HomeMy WebLinkAbout2000-05-09 City Council (4)City of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
ATTN:FINANCE COMMITTEE
FROM:CITY MANAGER DEPARTMENT:COMMUNITY SERVICES
DATE:MAY 9~ 2000 CMR: 247:00
SUBJECT:STATUS REPORT ON THE URBAN MINISTRY OF PALO ALTO
FOOD PROGRAM AGREEMENT
REPORT IN BRIEF
This report transmits the staff evaluation of the Urban Ministry of Palo Alto (UMPA)
Food Program Agreement (Attachment A) and the staff .recommendation for the
provision of a high quality, consistent and administratively sound food program.
The report discusses the scope of services in place, health and safety standards reviewed,
the joint quality assurance monitoring activities by staff and Second Harvest Food Bank
of Santa Clara and San Mateo Counties (SHFB), and program quality controls..
CMR:247:00 Page 1 of 5
RECOMMENDATION
Staff recommends that the Finance Committee recommend to Council:
1.Additional funding in the amount of $32,500 is made available to fund a provider to
administer a food program in Palo Alto.
BACKGROUND
On May 20, 1999, the Finance Committee directed the Office of Human Services to
develop an agreement with Urban Ministry of Palo Alto to provide a food in Palo Alto.
Human Services staff has worked with UMPA administration, program management staff
and Board members since July 1, 1999 to ensure program quality and health and safety
standards.
A Human Services Resource Allocation Process (HSRAP) Request for Proposals (RFP)
was issued on October 19, 1999 and providers were invited to a proposal writing
workshop on November 12, 1999. Eighteen agencies attended the workshop, including
two representatives from UMPA. Agencies were informed of funding requirements and
standards, and strict submittal requirements were emphasized. The HSRAP RFP closed
on December 7, 1999. A proposal from UMPA was not received prior to the submission
deadline, so the HSRAP Selection Committee was unable to review a food program
proposal from UMPA.
A food program serving the homeless and low-income individuals meets the HSRAP
Fiscal Year 2000-01 Priority of Needs first priority category. The UMPA food program
did not meet the eligibility requirements for proposals to be considered by the HSRAP
Selection Committee even if a proposal had been submitted. Proposals that do not meet a
funding priority or any one of the eligibility requirements are removed from funding
consideration. Eligibility requirements include a nonprofit status, governance by a
responsible Board of Directors, the ability to provide program supervision, the ability to
provide the responsible execution and delivery of services, fiscal accountability and the
ability to meet city insurance requirements. Standards for proposal review include nine
areas of competence, including the ability to submit a complete proposal by the specified
deadline. This report explains why staff did not consider UMPA an eligible agency.
On April 20, 2000, the City Council Finance Committee directed staff to return with an
assessment of current program services provided to the City of Palo Alto by UMPA.
CMR:247:00 Page 2 of 5 ~
DISCUSSION
Prior to develop3...~g the scope of services and the terms for the current agreement with
UMPA, staff developed a pre-assessment of the food p~ogram. The pre-assessment
included a review of the physical site of the food closet, the storage facilities utilized by
the food program, and review of food health and safety handling policies and procedures.
In June 1999, Human Services staff met with the personnel and operations manager, the
president of UMPA, the food program manager, the volunteer food closet managers, the
Stanford SPOON program faculty and the consultant to UMPA, in. a series of four
separate meetings.
The current agreement requires that UMPA submit quarterly program progress reports,
assign a full-time food program manager, ensure adherence to the California Uniform
Retail Food Facilities Law (CURFFL) for health and safety standards, ensure that there is
training and supervision of food program staff and volunteers, document participation in
the program and provide a current copy of the food program policies and procedures
manual used by each of the five service sites.
On December 27, 1999, UMPA terminated the employment of the food program manager
and directedthe food program assistant to assume the title and responsibilities of the food
program manager. The change in program management prompted staff to re-assess
program administration and program quality controls. The Second Harvest Food Bank of
Santa Clara and. San Mateo Counties provided staff with the assistance of its nutritionist,
who has the experience and expertise to thoroughly evaluate the food program. The joint
assessment determined that the new program manager did not have the required
knowledge or expertise in following health and safety standards as outlined in the
Department of Environmental Health Consumer Protection "Food Safety" manual. Staff
directed UMPA administration to suspend allprovision of food from unknown sources,
obtain immediate training in California Uniform Retail Food Facilities Law (CURFFL)
health and safety standards for the food program manager, take an immediate inventory
of food products and dispose of all non-labeled food products at the three storage sites
used by the food program, create a training schedule for volunteers, develop a schedule
for stored food rotation and develop an updated food program policies and procedures
manual.
