Loading...
HomeMy WebLinkAbout2000-03-06 City Council (14)TO: City of Palo Alto City Manager’s Report 12 HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT:UTILITIES DATE: SUBJECT: MARCH 6, 2000 CMR: 152:00 APPROVAL OF CONSULTANT CONTRACT WITH _MILLER AND VAN EATON, L.L.P. FOR PREPARATION OF TELECOMMUNICATIONS DOCUMENTS AND MATERIALS, AND BUDGET AMENDMENT ORDINANCE FOR $125,000 RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with_Miller and Van Eaton, L.L.P. in the amount of $111,000 to prepare comprehensive telecommunications policies, procedures, and related implementation materials. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the contract with Miller and Van Eaton, L.L.P. for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $14,000. DISCUSSION Consultant Services Description The work to be performed under the contract is preparation of comprehensive telecommunications policies, procedures, and related implementation materials. Under the provisions of the Telecommunications Act of 1996, a number of Competitive Local Exchange Carriers (CLECs), cellular carriers, and long distance.carriers provide or are interested in providing telecommunications services in Palo Alto. The City’s interaction with these companies includes regulation of facilities on private property; regulation of facilities on public property; and potential contractual relationships and permitting for use CMR:152:00 Page 1 of 3 of City public right of way, utilities infrastructure, facilities, and other property. Council approved four Telecommunications Policy Statements on October 6, 1997 (CMR:369:97) These telecommunications policies need to be implemented but there are insufficient staff resources to complete the implementation-related work. Miller and Van Eaton, L.L.P. has been selected for this purpose. In this process, the consultants will: o o Review and ref’me existing telecommunications policies; Review City owned property, including utility facilities, for’ siting telecommunications facilities; Review procedures for siting and installation of telecommunications facilities in the public right of way; Review existing telecommunications ordinance(s) and resolution(s) and recommend changes and/or new ordinances and resolutions; Compile and prepare a Telecommunications Manual and a General Public Guidebook based on the Manual; Prepare appropriate Environmental Review documents to ensure the recommended implementing policies and procedures are in conformance v~ith the Comprehensive Plan; Attend public hearings and meetings as necessary; Selection Process Staff sent a Request for Proposals (RFP) to ten consulting firms on July 12, 1999. Firms were given 22 days to respond to the request. One firm submitted a proposal. Those firms not responding indicated that they did not submit a proposal because they did not offer the range or services being requested, were too busy to do the work at that time, or did not have enough time to put a proposal together. A staff committee composed of representative from th~ Utilities, Public Works and Planning Departments, City Manager’s and City .Attorney’s Offices and the Real Estate Division of the Administrative Services Department reviewed the firm’s qualifications and proposal in response to the RFP and invited the consultant to make an oral presentation to the committee. Following ~e presentation, the committee discussed the consultants approach to the RFP and team member qualifications and concluded that this firrn was not qualified to completely perform the work outlined in the RFP. Based on this, this firm was rejected, which required the RFP to be sent out once again. Staff made minor revisions to the proposal to help clarify some of the tasks and prepared a new list of potential proposers to send the RFP. On October 6, the RFP was sent out again to eleven consulting firms. The firms were given 27 days to respond to the request. A total of three firms submitted proposals. Proposals ranged from $111,000 to $165,000. Those firms not responding indicated they were unable to put together a team to meet the wide range of requirements or were CMR: 152:00 Page 2 of 3 committed to other projects. Once again, the staff committee reviewed the proposals, and two firms were invited to participate in oral interviews on January 10 and January 14. The committee carefully reviewed each firm’s qualifications and response to the RFP relative to the criteria outlined in the RFP. Miller and Van Eaton, L.L.P., was selected because it had the best understanding of the project, the most qualified personnel to work on it, and most relative experience in preparing the telecommunications documents, environmental Work, and public documents that are required. ($62,500). RESOURCE IMPACT This is a joint project between the General Fund and Utilities and will be shared equally. In reviewing the work that the consultant is to be asked to undertake, it became clear that the efforts would benefit both the Utilities Funds and various General Fund departments. Staff has allocated the costs of the consultant contract accordingly: 50% to Utilities ($62,500) and 50 % to General Fund departments Funds are available in the FY1999/2000 Utilities budget to cover the Utilities portion of the project costs. A Budget Amendment Ordnance in the amount of $62,500 will be required to take the money from the General Fund Budget Stabilization Reserve for the remaining cost of the contract. POLICY IMPLICATIONS Award of this contract does not represent any change ’to existing City policies. ENVIRONMENTAL REVIEW Not a project under the California Environmental Quality Act (CEQA) ATTACHMENTS Attachment A:Contract PREPARED BY:Larry Start, Assistant Director Utilities, Engineering & Operations Emily Harrison, Assistant Mana DEPARTMENT HEAD: CITY MANAGER APPROVAL JUNE FLEMING " City Manager CMR:152:00 Page 3 of 3 ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 1999-00 TO PROVIDE AN ADDITIONAL APPROPRIATION OF $125,000 TO MILLER AND VAN EATON, L.L.P. FOR TELECOMMUNICATIONS CONTRACT SERVICES. WHEREAS, pursuant to the provisions of Section 12 of Article III of the Charter of the City Of Palo Alto, the Council on June 28, 1999 did adopt a budget for fiscal year 1999-00; and WHEREAS, the City of Palo Alto retains a regulatory role over the provision of telecommunication services to its citizens; and WHEREAS, pursuant to the Telecommunications Act of 1996, provision of access to the local telecommunications market must be implemented; and WHEREAS, there are insufficient staff resources to complete the implementation-related work; and WHEREAS, a number of Competitive Local Exchange Carriers (CLECs) are interested in providing telecommunications services in Palo Alto on a contractual basis; and WHEREAS, staff requests $125,000 to retain contractual services from Miller and Van Eaton, L.L.P. to implement four municipal telecommunications policy statements, approved by City Council on October 6, 1997 (CMR:369:97); and WHEREAS, the Utility and General Funds will each fund $62,500 of expense, with the Utilities Department having funds included in their fiscal 1999-00 budget; and WHEREAS, the additional appropriation of $62,500 from the General Fund Budget Stabilization Reserve is a one-time cost and no future year General Fund ongoing costs are anticipated; and WHEREAS, City Council authorization is needed to amend the 1999.