D~Y WRI~EN NOTIOE BEFORE ~E EFFECTIVE DATE pF CANCELATION,
IF THE POLIC~ 18 CANCELE~ BEFORE ITS E~I~ON DA~£ FOR.THE NON-PAYMENT OF
PREMIUM, THE I~SUING ~OMP~Y BHALL PROVID E C]~ AT LEAST A TEN (1 O) DAY WRI~EN
NOT!C~ B~FORE THE EFFECTIVE DATE OF CANCEL~ON,
P~{OPO$ER CERT!FIES THAT PROPOSE. F~’S INSURANCE COVERAGE N!EETS THE ABOVE REOU!REMENTS;
THE INFORMATION HEREIN IS (~ERT.IFIED CORRECT, BY SIGNATURE{S) BELOW, SIGNATURE(S)
MUST ~E ~AME 91GNATURE{S) AS
NOTICE(8) SHALL, BE MAILED TO:PURCHASING’AND OONTRACT ADMINISTRATION
CiTY OF PALO ALTO
P.O. BOX 102s0
PALO ALTO, GA 94303.
,IT’( OF P, ALO ALTO RFP 121841 PAGE 2, OF 2
~a~L1]~Oo~ ~ ~202B
COVERAGES
~I,~ wr~NCE
C~MglNFO ~NGI E I.~IT
~.Y INJURY
gODILY INJURY
PROP~STY D^M^nF,
Io0ooo0
’__s_oRo_o_o.
zooooZoOoooq~
2000000,
=.1oooo0o
F, t, F^CH ~m~OENT ~
EL Dt~-.A~- F-AIg’4PLOYI~ ~
EL I~F^~_-POU~,h’LIMIT $
I
CER’IIFICATION of NONDISCRIMINATION SECTION 410
e,__~.L’t!ficat!o~] of Nondiscrimin~ As suppliers of goods or services to the City of Palo Alto, the
firm and Individuals lib, ted below Certify that they do not discrirnlnate in employment with regards to
age, race, co!or, religion, sex, national origin, ancestry, disability, or sexual preference’, that they.
are in compliance with all Federal, State and local directives and executive orders regarding
nondiscrimination In employment.
Title of Officer Signing:
Signature
END OF SEOTION
CiTY of PALO ALTO: Certification of Non.discrimlnation (Rev. 11/97)