Due to the nature of health and safety violations outlined in the staff evaluation,
immediate corrective action was requested within 12 calendar days. Additional
administrative corrective action was requested within 30 calendar days. UMPA complied
with corrective actions as directed by staff. Since the request by the Finance Committee
for a program status report, staff has learned that the food program manager hired in
December was terminated as of March 22, 2000. The half-time program assistant has
assumed the title and responsibilities of the program manager with a limited increase in
CMR:247:00 Page 3 of 5
hours dedicated to the food program. The new program manager does not have the
experience or expertise of providing a food program.
In January 2000, staff was informed that the Interim Executive Director hired in
September 1999 had been terminated. An Interim Co-Director has been assigned to
interface with City staff on financial and administrative matters. In February 2000, staff
was also informed that the office manager that handles the bookkeeping, accounts
payable, billing, insurance and progress report function was leaving the agency.
A request for program documentation in February 2000 was not met in a timely manner.
An additional letter of request was required for a copy of the program policy and
procedures manual, a volunteer training schedule, program expense documentation and a
sample of participant documentation. As of the date of this staff report, staff has not
received a copy of the approved policies and procedures manual, a training schedule for
program volunteers, a food rotation schedule, the sample of participant documentation or
a third quarter progress report.
Because of these issues and concerns, staff conducted a third assessment of the program
administration and quality controls, covering the period of July 1, 1999 to the present.
Staff evaluation of the food .program during the ten-month period July 1, I999 through
May 2, 2000 provided confirmation that UMPA does not possess the ability to provide
consistent and responsible supervision of the delivery of food services. During the ten-
month period, staff interfaced with three different interim agency directors, three
different food program managers and two different office managers due to turnover in
agency staffing. The lack of continuity in staffing has eroded quality controls, increased
life threatening health risks to the population served and shifted responsibility for
maintaining services tO the volunteers and participating churches.
Staff recommendation to implement a Request for Proposal (RFP) process can be
completed by June 2000. The RFP can be issued on May 9, 2000 and closed May 30,
2000. A provider selection can be made prior to City Council adoption of the City
budget on June 19, 2000. Services will begin July 1, 2000, with no break in service
delivery.
RESOURCE IMPACT
Monitoring .of the City’s agreement with UMPA has required five times the average staff
resources normally dedicated to contract monitoring. Despite the additional resources
dedicated to UMPA by staff and SHFB, little or no improvement in UMPA’s
performance has resulted.
CMR:247:00 Page 4 of 5
Issuance of a Request for Proposals to contract with an alternate provider for a food
program will require $32,500 in additional funds from the Reserve Fund.
POLICY IMPLICATIONS
This recommendation is consistent with existing City policies.
TIMELINE
The RFP and selection, process can be completed prior to Council adoption of the City
budget and services will begin July 1, 2000.
ENVIRONMENTAL REVIEW
This program is not a project as defined by the California Environmental Quality Act and
is not subject to CEQA requirements.
PREPARED BY: Kathy Espinoza-Howard, Administrator and
Margaret Wong, Management Assistant
DEPARTMENT HEAD APPROVA~~-~
PAUL THILTGEN
Director of Community Services
CITY MANAGER APPROVAL:
Assistant City Manager
ATTACHMENTS
Attachment A:Agreement S0115708
CMR:247:00 Page 5 of 5
ATTACHMENT A
’ Co CT NO.
BE~WEEN THE CITY OF PALO ALTO AND
URBAN MINISTRY OF PALO ALTO, INC.
FOR CONSULTING SERVICES
This Contract No.is entered into ,
by and between the CITY OF PALO ALTO, a chartered city and a
municipal corporation of the State of California ("CITY"), and
URBAN MINISTRY OF PALO ALTO, INC., a corporation duly organized and
existing under the Nonprofit Corporation Law of the State of
California, located at 600 Homer Street, Palo Alto, CA 94301
("CONSULTANT").
REC.ITALS:
WHEREAS, CITY desires to obtain free grocery and free
meal programs for homeless and very low-income individuals
("Program"), 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 Program 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 July i, 1999 and will
terminate on June 30, 2000, unless this Contract is earlier
terminated by CITY. Upon the recelpt of CITY’s notice to proceed,
CONSULTANT will commence work on the initial and subsequent Program
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 Program is not completed within the time required through any
fault of CONSULTANT, CITY’s city manager wil! 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.
SECTION 2.
CORRECTIONS
SCOPE OF PROGRAM SERVICES;CHANGES &
2.1 The scope of Services constitutingthe Program 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, or the Program, 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
990719 syn 0071638
entitled to full compensation for all w~rk 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. CONSULTANTfurther represents and warrants
that the program director and every individual, including any
consultant, 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 Program will be executed by them or under
their supervision.
3.2 In reliance on the representations and warranties
set forth in this Contract, CITY hires CONSULTANT to execute, and
CONSULTANT covenants and agrees that it will execute or cause to be
executed, the Program.