-00 budget as hereinafter set forth. NOW, THEREFORE, the Council of the City of Palo Alto does ORDAIN as follows: SECTION i. The sum of Sixty Two Thousand Five Hundred Dollars ($62,500) is hereby appropriated to non-salary expense in the Long- Range Planning Functional Area in the City Manager’s Department, and the Budget Stabilization Reserve is correspondingly reduced. SECTION 2. This transaction will reduce the Stabilization Reserve from $19,179,996 to $19,117,496. Budget SECTION 3. As specified in Section 2o28.080(a) of the Palo Alto Municipal Code, a two-thirds vote of the City Council is required to adopt this ordinance. \ SECTION 4. The Council of the City of Palo Alto hereby finds that this is not a project under the California Environmental QualitY Act and, therefore, no environmental impact assessment is necessary. SECTION 5. As provided in Section 2.04.350 of the Palo Alto Municipal Code, this ordinance shall become effective upon adoption. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST:APPROVED: City Clerk Mayor APPROVED AS TO FORM:City Manager Senior Asst. City Attorney Director of Services Administrative Director of Utilities City of pJo Alto ATTACHMENT B Budget Amendment Ordinances Impacting General Fund Reserves Approved=To-Date in 1999=00 Estimated Beginning Budget Stabilization Reserve (BSR) Balance Adopted Budget Addition to BSR Downtown Urban Design Improvements, CIP 19608 Salary and Benefit Increases Retroactive to July 1, 1999 for Management and Confidential Employees City Manager Executive Recruitment Friends of the Palo Alto Library Grant Arts Council of Santa Clara County Grant Palo Alto Art Center Foundation Donation Cost of Sound Wall for Tennis Facility at 3005 Middlefield Rd. IT Strategic Plan Citizens Options for Public Safety (COPS) Local Law Enforcement (LLE) Block Grant Downtown Parking Structure Feasibility Study, CIP 19530 Golf Course Management Agreement City Membership in ChildrenFirst Back-up Child .Care Center Police Department Table of Organization Change Animal Services Fees Major Intersection Improvements, CIP 19073 Johnson Park Lighting Improvements, CIP 19903 Telecommunications Consulting $18,877,888 $1,214,000 ($120,349)($120,349) ($432,200)($432,200)($432,200 ($26,000)($26,000) ($58,0O0)$58,0O0 $0 ($5,407)$5,407 $0 ($10,000)$10,000 $0 ’($50,000)($50,00O) ($250,100)$60,534 $189,566 $0 ($317,917 ($135,901)$135,901 $0 ($26,192)$26,192 $0 ($308,000)($308,000) ($34,100)$103,900 $69,800 ($26,000)($26,000)($26,000) ($10,000)$0 ($7,000) ($1,200)$1,750 $550 $1,700 ($30,100)$30,100 $0 $0 ($19,693)($19,693)$0 ($62,500)($62,500)$0 BSR Balance After BA O’s $19,117,496 As of 3/1100 CONTRACT NO~ BETWEEN THE CITY OF PALOALTO AND MILLER & VAN EATON, LLP FOR CONSULTING SERVICES This Contract No. is entered into , by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and MILLER & VAN EATON, LLP, a California Limited Liability Partnership, located at 1155 Connecticut Avenue, N.W., Suite i000, Washington, D.C. 20036-4306 ("CONSULTANT"). RECITALS: WHEREAS, CITY desires certain ~profes~ional consulting services (~Services") and the preparation and delivery of, without limitation, one or more sets of documents, drawings, maps, plans, designs, data, calculations, surveys, specifications, schedules or other writings (~Deliverables") (services and Deliverables are, collectively, the ~Project"), as more fully described in Exhibit ~A"; and WHEREAS, CITY desires to engage CONSULTANT, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONSULTANT has offered to complete the Project on the terms and in the manner set forth herein; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Contract, the parties agree: SECTION I. TERM i.I This Contract will commence on the date of its execution by CITY, and will terminate.upon the completion of the Project, unless this Contract is earlier terminated by CITY. Upon the receipt of CITY’s notice to proceed, CONSULTANT will commence work on the initial and subsequent Project tasks in accordance with the time schedule set forth in Exhibit ~A". Time is of the essence of this Contract. In the event that the Project is not completed within the time required through any fault of CONSULTANT, CITY’s city manager will have the option of extending the time schedule for any period of time. This provision will not preclude the recovery of damages for delay caused by CONSULTANT. 00301 cl 0071825 SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS~ 2.1 The scope of Services and Deliverables constituting the Project will be performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described below.-\ 2.2 CITY may order substantial changes in the scope or character of the Basic Services, the.Deliverables, or the Project, either decreasing or increasing the amount of work required of CONSULTANT. In the event that such changes.are ordered, subject to the approval of CITY’s City Council, as may be required, CONSULTANT will be entitled to full Compensation for all work performed prior to CONSULTANT’s receipt of the notice of change and further will be entitled to an extension of the time schedule. Any increase in compensation for substantial changes will be determined’ in accordance with the provisions of this Contract. CITY will not be liable for the cost or payment of any change in work, unless the amount of additional compensation attributable to the change in work is agreed to, in writing, by CITY before CONSULTANT commences the performance of any such change in work. SECTION 3. QUALIFICATIONS, STATUS, AND DUTIES OF CONSULTANT 3.1 CONSULTANT represents and warrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services.and Deliverables. CONSULTANT further represents and warrants that the project director and every individual, including any consultant (or contractors), charged with the performance of the Services are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services, and that the: Project will be executed by them or under their supervision. CONSULTANT will furnish to CITY for approval, prior to execution of this Contract, a list of all individuals and the names of their employers or principals to be employed as consultants. 3.2 In reliance on the representations and warranties set’.forth in this Contract, CITY hires CONSULTANT to execute, and CONSULTANT covenants and agrees that it ~ill execute or cause to be executed, the Project. 3.3 CONSULTANT will assign MATTHEW AMES as the pro~ect director to have supervisory responsibility for the performance, progress, and execution of the Project. WILLIAM LOWERY will be assigned as the project coordinator who will represent CONSULTANT during the day-to-day work on the Project. If circumstances or 00301 cl 0071825 conditions subsequent to the execution of this Contract cause the substitution of the project director or project coordinator for any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior written approval of the project manager. 