3.3 CONSULTANT will assign a single program director to
have supervisory responsibility, for the performance, progress, and
execution of the Program. The program director will represent
CONSULTANT during the day~to-day work on the Program. If
circumstances or conditions subsequent to the execution of this
Contract cause the substitution of the program director, the
CONSULTANT shall notify the program manager ofsuch a change.
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 Program;
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 program manager,
in writing, any discrepancy or inconsistency it discovers in the
990719 syn 0071638
2
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 two (2) copies of
any documents which ~re a part of the deliverables upon their
completion and acceptance by CITY.
3.7 If CITY requests additional copies of any documents
which are a part of the deliverables, CONSULTANT will provide such
additional copies and CITY will compensate CONSULTANT for its
duplicating costs.
3.8 CONSULTANT will be responsible for employing or
engaging all persons necessary to execute the Program. All
consultantsof CONSULTANT will be deemed to be directly controlled
and supervised by CONSULTANT, which will be responsible for their
performance.
3.9 In the execution of the Program, CONSULTANT and its
consultants, if any, will at all times be considered independent
contractors and not agents or employees of CITY.
3.10 CONSULTANT will perform or obtain or cause to be
performed or obtained any and all of the following Additional
Services, not included under the Basic Services,: if so authorized,
in writing, by CITY:
3.10.1 Providing services as an expert witness in
connection with any public hearing or. meeting, arbitration
proceeding, or proceeding of a court of record;
3.10.2 Incurring travel and subsistence expenses for
CONSULTANT and its staff beyond those normally required under the
Basic Services;
3.10.3 Performing any other Additional Services that
may be agreed upon by the parties subsequent tothe execution of
this Contract; and
3.10.4 Other Additional Services now or h~ereafter
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. CONSULTANT shall be responsible for
the performance of its consultants or subcontractors in fulfilling
the provisions of this contract.
990719 syn 0071638
3
3.12 CONSULTANT shall coordinate its services with
other existing organizations providing similar services in order to
foster community cooperation and to avoid unnecessary duplication
of services.
3.13 CONSULTANT shall seek out and apply for other
sources of revenue in support of its operation or services from
county, state, federal and private sources. Unless deemed
inappropriate by the program manager, CITY shall support CONSULTANT
in its search of grants, funding, or other income by serving as a
sponsoring agency, by providing letters of.support, or by rendering
advice on application for grants.
3.14 CONSULTANT shall include an acknowledgment of
CITY funding and support in all appropriate publicity or
publications regarding its programsand services using words to th4
effect that "services are provided in cooperation with the City of
Palo Alto" or "through City of Palo Alto funding" as approved by
the program manager.
3.15 Throughout the term of this Contract,
CONSULTANT shall remain an independent, nonprofit corporation under
the laws of California governed solely by a Board of Directors,
with up-to-date bylaws. CONSULTANT shall operate by its Bylaws.
Any changes in CONSULTANT’s Articles of Incorporation, Bylaws, or
tax-exempt status shall be reported by CONSULTANT immediately to
the Program Manager.
3.16 The Board of Directors of CONSULTANT shall
include representation from the broadest possible cross section of
the community including: those with expertise and interest in
CONSULTANT’s services, representatives from community
organizations, and users of CONSULTANT’s services.
3.17 All meetings of the Board of. Directors of
CONSULTANT shall be open to the public, except meetings, or
portions thereof, dealing with real estate, personnel or litigation
matters.
3.18 CONSULTANT shall keep minutes of all regular
and special meetings of its Board of Directors.
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 Program 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
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
990719 syn 0071638
departments makes it extremely difficult for CITY to firmly
establish the time of each review and approval task. CITY’s
failure to review and approve within the estimated time schedule
will not ~constitute a default under this Contract.
4.3 The city manager will represent CITY for all
purposes under this Contract. The Administrator for the Office of
Human Services is designated as the program manager for the city
manager. The program manager will supervise the performance,
progress~ and execution of .the Program, and will be assisted by the
Management Assistant for the Office of Human services.
4.4 In the event CITY should ’determine from any
identifiable source, including but not limited to reports submitted
by CONSULTANT under this contract or any evaluation report from any
identifiable source, that there is a condition which requires
correction, CITY may forward to CONSULTANT requests for corrective
action. Such requests shall indicate the nature of the issue or
issues which are to be reviewed to determine the need for
corrective action, and may include a recommendation as to
appropriate corrective action. Within thirty (30) days of CITY’s
request, CONSULTANT shall Submit its response, which shall include
its views of the problem and proposed action, if any. Upon request
of either party, the parties shall meet to discuss any such request
and response within the thirty-day period specified.
SECTION 5.COMPENSATION
5.1 CITY will compensate CONSULTANT for the following
services and work:
5.1.1 In consideration of the full performance of the
Basic Services, including any authorized reimbursable expenses,
CITY will pay CONSULTANT a fee not to exceed Thirty Thousand Six
Hundred Twelve .Dollars ($30,612.00). The amount of compensation
will be calculated in accordance with the schedule set forth in
Exhibit "B". On the billing form provided by CITY, CONSULTANT
shall submit a bill by the fifteenth (15th) working day of the
following month for services provided under this Contract during
the preceding three .months. The bill shall specify actual
expenditures directly related to this Contract as follows, in
accordance with Exhibit "B". 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 Program will be made,
provided such request for payment is initiate~ by CONSULTANT and
authorized~ in writing, by the program manager. Payment will be
made within thirty (30) days of submission by CONSULTANT of a
statement, in triplicate, of itemized costs covering such .work or
changes, or both. Prior to commencing such extra work or changes,
or both, the parties will agree upon an estimated maximum cost for
such extra work or changes. CONSULTANT will not be paid for extra
5990719 syn 0071638
work or changes, including, without limitation, any design work or
change order preparation, which is made necessary on account of
CONSULTANT’s errors,, omissions, or oversights.
5.1.3 Direct personnel expense of employees assigned
to the execution of the Program by CONSULTANT will include only the
work and other documents pertaining to the Program, and in services
rendered during the program to the extent such services are
expressly contemplated under this Contract. Included in the cost
of direct personnel expense of these employees are salaries and
mandatory and customary benefits such as .statutory employee
benefits, insurance, sick leave, holidays and vacations, pensions
and similar benefits.
5.2 The schedule of payments will be made as follows:
5.2.1 Payment of the Basic Services will be made in
quarterly 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. Final
payment will be made by CITY after CONSULTANT has submitted all
deliverabl~s, including, without limitation, reports which have
been approved by the program manager.
5.2.2 No deductions will be made from CONSULTANT’s
compensation on accoun[ of penalties, liquidated damages, or other
sums withheld by CITY from payments to general contractors.
SECTION 6. PROGRAM RECORDS
Upon reasonable notice, CONSULTANT shall grant the
program manager access to all CONSULTANT records, data, statements,
and reports, which pertain .to this Program. CONSULTANT shall
secure all necessary client and/or personnel release of information
forms to allow the program manager and others specifically
designated, in Writing by the program manager to be afforded such
access. Access to clinical records .will be coordinated with.the
client, the client’s representative and the CONSULTANT upon
reasonable request, from the program manager. CONSULTANT is not
required to provide information, -the disclosure of which is
expressly prohibited by California or Federal laws.
SECTION 7. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS
7.1. CONSULTANT shall appoint a fiscal agent who shall be
responsible for the financial and. accounting activities of
CONSULTANT, including the receipt and disbursement of CONSULTANT
funds.
7.2. CONSULTANT shall appoint from its Board a treasurer
who shall review Financial Statements of CONSULTANT on a regular
basis.
990719 syn 0071638
7.3 Records of the direct personnel expenses and
expenses incurred in connection with the performance of Basic
Services and Additional Services pertaining to the ~’ogram will be
prepared, maintained, and retained by CONSULTANT .in ~.~2cordance with
generally accepted accounting principles and will be made available
to CITY for auditing purposes at mutually convenient times during
the term of this Contract and for three (3) years following the
expiration or earlier termination of this Contract.
7.4 CONSULTANT shall provide forindependent audit of
its fiscal year transactions, records, and financial reports at
least every two (2)years. The certified public accountant shall
submit the report to both parties. The cost of this audit shall be
borne by CONSULTANT.
7.5 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. Program is completed upon CITY’s payment of the amounts
required to be paid to CONSULTANT. These originals will be.
delivered to CITY without additional compensation. 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 8. INDEMNITY
8.1 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 9.WAIVERS
9.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract or of the provisions of any ordinance or law will not be
deemed to be a waiver of any such covenant, term, condition,
provision, ordinance, or law or of any subsequent breach or
violation of the same or of any other covenant,, term, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any covenant, term, condition or provision of
this Contract or of any applicable law or ordinance.
990719.syn 0071638
7
9.2 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 i0. INSURANCE
i0.I CONSULTANT, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not onlyCONSULTANT 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.
10.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:X 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.
10.3 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 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
file at all times during the term of this Contract with the city
clerk.
10.4 The procuring of such required policy or policies
of insurance will not be construed to limit CONSULTANT’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONSULTANT will be obligated for the full and total amount of any
damage, injury, or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION Ii. WORKERS’ COMPENSATION
II.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
8990719 syn 0071638
it will comply with such provisions,
commencing the performance of the Program.
PROGRAM
as applicable, before
SECTION 12 - TERMINAT, ION OR SUSPENSION OF CONTRACT OR
12.1 The city manager may suspend the execution of the
Program, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
thereof to CONSULTANT, or immediately after submission to CITY by
CONSULTANT of any completed item of Basic Services. Upon receipt
of such notice, CONSULTANT will immediately discontinue its
performance under this Contract.