3.4 CONSULTANT represents and warrants that it will: 3.4.1 Procure~ all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawful prosecution of the Project; 3.4.2 Keep itself fully informed of all existing and future Federal, State of California, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract and any materials used in CONSULTANT’s performance of the Services; 3.4.3 At all times observe and comply with, and cause its employees and consultants, if any, who are assigned to the performance of this Contract to observe and comply with, the laws, ordinances, regulations, orders and decrees mentioned above; and 3.4.4 Will report immediately to the project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to the Deliverables. 3.5 Any Deliverables given to, or prepared or assembled by, CONSULTANT or its consultants, if-any, under this Contract will become the property of CITY and will not be made available to any individual or organization by CONSULTANT or its consultants, if any, without the prior written approval of the city manager. 3.6 CONSULTANT will provide CITY with not less than one (i) copy of any document which is a part of the Deliverables upon their completion and acceptance by CITY. The actual number will be established by mutual agreement of the parties. 3~7 If CITY requests additional~copies of any documents which are a part of the Deliverables, CONSULTANT will provide such additional copies and CITY will compensate CONSULTANT for its duplicating costs. 3.8 CONSULTANT will be responsible for employing or engaging all persons necessary to execute the Project. All consultants of CONSULTANT will be deemed to be directly controlled 3 {30301 cl 0071825 and supervised by CONSULTANT, which will be responsible for their performance. If any employee or consultant of CONSULTANT fails or refuses to carry out the provisions of this Contract or appears to be incompetent or to act in a disorderly or improper manner, the employee or consultant w~ll be discharged immediately from further performance under this Contract on demand of the project manager.\ ’3.9 In the execution of the Project, CONSULTANT and its consultants, if any, will at all times be considered independent .contractors and not agents or employees of CITY. 3.10 CONSULTANT will perform or obtain ~or cause to be performed or obtained any andall of the following Additional Services, not included under the Basic Services, if so authorized, in writing, by CITY: 3.10.1 Providing services as an expert witness in connection with. any Public hearing or meeting, arbitration proceeding, or proceeding of a court of record; 3.10.2 Incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 3.10.3 Performing any other Additional Services that may be agreed upon by the parties subsequent to the execution of this Contra~t; and 3.10.4 Other Additional Services now or hereafter described in Exhibit "A" to this Contract. 3.11 CONSULTANT will be responsible for employing all consultants deemed necessary to assist CONSULTANT in the performance of the Services. The appointment of consultants must be approved, in advance, by CITY, in writing, and must remain acceptable to CITY during the term of this Contract.~ SECTION 4. DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished the services listed in Exhibit ~A" and such information regarding its requirements applicable to the Project as may be reasonably requested by CONSULTANT. 4.2 CITY will review and approve, as necessary, in a timely manner the Deliverables and each phase of work performed by CONSULTANT. CITY’s estimated time of review and approval will be 4 00301 c10071825 furnished to CONSULTANT at the .time of submission of each phase, of work. CONSULTANT acknowledges and understands that the interrelated exchange of information among CITY’s various departments makes it extremely difficult for CITY t~ firmly establish the time of each review and approval task. CITY’s failure to review and approve within the estimated time.schedule\will not constitute a default under this Contract. 4.3 The city manager will represent CITY for all purposes under this Contract. LARRY STARR is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Project, and will be assisted byMOHAMMAD FATTAH, the telecommunications manager. 4.4 If CITY observes or otherwise becomes aware of. any default in the performance of CONSULTANT, CITY wfll use reasonable efforts to give written notice thereof to. CONSULTANT in a timely manner. SECTION 5.COMPENSATION 5.1 CITY will compensate CONSULTANT for the following services and work: 5.1.1 In consideration of the full performance of the Basic Services, including any authorized reimbursable expenses, CITY will pay CONSULTANTo a fee not to exceed One Hundred Eleven Thousand dollars ($iii,000.00). The amount of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibit "B", on a time and materials basis, up to the maximum amount set forth in this Section. the fees of the consultants, who have direct contractual relationships -with CONSULTANT, will be approved, in advance, by CITY.’ CITY reserves the right to refuse payment of such fees, if such prior approval is not obtained by CONSULTANT. 5.1.2 The full payment of charges for extra work or changes, or both, in the execution of the Project will be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the project manager. Payment will be made within thirty (30) days of submission by CONSULTANT of a statement, in t~riplicate, of itemized costs covering such work or changes, or both. Prior to commencing such extra work or changes, or both, the parties will agree upon an estimated maximum cost for such extra work or changes. CONSULTANT will not be paid for extra work or changes, including, without limitation, any design work or 0(~301 c10071825 change order preparation, which is made necessary on account of CONSULTANT’s errors, omissions, 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 employees assigned of CONSULTANT and employees of~those subcontractors of CONSULTANT that have been approved by the CITY. Included in the cost of direct personnel expense of these employees are salaries and mandatory and customary benefits such as statutory employee benefits, insurance, sick leave, holidays and vacations, pensions and similar benefits. 5.2 The schedule of payments will be made as ~follows: 5.2.1 Payment of the Basic Services will be made in monthly progress payments in proportion to the quantum of services performed, or in accordance with any other schedule of payment mutually agreed upon by the parties, as set forth in Exhibit ~B", or within thirty (30) days of submission, in triplicate, of such requests if a schedule of payment is not specified. Final payment will be made by CITY after CONSULTANT has submitted all Deliverables,. -including, without limitation, reports which have been approved by the project manager. 5.2.2 Payment of the Additional Services will be made in ~monthly progress payments for services rendered, within thirty (30) days of submission, in triplicate, of such requests. 5.2.3 No deductions will be made from CONSULTANT’s compensation on a~count of penalties, liquidated damages, or other sums withheld by CITY from payments to general contractors. SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS 6.1 Records of the direct personnel expenses and expenses incurred in connection with the performance of Basic Services and Additional Services pertaining to the Project will be prepared, maintained, and retained by CONSULTANT in accordance with generally accepted accounting principles and 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 terminationof this Contract. 6.2 The originals of the Deliverables prepared by or under the direction of CONSULTANT in the performance of this Contract will become the property of CITY irrespective of whether the Project is completed upon CITY’s payment of the amounts required to be paid to CONSULTANT. These originals will be 00301 c! 0071825 delivered to CITY without additional compensation. CITY will have the right tO utilize any final and incomplete drawings, estimates, specifications, and any other documents prepared hereunder by CONSULTANT, but CONSULTANT disclaims any responsibility or liability for any alterations or modifications of such documents. SECTION 7.INDEMNITY 7.1 CONSULTANT agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents, from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CONSULTANT’s, its officers’, agents’, consultants’ or employees’ negligent acts, errors, ’or omissions, or willful misconduct, or conduct for which applicable" law may impose strict liability on CONSULTANT in’the performance of or failure to perform its obligations.under this Contract. SECTION 8. WAIVERS 8.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Contract or of the provisions of any ordinance or law will not be deemed to be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violation of the same or of any other covenant, term, condition, provision, ordinance or law. The subsequent acceptance by.either party Of any fee or other moneywhich may become due hereunder will not be deemedto be a waiver of any preceding breach or violation by the other party of any covenant, term, condition or provision of this Contract or of any applicable law or ordinance. 8.2 No payment,-partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 9. INSURANCE 9.1 CONSULTANT, a~ its sole cost and expense, will obtain and maintain, in full force and effect during the term of this Contract, the insurance coverage described in Exhibit "C", insuring not only CONSULTANT and its consultants, if any, but also, with the exception of workers’ compensation, employer’s liability and professional liability insurance, naming CITY as an additional insured concerning CONSULTANT’s performance under this Contract. 00301 c10071825 7 9.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Ratinq Guide ratings of A:VII or higher which are admitted to transact insurance business in the State of California. Any~and all consultants of CONSULTANT retained to perform Services under this Contract will obtain and maintain, in full force and effect during the term of this\Contract,identical insurance coverage, naming CITY as an additional insured under such policies as required above. 9.3 Certificates of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approval of CITY’s risk manager and will 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 Ci£y of Palo Alto is named as an additional insured except in policies of workers’ compensation, employer’s liability, and professional liability insurance. Current certificatesof such insurance will be kept on file at all times during the term of this Contract with the city clerk. 9.4 The procuring of such required policy or poiicies of insurance will not be construed to limit CONSULTANT,s liability hereunder nor to fulfill the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising~as a result of the Services performed under this Contract, including such damage, injury, or loss arising after the Contract is terminated or the term has expired. SECTION i0. WORKERS’ CQMPENSATION I0.i CONSULTANT, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of the Project. PROJECT SECTION Ii. TERMINATION OR SUSPENSION OF CONTRACT OR ii.I The city manager may suspend the execution of the Project, in whole or in part, or terminatethis Contract, with or 00301 cl 0071825 without cause, by giving thirty (30) days’ prior written notice thereof to CONSULTANT, or immediately after submission to CITY by CONSULTANT of any completed item of Basic Services. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance under this Contract. 11.2 CONSULTANT may terminate this Contract or s~spend its execution of the Project by giving thirty (30) days’, prior written notice thereof to CITY, but’ only in the event 6f a substantial failure of performance by. CITY or in the event CITY indefinitely withholds or withdraws its request for the initiation. or continuation of Basic Services or the execution of the Project. 11.3 Upon such suspension or termination by CITY, CONSULTANT will be compensated for the Basic Services and Additional Services performed and Deliverables received .and approved prior to receipt of written notice from CITY of such suspension or abandonment,~together with authorized additional and reimbursable expenses then due. If the Project is resumed after it has been suspended for more than 180 days, any change in CONSULTANT’s compensation will be subject to renegotiation and, if necessary, approval of CITY’s City Council. If this Contract is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of .CONSULTANT’s services which are of direct and immediate benefit to CITY, as such determination may be made by the city manager in the reasonable exercise of her discretion. 11.4 In the event of termination of this contract or suspension of work on the Project by CITY where CONSULTANT is not in default, CONSULTANT will receive compensation as follows: 11.4.1 For approved items of services, CONSULTANT will be :compensated for each~ item of service fully performed in the amounts authorized under this Contract. 11.4.2 For approved items of services on which a notice to proceed is issued-by CITY, but which are not fully performed, CONSULTANT will be compensated for each item of service in an amount wh±ch bears the same ratio to the total fee otherwise payable for the performance of the service as~ the quantumof service actually rendered bears to the services necessary for the full performance of that item of service. 11.4.3 The total compensation payable under the preceding paragraphs of this Section will not exceed the payment specified under Section 5 for the respective items of servfce to be furnished by CONSULTANT. 00301 cl 0071825 11.5 Upon such suspension or termination, CONSULTANT will deliver to the city manager immediately any and all copies of . the Deliverables, whether or not completed, prepared by CONSULTANT or its consultants, if any, or. given to CONSULTANT or its consultants, if any, in connection with this Contract. Such materials will become the property of CITY.