12.2 CONSULTANT may terminate this Contract or suspend
its execution of the Program by giving thirty (30) days’ prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of Basic Services or the execution of the Program.
12.3 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, togetherwith authorized additional and
reimbursable expenses then due. If the Program 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.
12.4 In the event of termination of this Contract or
suspension of work on the Program by CITY where CONSULTANT is not
in default, CONSULTANT will receive compensation as follows:
12.4.1 For approved items of services, CONSULTANT will
be compensated for each item of service fully performed in the
amounts authorized under this Contract.
12.4.2 For approved items of services on which a
notice to proceed is issued by CITY, but which are not fully
~performed, CONSULTANT will be compensated for each item of service
in an amount which bears the same ratio to the total fee otherwise
payable for the performance of the service as the quantum of
service actually rendered bears to the services necessary for the
full performance of that item of service.
12.4.3 The total compensation payable under the
preceding paragraphs of this Section will not exceed, the payment
990719 syn 0071638
9
specified under Section 5 for the respective items of service to be
furnished by CONSULTANT.
12.5 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.
12.6 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 13. ASSIGNMENT
13.1 This Contract is for the personal services of
CONSULTANT, therefore, CONSULTANT will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of CITY will be void and, at
the option of the city manager, this Contract may be terminated.
This Contract will not be assignable by operation¯of law.
SECTION 14.NOTICES
14.1 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
Copy to:Office of Human Services
City of Palo Alto
4000 Middlefield Road, T2
PaloAlto, CA 94303
To CONSULTANT: Attention of the program director
at the address of CONSULTANT recited above
SECTION 15. CONFLICT OF INTEREST
15.1 In accepting this Contract, CONSULTANT covenants
that it presently has no interest, and will not a~quire any
interest, direct or indirect, financial or otherwise, which would
conflict in any manner or degree with the performance of the
Services.
990719 syn 0071638
10
15.2 CONSULTANT further covenants that, in the
performance of this Contract, it will not employ contractors or
persons having such an interest mentioned above. CONSULTANT
certifies that no one who has or will have any financial interest
under this Contract is an officer or employee of CITY;’ this
provision will be interpreted in accordance with the applicable
provisions of the Palo Alto Municipal Code and the Government Code
of the State of California.
SECTION 16. NONDISCRIMINATION
16.1 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 or±gin,
ancestry, religion, disability, sexual preference or gender of such
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONSULTANT agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth .in Exhibit "D".
16.2 CONSULTANT agrees that each contract for services
from independent providers will contain a provision substantially
as follows:
"[Name of Provider] will provide CONSULTANT
w±th 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."
16.3 If CONSULTANT is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federal law or
executive order in the performance of-this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole Or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to
discrimination, as damages for breach of contract, or both. Only
a finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
16.4 I~f CONSULTANT is found in default o~ the
nondiscrimination provisions of this Contract, CONSULTANT will be
found in material breach of this Contract. Thereupon, CITY will
have the power to cancel or suspend this Contract, in whole or in
part, or to deduct from the amount payable to CONSULTANT the sum of
990719 syn 0071638
11
two hundred fifty dollars ($250) for each calendar day during which
CONSULTANT is not in compliance with this provision as damages for
breach of contract, or both.
SECTION 17. MISCELLANEOUS PROVISIONS
17.1 CONSULTANT represents and warrants that it has
knowledge of the requirements of the. federal Americans with
Disabilities Act of 1990, and the Government Code and the Health
and Safety Code of the State of California, relating to access to
public buildings and accommodations for disabled persons, and
relating to facilities for disabled persons. CONSULTANT will
comply with or ensure by its advice that compliance with such
provisions will be effected pursuant to the terms of this Contract.
17.2 Upon the agreement~0f the parties, any controversy
or claim arising out of or relating to this Contract may be settled
by arbitration in accordance with the Rules of the American
Arbitration Association, and judgment upon the award rendered by
the Arbitrators may be entered in any court having jurisdiction
thereof.
17.3 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
17.4 In the event that an action is brought, the parties
agreethat 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.
17.5 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.
17.6 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.
17.7 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
17.8 The covenants, terms, conditions and provisions of
this Contract will apply to, and wil! bind, the heirs, successors,
executors] administrators, assignees, and consultantsr as the case
may be, of the parties.
17.9 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
12990719~n 0071638
17.10 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may bereferred 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.
17.11 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
17.12 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) at any time within a fiscal
year .in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 17.12 will take precedence in the event of
a conflict with any other covenant, term, condition, or provision
of this Contract.
IN WITNESS WHEREOF,. the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
APPROVED AS TO FORM:
Senior Asst. City Attorney
APPROVED:
CITY PALO ALTO
Ass: ~er
URBAN MINISTRY. OF PALO ALTO,
INC.