\ 11.6 The failure of CITY to agree "with CONSULTANT’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONSULTANT to fulfill its obligations under this Contract. SECTION 12. ASSIGNMENT 12.1 This Contract is for the personal services, of CONSULTANT, therefore, CONSULTANT ~.Will not a°ssign, transfer, convey, or otherwise dispose of this Contract or any right, title or interest in or to the same or any part thereof without the prior written consent of CITY. A consent to one assignment will not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of CITY will be void and, at the option of the city manager, this Contract may be terminated. This Contract will not be assignable by operation of law. SECTION 13. NOTICES 13.1 All notices hereunder~will be given, in writing, and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk. City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 14.CONFLICT OF INTEREST 14.1 In accepting this Contract, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 00301 cl 0071825 I0 14.2 CONSULTANT further covenants that, in the performance of this Contract, it will not employ contractors or persons~ having such an interest mentioned above. CONSULTANT certifies that no one who has or will have any financial interest under this Contract is an officer ~r employee of CITY; this provision will be interpreted in accordance with the appl~cable provisions of the Palo Alto Municipal Code and the Government Code .of the State of California. SECTION 15. NONDISCRIMINATION 15.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of persons under this Contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONSULTANT agree~ to meet all requirements of the Palo Alto Municipal Code ~pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth inExhibit "D" 15.2 CONSULTANT agrees that each contract for services from independent providers will contain a provision substantially as follows: "[Name~of Provider] will provide CONSULTANT with a certificate stating that [Name of Provider] is currently in compliance with all Federal.and State of California laws covering nondiscrimination in employment; and that [Name of Provider] will not discriminate in the employment of any person under this contract, because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person." 15.3 If CONSULTANT is found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Ac~ or similar provisions of Federal law or executive order in the performance of this Contract, it will be in default of this Contract. Thereupon, CITY will have the power to cancel or.suspend this Contract, in whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which such person was subjected to discrimination, as damages for breach of contract, or both. Only a finding of the State of California Fair Employment Practices 00301 cl 0071825 11 commission or the equivalent federal agency or constitute evidence of a breach of this Contract. SECTION 16. MISCELLANEOUS PROVISIONS officer will 16.1 CONSULTANT represents and warrants that °i~ has knowledge of the requirements of the federal Americans with Disabilities Act of 1990, and the Government Code and theHealth and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONSULTANT will comply with or ensure by its advice that compliance with such provisions will be effected pursuant to the terms of this Contract. 16.2 Upon the agreement of the parties, any controversy or ~laim arising out of or relating to this Contract0 may b~ settled by arbitration in accordance with the Rules of the American Arbitration Association, and.judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. 16.3 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. ~16.4 In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 16.5 The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. < 16.6 This.document represents the entire and integrated Contract between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 16.7 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. ’16.8 The covenants, terms, conditions and provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants, as the case may be, of the parties. 12 00301 c10071825 16.9 If a court of cempetent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect° 16.10 All exhibits referred to in this Contract-and any\addenda, appendices, attachments,and schedules which, from time to time, may be referred to in any~duly’executed amendment~hereto are by such reference incorporated in this~Contract and will be deemed to be a part of this Contract. 16.11 This contract may be executed in any number of counterparts, each of which will be an original, but all of.which together ~wil! constitute one and the same instrument. 16.12 This Contract is subject to the fiscal provisions of the Charter of the City of Palo Alto and the P~lo Alto Municipal Code. This Contract will terminate without any penalty (a) at the end of any fiscal year in the event.that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion Of the fiscal year and funds for this Contract are no longer available. This Section 16.12 will take precedence in the event of a confl±ct with any other covenant, term, condition, ~or provision of this Contract. // // // // IN WITNESS WHEREOF, the parties hereto have by theirduly authorized representatives executed this Contract on the date first. above written. ATTEST CITY. OF PALO ALTO ToO~3 P.02/04 F-446 city Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Assistant c~ty Manager Mayor MILLE~& VAN EATON, LLP ~ Director of Administrative Services Director of utilities By :__ Title :~ TaXpayer Identification No. Risk Manager (Compliance with corp. Code ~ 313 is ,.requi;ed i£ the e~£icy on whose behalf ~hi~ con~rac= is signed is a corporation. In ~hc al~Znative, ~ certified corporate resolution atEesting to ~he signatory auuhori~y of the in~ivlduals si~n~ng ~n uheir respective capnci~ie~ is acceptable) Attachments : EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C": EXHIBIT "D": SCOPE OF PRO~ECT & TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 000~01 1 0071825 Mar-Ol-O0 06:41pe FroP CERTIFICATE O~ ACKNOWLEDGMENT (Civil Code § 1189) DISTRICT ) On March I , 2000, before me, the undersigned, aNotary public in and for said County and State, personally appeared Nicholas P. Miller , personally know~ to me of proved to me on the basis of satisfactory evidence to be the person~) whose name(~) is/~Subscribed to the within instl~ument and acknowledged to me that he!~MB~Ek~M executed th~ same in his/~m~X~hT authorized capacity(~sR, and tha5 by his~r~ signature(~) on ~he instrument the person(~), or the entity upon behal~ of which the person(~) act,¢d, executed the instrument. WITNESS my hand.and official seal. ~ignature of Notary Public Willet~e A. Hill My Commission Expires 4/30/03 ~6 EXHIBIT A CONSULTING SERVICES FOR TELECOMMUNICATIONS POLICY DOCUMENTS AND MATERIALS SCOPE OF WORK Task 1: Project Management Conduct on-site briefing and kick-off meeting with the City’s committee. Meeting to acquaint the staff with the consultants views on the relevant legal issues under California and federal law, obtain the staff’s views on those issues and their effect on the City’s policies and to familiarize the consultant with the current environment in the City, and review in detail the work plan and timetable and begin scheduling and coordinating meetings. Task 2: Review and Possible refinement of Telecommunications Policies Review the .City’s existing policy to determine whether the current policy properly addresses all the issues raised in various meetings. Continually review and revise the current policy as the project moves through the remaining tasks. At the completion of Tasks 3 & 4, prepare a report suggesting speci~fic modifications