Director of
Direct(
Insurance
Services
Its: ~
"-,,._~’L/~ (./I ~k/"" %’~" " ~’~ v v
Taxpayer’s I.D. No. 77-0034836
APPROVED AS TO CONTENT:
Attachments :
EXHIBIT "A" :
EXHIBIT "B" :
EXHIBIT "C":
EXHIBIT "D" :
Office Human Services
SCOPE OF PROGRAM SERVICES &TIME SCHEDULECONTP~ACT BUDGET
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
13
990719 syn 0071638
CERTIFICATE OF ACKNOWLEDGMENT
(Civil .Code ~ 1189)
On ~/Y 9~/e~7 , before me, the undersigned, a
Notar~n and for said County and State,. personally appeared
, personally known tome or proved to me on the basis of.satisfactory evidence to be the
person~) whose name(~) is/a-r-e subscribed to the.within instrument
and acknowledged to me that he/s4~e/~ executed the same in
his/~/t4~ir authorized capacity(i-es), and that by his/~/t~eir
signature,s@ on the instrument the person~), or the entity upon
behalf of which the person~s@ acted, executed the instrument.
WITNESS my.hand and official seal.
Notary~licSignatu~e~f
14990719 syn 0071638
CERTIFICATE OF ACKNOWLEDGMENT,
(Civil Code § 1189)
On J~-- ~ I~ , before mi, the unders~g~n_t!, a
Notary,.Public in ~ f~sai~ County and State, personally appeared
, personally known tome or proved to me oh- the basis of satisfactory evidence to be the
person~) whose name ~) is/e~-e subscribed to the within instrument
and acknowledged to me that he/~e/t-~ey executed the same in
his/~r/t’!~ir authorized capacity(i-as), and that by his/h~-r/t~ir
signature(~) on the instrument the person~s-), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal
Signa~,~ of Not~" "
990719 syn 0071638 15
EXHIBIT "A"
URBAN MINISTRY OF PALO ALTO
Food Program
1999-00 SCOPE OF PROGRAM SERVICES
II
III
PROGRAM SERVICES
CONSULTANT shall provide a food program consisting of a free grocery distribution
program and a hot meal program. The food programs shall include the Downtown Food
Closet and the Breaking Bread Meal Program.
PROGRAM GOALS
1)
2)
To distribute free groceries and provide free hot meals to hungry and needy
individuals in the Palo Alto area.
To reduce hunger, .promote dignityl health and hope and to provide a healthy
supportive atmosphere.
PROGRAM METHODS
DOWNTOWN FOOD CLOSET
1)
2)
3)
4)
5)
6)
The Food Cioset site shall be located at the All Saints Episcopal Church, 425
Hamilton Avenue.
Food Closet hours of operation shall run Monday throt~gh Friday from 10:00 a.m.
through 3:30 p.m., with the exceptions of July 4th, Christmas, New Years Day,
and Thanksgiving Day.
CONSULTANT shall assign a full time Food Coordinator to coordinate the
purchase, storage and distribution of groceries.
CONSULTANT shall maintain, recruit, train and supervise Food Closet
volunteers to assist in the preparation and distribution of food.
A daily count of Food Closet participants shall be taken to document the number
of grocery bags distributed and the number of unduplicated individuals served
through the program.
CONSULTANT shall ensure that health and safety standards observed and clearly
communicated to staff and volunteers are consistent with the California Uniform
Retail Food Facilities Law (CURFFL) and are followed at all times.
Urban Ministry 1
Exhibit "A"
BREAKING BREAD MEALS PROGRAM
1)
2)
3)
The Breaking Bread Meals Program shall operate out of five locations in Palo
Alto and Menlo Park. These service locations shall include the Grace Lutheran-
Church, the Fii:st Presbyterian Church, the All Saints Episcopal Church and the
Covenant Church in Palo Alto, and the Holy Trinity Episcopal Church in Menlo
Park~
The Breaking Bread Meals Program shall operate and serve meals during the
following times and at the following locations:
Grace Lutheran Church every Tuesday from 5:00 p.m. to 6:00 p.m.
First Presbyterian Church every Wednesday from 5:00 p.m. to 6:00 p.m.
All Saints Episcopal Church every Thursday from 11:45 a.m. to 12:45 p.m.
Covenant Presbyterian Church every Saturday from 11:30 a.m. to 12:30 p.m.
Holy Trinity Episcopal Church every Sunday from 3:00 p.m. to 4:00 p.m.
The Breaking Bread Meals Program receive food donations from the Second
Harvest Food Bank, SPOON at Stanford University, restaurants, individuals and
community groups and purchases various food items from markets, vendors and
food brokers.
4)
5)
6)
Dried and canned food products are stored at a public storage in Mountain View
and perishables are stored at the Cubberley Community Center.
Ensure that health and safety standards observed are consistent with the Califomia
Uniform Retail Food Facilities Law (CURFFL) and are followed at all times.
Minimum health and safety standards required of individuals handling food shall
be posted at each meal service site and shall include the following:
Food Handling and Storage
~ Pre-cooked food shall be refrigerated or frozen immediately.
~ Pre-cooked food that is refrigerated shall be served the next day.
¯ ~’ Pre-cooked food that is frozen shall be thawed under refrigeration,
’ ~" Pre-cooked non-frozen food shall not be stored for more than five days.
~ Plastic gloves shall be used during preparation and serving of uncooked foods.
. ~ Dry goods shall be stored on skids and away from walls to allow for air
circulation.
~’ All food items shall be dated and identified for storage.
~ Most recent food packages shall be used on a first in first out method.
Urban Ministry
Exhibit "A’?
IV
Sanitary Precautions
~ Volunteers and staff shall wash their hands before touching food, after using
the bathroom, sneezing, coughing or touching their faces.
~ Volunteers who have a cold, flu or are ill will not be allowed to participate.
. ~ Serving and preparation surfaces shall be sanitized with water and bleach after
use.
~Storage areas shall be organized and cleaned on a regular basis.
~Cleaning supplies shall be stored ina separate area away from food items.
>"Freezers and refrigerators shall be maintained in a clean manner and in good
repair.
~ Food preparation and serving areas at each service site shall be maintained in
a clean and sanitary manner
Food Service Precautions
~ Temperature requirements for refrigeration, freezing, food handling and food
serving shall be consistent with the California Uniform Retail Food Facilities
Law (CURFFL).
~ Food shall be covered during preparation and serving.
PROGRAM OBJECTIVES
DOWNTOWN FOOD CLOSET
1)Serve 95 homeless and low-income individuals through the Food Closet Program.
2)Provide 19,800 bags of free groceries to Food Closet participants.
BREAKING BREAD MEAL PROGRAM
V
1)Serve an average of 70 homeless and low-income individuals on a daily basis
through the Breaking Bread Meal Program.
2)Provide 22,300 hot meals to Breaking Bread Meal Program participants.
DELIVERABLES
1)
2)
Consultant shall provide quarterly activity reports relating to this Scope of
Program Services for the periods ending September 30, 1999, December 31,
1999, March 3!, 2000, and June 30, 2000, within fifteen days after these dates.
Each report shall cover the preceding quarter and other such information as the
Program Manager may request. The final report shall focus on the preceding
quarter, but also shall provide information on contract services for the entire year.
Each report shall be prepared in the form agreed upon by the Program Manager
and the Consultant.
Urban Ministry
Exhibit "A"
VII
3)Provide an updated copy of the Food Closet schedule with days, times, location
and contact information.
4)Provide an updated copy of the Breaking Bread Meals Program schedule with
days, times, location and contact information.
5)Provide an updated copy of health and safety policies and procedures for the Food
Closet and the Breaking Bread Meals Program food handling standards.
6)Provide a copy of participant intake form and procedures followed.
TIME SCHEDULE
¯Services shall commence on July 1, 1999 and continue through June 30, 2000.
¯Quarterly progress reports shall be completed
fifteenth day after each quarter.
REQUIREMENTS
¯
and submitted to the City on the
The City of Palo Alto requires mention of its name in all materials that acknowledge
donors in any public announcements or publicity regarding fimded programs.
CONSULTANT shall comply with the Americans with Disabilities Act (ADA) of
1990.