to the policy. This report to serve as the basis for performing Tasks 5 & 6. Report to describe the applicable legal constraints and requirements within which the City must operate, discuss the characteristics of an effective right-of - way management scheme, and incorporate the findings of Task 3 & 4. Task 3: Review City-Owned Property, including Utility Facilities, for siting Telecommunications Facilities Consultant will conduct a radio frequency propagation study to determine which City sites are best suited for the placement of wireless telecommunications facilities. Task to consist of the following steps: A. Consultant to review any information the City has regarding current placement of telecommunications facilities on city property, information from the City regarding the exact location of the City sites as identified in the attached list, including elevation of the sites, if available, and information regarding current or preferred policies regarding siting in certain areas, such as residential areas of the City. Page 1 of 4 EXHIBIT A B. Consultant will conduct a site visit, at which it will visit City sites and determine whether they are likely to be suitable for locating facilities. Based on this review, will prepare a list of approximately 20 sites, and a priority list of 6-8 sites. The priority list will include the sites most likely to be suitable, in view of both industry needs, and City policy. C. Consultant will contact wireless providers operating in the City and ask them to attend a meeting to discuss where they currently have antennas and towers, and where they anticipate needing additional coverage in the future. D. Consultant will conduct a radio frequency propagation study on the priority list sites, to determine their suitability in relation to existing facilities. E. Consultant may conduct additional studies on additional sites at an additional cost, if requested by the City. F. Based on the general guidance developed in Task 1 and the technical characteristics of each site, Consultant will make recommendations regarding specific sites on which wireless facilities should be located, and the policies governing such uses. The number and location of suitable sites will directly affect the feasibility and ease of implementation of different overall policy approaches. Two key questions to be answered will be how the public views siting of facilities in residential areas, as well as the provisions of the current Comprehensive Plan. Consultant will prepare a report that will present different possible approaches, and identify how practical each approach will be. Task 4: Review Procedures for Siting and Installation of Telecommunications Facilities in the Public Rights=of-Way Consultant will interview appropriate City staff to determine what the City’s current procedures are and what issues concern the various departments. They will evaluate that information in light of their views on best practices regarding rights-of-way and telecommunications infrastructure management to assist the current procedures and develop a comprehensive set of procedures to amend or supplement the existing ones. This task will consist of the following steps: Page 2 of 4 EXHIBIT A A. Request City provide copies of any existing policies, ordinances, rules, forms or other information regarding right-of-way and telecommunications facility management in the City. Consultant will review this information and develop a set of questions to gather additional information. , B. Schedule a series of on-site interviews with key City staff. Consultant wi!l conduct these interviews to learn how the City currently handles these issues, and identify problems and concerns from the viewpoint of the City staff. Summaries of the interviews will be prepared, with possible follow-up questions via E-Mail. C. Consultant will evaluate the information gathered in the interviews, and prepare a set for recommendations for dealing with right-of-way management issues going forward. This will include policies for siting facilities on City-owned sites. Consultant may decide later to interview telecommunications providers and other right-of-way occupants, if necessary. Task 5: Telecommunications Ordinances(s) and Resolution(s) Consultant will draft a telecommunications ordinance and amendments to the zoning ordinance. They will also prepare resolutions needed to implement the plan, as proposed by the final draft of the report. Task 6: Compile and Prepare a Telecommunications Manual and a General Public Guidebook Based on the Manual Consultant will use their report, the telecommunications ordinance, and the City’s draft outline to aid in preparing the manual and applicant guidebook. Task 7: Environmental Review Consultant will prepare a brief environmental constraints report addressing the likelihood that use of identified sites for locating telecommunications facilities would have significant environmental effects. They will address the following issues with respect to each site: A. Potential presence/absence of subsurface archaeological resources Page 3 of 4 EXHIBIT A B. Proximity to historic resources C. Visibility to sensitive receptors (residences, recreational facilities, open space) D. Increased runoff due to paving E. Susceptibility to flooding F. Loss of mature trees This covers 5 site evaluations. Additional sites can be evaluated for $1400 each, if requested by the City. Optional Task: Consultant will be available to attend Public Hearings or Council meetings at a price to be negotiated relating to number of Consultant members necessary and travel expenses. Documents: Consultant will provide 10 copies of all documents developed, such as Policies, Ordinances, Telecommunications Manual, and Applicant Guide Book, along with the Original in Hard Copy and in Electronic Format (Microsoft Word,7.0 or higher) on a Diskette(s). Original for Manual and Guide book will be"Camera ready copy" suitable for producing multiple copies, in addition to electronic format. Attachments Parks and Open Space Management System Site Information (4 pages) Draft Telecommunications Manual Table of Contents Final Proposal from Miller and Van Eaton Final Proposal from Miller and Van Eaton for Environmental Portion of Project Page 4 of 4 EXHIBIT B CONSULTING SERVICES FOR TELECOMMUNICATIONS POLICY DOCUMENTS AND MATERIALS FEE AND WORK PLAN SCHEDULE Work Item Completion by Cost Task 1 Week 4 Task 2 Week 6 (Initial Doc Rvw) Week 20 (Final Report Task 3~Week 8 Task 4 Week 12 Task 7 Week 16 Task 5 Task 6 Expenses, Travel, & OH Week 28 Week 36 During Project Totals 36 weeks $2500 $50,000 (Included in task 2) (Included in task 2) $7,000 (fo~" 5 sites; additional site evaluations at $1400 each) $20,oo0 $14,000 $17,500 $111,000 Page 1 of 1 ACORD, CERTIFICATE OF PRODUCER Near North Insurance Brokerage 875 North Michigan Avenue 19th Floor Chicago, IL 60611 Miller & VanEaton, PLLC 1155 Connecticut Ave NW, #I000 Washington, DC 20036-4306 COVERAGES LIABILITY iNSURANCE I DATE(MM,OD, 05/07/99 THIS CERTIFICATE IS ISSUED AS AMATTER OF INFORMATIONONLYAND CONFERS NO RIGHTSUPON THE CERTIFICATEHOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING’COVERAGE ,NSURER A:Ame r i c an Guar~-n-~----&--~-i~}~i~-~ ~-~-~ -- INSURER B: INSURER 03 INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN’ISSUED TO THE’ INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I-N-~I~ [ .................. I ........% 0 "~ ~"]~=-’-"-~ ..........~-1- [dY~ ~E-~l~)[~ 1 PC LICY EXPIRATIOI~Ir ...........................LTR I TYPE OF INSURANCE r ~,~.,~u~,o~n DATE (MM/DDIYY)[DATE (MMIDDIYY}!LIMITS ! GEINERAL LIABILITYF.- -EACH OCCURRENCE $ FIRE DAMAGE (Any one fir,E $COMMERCIAL GENERAL LIABILITY ! } CLAIMS MADE~-_ ] OCCUR [ GEN"L AGGREGATE LIMIT APPLIES pE~: t POLICY [--~] ~cO’~ ,Ir~ L CO i AUTOMOBILE LIABILITY ALL OWNED AUTOSISCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS A ~GARAGE LIABILITY --] ANY AUTO EXCESS LIABILITY i i DEDUCTIBLE EMPLOYERS’ LIABILITY ~jOTHER Professional lability ILPLI6817302 112/01/98 12/0 /99 DE~~R~PT~~N~F~PERAT~~NS~L~CAT~~NS~~EH~CLES~EX~LU~~~NSADDEDBYEND~RSEMENT~SPE~~ALPR~v~S~~N~This policy is written on a claims-made form and provides for lawyers’ professional liability. Limits: $6,000,000/$6,000,000 MED EXP (Any one person)$ PERSONAL & ADVINJURY $ GENERAL AGGREGATE $ PRODUCTS-OOMP/OP AGG $ COMBINED SINGLE LIMIT(Ea accidenl) BODILY INJURY(Per person) BODILY INJURY(Per accident) PROPERTY DAMAGE (Per accident)$ A___UTO ONLY- EA ACCIDENT OTHER THAN EA ACC AUTO ONLY:AGG EACH OCCURRENCE AGGREGATE WC STATU- I0~_.TORY L M TS E.L. EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYEE $ E.L. DISEASE-POLICY LIMrl! $ $ $ $ $ $ $ $ coverage CERTIFICATE HOLDER ! I ADDrnONALINSURED;INSURERLE-I-~pc ACORD25"S(7/97)l of 2 #$9364/M7809 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBE D POLICIES BE CANCELLED BEFORE THE E~PIRA’TION DATE THEREOF,THE ISSUING INSURER WtLL EN DEAVOR TO MAIL3~_ DAYS WRITTEN NOTICETOTHE CERTIFICATE HOLDERNAMEDTOTHE LEFT, BUTFAILURE TO DOSOSHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANYKIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. A .U.THORI~ZE D REPRESENTATIVE 14 0 ® ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). ~ If SUBROGATION IS WAIVED, sulsject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by th4 policies listed thereon. ACORD25"S(7197)2 of 2 #$9364/M7809 !USAA General Agency 9800 Fredericksburg RD. SAN A!~fONiO, TX 78284-9836 INSURED 1155 CONNECTICUT N.W., 10TH FL Washington, DC 20036 HOLDER, ALTER THE INSURER A: CNA INSURER B; INSURER C: INSURER D: INSURER E: THE POLICIES OF INSURANCE US’lED BELOW HAVE BEEN ISSUI~D TO IHE INSURED NAMED ~ REQUIREMENT. TF.RM OR CONDFRON OF ANY CONTRACT OR OTHER DOCUMENT WITH MAY pF-FITAIN. THE INSUBANC:F AFFOBDEO BY THE POUCI!:S DESOBIB£D HEREIN IS SUBJI=C:TPOLJCIE8. AGGREGATE LIMITS SHOWN MAY HAVF BEEN REDUCED BY PAID CLAIMS. .PO.UC, NU~BER B INDEX2 3 4 9 4 9 A AUTOMOBILE LIABILITY 9INDER234949 ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON.OWNED AUTOS O.aRAGE LIABILI’T7~AN¥ EXCESS L1A BILr~’ i._~J Occur ~ CLAIMS MADE ~------! DEOUCTIBLE RETENTION S WORKERS COMPENSATION AND EMPLO~RS’ LIABILITY BINDER234949 C~RTIFIC&TE DoEs NOT AMEND,. EXTEND O COVERAGE AFFORDED BY THE POUCIES BELOW. INSURERS AFFORDING COVERAGE Transport at ion FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING TO WHICH THIS CEFITIF-ICATE MAY BE ISSUED ORALL THE TEFIMS. ED(CLUS~ONS AND CONDFI’IONS OF SUCH EACHOOOURR~NOS ~1_, 000,00 MEDEX~IAnyonepe~=or,) =I0, 000 PERSONAL ~ ADVI~aUR~ =I ~ 000 ~ 00 DENERALAGaREaA~ =2 ~.,000, 00 Z.~oouc~s-COM~O.Aa~ =2 ~ 000 ~ ~0_0_0 COMBINED SINGLE LIMIT(Ea accldsnl) BODILY INJ UR’~P=r p~reon) BODILY INJURY PROPERTY DAMAGE AUTO ONLY-EAACC/DEN1 OTHERTHAN EAAGC AUTO ONLY:AGO EACHOCCURRENOE POLICY EFFECTIVE POl~lCY E~JR~TIONDAT[~ ~MMIDD/~T DAT~ {MMIDD/Y~ A OTHER o ;/o2/oo s2,000, O0 os/o2/~ s2.,000,00C s2,0OO,.OOC $ $IOTH.ER sl~000~000 sl~000,00O ~i,000,00~ 05/02/99 0~/02/00 05/02/99 i0=./02/00 APP235031 05/02/99 0E/02/00 ~’IWOSTA~U-I~ ITORY LIMITSl E.L. EAOH ACCIDENT E.L.DISEASE-EA EMPLOT~ £ ~E.L. D I~ASE-POLICY LIMIT DESCRIPTION OF OPERATIONS/LOCATIONS/VEHIOLE.~IEXCLUSIONS ADDED BY ENDORI;EMENT/GPECIAL COVEP~AGE PROVIDED UNDER THIS POLICY INCLUDES COMI ON AN OCCURRENCE BASIS (FORM CG0001 IS AUTOMOBILE COVERAGE UNDER THIS POLICY INCLUDES OWNED" VEHICLES ONLY & RESPECTIVE LIABILITY CODES (See Attached Descriptions) CERTIFICATE HOLDER I I AODmONALINSL~,~SURm~ CANCELLATION MILLER & VAN EATON, P.L.L.C.O~T~HER~OF,THm NOllU~ TO’rilE ~ IMPOS~ NO OBLIGA1 REPREBEITrATIV~S. AU’rHORIZ~ D REPRE 1155 CONNECTICUT N.W., 10TH FL WASHINGTON, DC 20036 ACORD~-S~mDI of 3 #3236 GENERAL LIABILITY AS PART OF POLICY PACKAGE). FOR "HIRED AND NON- FORMS ARE PA!~T OF POLICY. UC:E~; BE CANI::2£ LLE O BE]=OpIE[HE E)~T~All ON IERWILLENDEAVORTO MAI!,...~uQ__ ba~S WRfrTEN BUTFAJ~ TI:) DO SO S~LIAJ_L ANt’ KIN O UPON THE INSURF_I%ITS AGENT~ OR AMG e ACORD CORPORATION S00’d ILE0 861~ 01i;:q3J,AON39V IV}I3N3D VVSfl ££:91 (N0~)66,EI- DESCRIPTIONS (Continued fr WORK~.~S COMPENSATION COVERAGE INCLUDES INSURANCE CODE OF THE STATE OF CALIFORNIA (BROAD FORM COVE1 CNA INSURANCE COMPANY IS BEST RATED AI5. PROPERTY DEDUCTIBLE UNDER THIS POLICY IS $250 PE] om Page 1) AS REQUIRED BY THE LABOR OCCUIg_RENC~. EXHIBIT "D" PART II -PROPOSER INFORMATION ( MUST BE SUBMITTED WITH PROPOSAL) SECTION 300 A- Provide The Information Requested Below Or Indicate "Not Applicable" IfAppropriate Name of Proposer (Company)Address Miller & Van Eaton 1155 Connecticut Ave NW Suite I000 ’Washington DC 20036 Proposer is a: IRS Number: 52 Phone/Fax Number: 2006 i08 202-785-0600 phone 202-785-1234 fax E!California Corporation Corporation organized under the laws of the::~l;~e~ Dl,~tr~ et o~ ~,o]1~nbia With head offices located at Wash!~.gt_~n DC And offices in California at California Limited Liability Company El Sole proprietorship;, proprietor (Fictitious business names (i.e. "D.b’.a."): E~Partnership El Limited liability partnership N." -- (List nam,e.s.,o.,f partners; state which partner.or partner~i, are m~lnagi, ng pa~dne.r(s)i.cnolas Hi±let - managing partner; Josepn van macon; ¯ .William Malone; Frederick Ellrod; Matthew Ames Other (attach addendum with explanatory details). How many years have you (or your firm) done business under the name listed above?3 15How many years of experience in work similar to work or services covered in this RFP? Do Provide relevant references of contracts satisfactorily completed in the last three (3) years: £lease see proposal for references CUSTOMER COMPANY (NAME/ADDRESS)CONTACT/PHONE NUMBER DATE COMPLETED CONTRACT AMOUNT CITY OF PALO ALTO RFP 1160t9A PAGE 1 OF 4 PART II -PROPOSER INFORMATION ! MUST BE SUBMITTED WITH PROPOSAL) SECTION 300 A CUSTOMER COMPANY (NAME/ADDRESS)CONTACT/PHONE NUMBER DATE COMPLETED CONTRACT AMOUNT (PLEASE PROVIDE ADDITIONAL SHEETS, IF NECESSARY) Have you or your firm previously worked for the City of Palo Alto? ~ Yes X above or if necessary provide information additional sheets).