Urban Ministry
Exhibit "A"
EX_HIBIT C I of 2
ACORD..CERTIFI A’ : OF LIABILITY INSU - NC _I OATE,MM,DD ,
---06/29/99
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
The Wigh~man Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Atlantic-Pacific Ins. Brokers HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
5353 Scotts Valley Dr. Ste. E ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Scotts Valley C~ 95066 COMPANIES AFFORDING COVERAGE
Lawrence R.Ferg~son COMPANY
Phone No. 831--438--2617 Faxao. 831-438-2698 A Travelers Insurance
INSURED COMPANY
B HIH America
Urban Ministry Of .Palo Alto COMPANY
Donna Smith Powers C
P.O. Box 213 COMPANYPalo Alto CA 94302 D
COVERAGES
THIS IS TO CERllFY THAT 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
CERllFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CON[~lllONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I CO ¯TYPE OF INSURANCE POLICYNUMBER LIMITSPOLICY- EFFEC11VE POLICY EXPIRA11ONILTRDATE (MMIDD/YY)DATE (MMIDD~fY}
I
GENERAL LIABILITY GENERAL AGGREGATE $ 1 I 000 t 000~__~MMERCIALGENERAL LIABILI~. ACLAIMS MADE L~ OCCURI
X-660-424X1020-TCT-99 07/01/99 07/01/00 PRODUCTS -COMPIOPAGG ’ $ 1,000 ~ 000
ER,S & CONTRACTOR,S PRo.I ~
PERSONAL & ADV INJURY $ 110001000
_~OWN EACH OCCURRENCE $ i t 000 000
~FIRE DAMAGE (Any one fire)$ 5 0 t 000¯MED EXP (Any one per~0n)$ 5000
’ AUTOMOBILE LIABILITY
A X~ ANYAUTO 810-883Y6916-TCT-99 07/01/99 07/01/0.0 COMBINED SINGLE LIMIT $ 1 ,000,000
__~ ALL OWNED AuTos BODILY INJURY(Per par~on)_~ SCHEDULED AUTOS $
~__~ HIRED AUTOS BODILY INJURY
~NON-OWNED AUTOS (Par accident)$
~- PROPERTY DAMAGE $
AUTO ONLY- EAACCIDENT $
OTHER THAN AUTO ONLY:
EACH ACCIDENT $
AGGREGATE $
EACH OCCURRENCE $
AGGREGATE $
WC STATU-OTH.X TORYL MITS I ER
EL EACH ACCIDENT $ 1000000~INCL EL DISEASE - POLICY UMIT $ 1000000 "07/01/99]~PARTNE~SlEXECUTIVE C000686203 07/01/00
OFFICERS ARE:[ I EXCL EL DISEASE- EA EMPLOYEE $1000000
OTHER
DESCRIPlqON OF OPERATIONSILOCATIONSIVEHICLES/SPECIAL ITEMS
"THE CITY, ITS OFFICERS, OFFICIALS. EMPLOYEES. AGENTS AND VOLUNTEERS ARENAMED AS ADDITIONAL INSUREDS AS RESPECTS :LIABILITY ARISING OUT OF ACTIVITIESPERFORMED BY OR ON BEHALF OF THE SUBRECIPIENT; PRODUCTS AND COMPLETED
OPERATIONS OF THE SUBRECIPIENT; PREMISES OWNED, OCCUPIED OR USED BY THESUBRECIPIENT; OR AUTOMOBILES OWNED,LEASED, HIRED OR BORROWED BY THE
CERTIFICATE HOLDER CANCELLATION
CITY OF PALO ALTO
SUZANNE BAYLEY
P.O. BOX 10250
PALO ALTO CA 94303
ACORD 25~ (1195)
C I TYPA1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRAI~ON DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
3__0 DAYS WRITTEN NOllCE TO THE CERI~FICATE HOLDER NAMED TO THE LEFT,
¯BUT FAILURE TO MAIL SUCH NO11CE SHALL IMPOSE NO OBLIGA31ON OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTA~VES.
" ACORD CORPORATION 1988
EXHIBIT C
NOTEPAD: ’"SO"ED’S.AMo Urban Ministry Of Palo Alto OPID LS
SUBRECIPIENT. THE COVERAGE ..qH"~L CONTAIN NO SPECIAL LIMITATIONS ON THE
SCOPE OF PROTECTION AFFORDED ~.~. THE CITY, ITS OFFICERS, OFFICIALS,
EMPLOYEES, AGENTS OR VOLUNTEERS.
IT IS AGREED THAT ANY INSURANCE MAINTAINED BY THE CITY OF PALO ALTO WILL
APPLY IN EXCESS OF, AND NOT CONTRIBUTE TO, INSURANCE PROVIDED BY THE
SUBRECIPIENT.
ALL RIGHTS OF SUBROGATION ARE HEREBY WAIVED AGAINST THE CITY AND THE
MEMBERS OF THE CITY COUNCIL AND ELECTIVE OR APPOINTIVE OFFICERS OR
EMPLOYEES, WHEN ACTING WITHIN THE SCOPE OF THEIR EMPLOYMENT OR
APPOINTMENT.
ANY FAILURE TO COMPLY WITH REPORTING OR OTHER PROVISIONS OF THE POLICIES
INCLUDING BREACHES OF WARRANTIES SHALLNOT AFFECT COVERAGE PROVIDED TO THE
CITY, ITS OFFICERS, OFFICIALS, EMPLOYEES, AGENTS OR VOLUNTEERS. INSURANCE
SHALL APPLY SEPERATELY TO EACH INSURED AGAINST WHOM CLAIM IS I~DE OR SUIT
IS BROUGHT, EXCEPT WITH RESPECT TO THE LIMITS OF THE INSURER’S LIABILITY.
2of2
PAGE 2
DATE 06/29/99
EXHIBIT !’DN
Form 410
Program/Project:Food Program
Certification of Nondiscrimination: 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.
Agency: Urban Ministry of Palo Alto, Inc.
Title of Officer Signing:
Signature:.