__ no ( if"yes", please list If applicable, provide a list of the plant(s), and/or/facilities and equipment owned by the Proposer which are available for use on the proposed work as may be required herein: QUANTITY NAME, TYPE, MODEL, CAPACITY, ETC.CONDITION LOCATION (PLEASE PROVIDE ADDITIONAL SHEETS IF NECESSARY) Provide a list of the project’s management staff of the Proposer who will manage the proposed work: NAME Matthew" Ames William Lowery (in San Francisco) FIELD OF E~ERTIS~CAPABILITIES/E~ERIENCE see proposal for qualifications see proposal for qualifications (PLEASE PROVIDE ADDITIONAL SHEETS IF NECESSARY) Contractor’s license #/type: Minority business enterpris,~s : Proposer is . is not "~ a Minority or Women or Disadvantaged Business Enterprise. Small Business Concern:~ Proposer is isnot,/’rk a Small Business Concern. As required under Section 4100, et Seq., of ihe Public Contract Code, the Proposer shall list below the names and business address of each subcontractor who will perform work under this Proposal in excess of one-half of one percent of the Proposer’s total Proposal price, and shall also list the portion of the work which will be done by such subcontractor. After opening of Proposals, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of work to be performed with the words ’and/or’ will not be permitted. Failure to comply with this requirement will render the Proposal as non-responsive and may cause its rejection. NAME/ADDRESS SCOPE OF WORK (to be determined during project) CITY OF PALO ALTO RFP 116019A PAGE 2 OF 4 PARTII- PROPOSER .3 INFORMATION ( MUST BE SUBMITTED WITH PROPOSAL) SECTION 300 A NAME/ADDRESS SCOPE OF WORK Or,[] (PLEASE INCLUDE ADDITIONAL PAGES IF NECESSARY) Subcontractors will not perform work or labor or render services to the undersigned, in or about the work contemplated by this Proposal (check and initial). Addenda During the PrOposal process there may be change~ to the Proposal documents which would require an issuance of an addendum or addenda. City disclaims any and all liability for loss, or damage to any Proposer who does not.receive any addendum issued by city in connection with this RFP, and any Proposer in submitting a Proposal is deemed to waive any and all claims and demands Proposer may have against city on account of the failure of delivery of any such addendum to Proposer. Any and all addenda issued by city shall be deemed included in this RFP, and the provisions and instructions therein contained shall be incorporated to any Proposal submitted by Proposer. ¯ To assure that all Proposers have receive each addendum issued, the following acknowledgment and sign- off is required. Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity in the Proposal: The Proposer acknowledges that Proposer has received, and the information contained in the addendum/addenda listed below has been considered in the preparation of this Proposal. Proposer confirm’s receipt of addenda by checking 6/) each addendum number Proposer has received. Or, Addendum number(s) received:~1; ~ 2; ~ 3; ~4; 6; ~ 7; ~ 8; __.9; No Addendum/Addenda Were Received (check and initial). The Proposer additionally represents that Proposer has not retained a person to solicit or secure a city contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except for retention of bona fide employees or bona fide established commercial selling agencies for the purpose of securing business. Proposer’s designated contact Name: Matthew C. Ames Phone: 202-785-0600 x 4861 Title:Partner Fax:202-785-1234 As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certify that they do not discriminate in employment with regards to age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they are in compliance with all Federal, State, and local directives and executive orders regarding nondiscrimination in employment. CITY OF PALO ALTO RFP 116019A PAGE 3 OF 4 PART II - PROPOSER INFORMATION ( MUST BE SUBMITTED WITH PROPOSAL) SECTION 300 A P.The undersigned hereby agrees to, and accepts the terms and conditions of this RFP. Note:California Corporations Code Section 313 requires two corporate officers to execute contracts. *For corporations, the signature of First Officer* must be one of the following: Chairma-n of the Board; President; or Vice President. **The signature of the Second Officer** must be one of the following: Secretary; Assistant Secretary; Chief Financial Officer; or Assistant Treasurer. Proposer is required to provide a certificate in good standing from the State of California with its Proposal. Signatures: First Officer*: (MUST BE THE SAME SIGNATURE AS’~NILL APPEAR ON CONTRACT) Second Officer**: (PRINTED NAME OF SIGNATORY) (MUST TI’~ ~’~AME SIGNATUI~ AS WILL APPEAR ONCONTRACT) (PRINTED NAME OF SIGNATORY) CITY OF PALO ALTO RFP 116019A PAGE 4 OF 4 PART II - INSURANCE REQUIREMENTS FORM 650 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 AND FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH A BEST’S KEY RATING OF A:X~ OR HIGHER, LICENSED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. THE INSURANCE REQUIREMENTS CHECKED BELOW ARE REQUIRED BY THIS INVITATION FOR PROPOSAL(RFP,): TYPE OFCOVERAGE WORKER’S COMPENSATION AUTOMOBILE LIABILITY COMPREHENSIVE GENERAL LIABILITY, INCLUDING PERSONALINJURY, BROAD FORM PROPERTY DAMAGE, BLANKET CONTRACTUAL, AND FIRELEGALLIABILITY COMPREHENSIVE AUTOMOBILE LIABILITY, INCLUDING, OWNED, HIRED, NON-OWNED PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE REQUIREMENT STATUTORY STATUTORY BODILYINJURY PROPERTY DAMAGE BODILYINJURY&PROPERTY DAMAGECOMBINED BODILYINJURY -EACH PERSON -EACH OCCURRENCE PROPERTY DAMAGE BODILYINJURYAND PROPERTY DAMAGE, COMBINED ALL DAMAGES MINIMUM LIMITS EACH OCCURRENCE $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 AGGREGATE $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: PROPOSER, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANTAGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY PROPOSER 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. II1. INSURANCE COVERAGE MUST INCLUDE: A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE’TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION, AND, A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY - SEE PART II SECTION 500, FORMAL CONTRACT(SAMPLE). SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION AND tV THROUGH .VI, BELOW. A.NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER): B.NAME, ADDRESS AND PHONE NUMBER OF YOUR INSURANCE AGENT/BROKER: CITY OF PALO ALTO RFP 116019A PAGE 1 OF 2 PART II - INSURANCE REQUIREMENTS C.POLICY NUMBER(S): FORM 650 DEDUCTIBLE AMOUNT(S) ( DEDUCTIBLE AMOUNTS IN EXCESS OF $5,0’00 REQUIRE CITY’S PRIOR APPROVAL): IV. VI. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AND PROPOSER’S SUBMI’I-I’AL OF CERTIFICATES OF INSURANCE EVIDENCING COMPLIANCE WITH THE REQUIREMENTS SPECIFIED HEREIN. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO "ADDITIONAL INSURES", A.PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TC~ OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSURES. B.CROSS LIABILITY THE NAMING OF MORE THAN ONE PERSON, FIRM OR CORPORATION AS INSURES UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C.NOTICE OF CANCELLATION IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE 3".HE EFFECTIVE DATE OF CANCELLATION. PROPOSER CERTIFIES THAT P.ROPOSER’S INSURANCE COVERAGE MEETS THE ABOVE REQUIREMENTS: Firm: Signature: Name: THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S),BELOW. SIGNATURE(S) MUST BE SAME SIGI~ ~E(S) AS APPEAR(S) ON SECTION 300A. Signature: Name: (PRINT OR TYPE NAME). (PRINT OR TYPE NAME) NOTICE(S) SHALL BE MAILED TO:PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303. CITY OF PALO ALTO RFP 116019A PAGE 2 OF 2