Loading...
HomeMy WebLinkAbout2000-06-26 City CouncilTO: City of Palo Alto City Manager’s Report 16HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:JUNE 26, 2000 CMR:262:00 SUBJECT:APPROVAL OF A CONTRACT WITH KENNEDY JENKS CONSULTANTS IN THE AMOUNT OF $60,000 FOR SERVICES ASSOCIATED WITH MINOR OR EMERGENCY REPAIR PROJECTS AT THE WATER QUALITY CONTROL PLANT RECOMMENDATION Staff recommends that Council: Approve and authorize the City Manager or his designee to execute a contract with Kennedy Jenks Consultants in the amount of $60,000 for services associated with minor or emergency repair projects at the Water Quality Control Plant (RWQCP). Authorize the City Manager or his designee to exercise the option to renew the contract for the second and third years provided the cost of the renewal contract does not exceed $60,000 per year, the contractor is responsive to the City’s needs, and the quality of the contractor’s work is acceptable during the first year of the contract. DISCUSSION Project Description Thework to be performed under the contract consists of engineering services associated with minor or emergency repair projects at the RWQCP. In June 1996, Council awarded a contract, renewable for three years, to Kennedy/Jenks Consultants (CMR:304:96). The term of the contract will end in June 2000. The RWQCP continues to have the need for consultant assistance in resolving problems associated with unexpected equipment break down or process upsets. As the plant ages, staff anticipates the need for such urgent consultant services to increase. These problems typically require immediate response and good knowledge of the existing facility and process. Kennedy./Jenks Consultants was the original design firm of the RWQCP, and its office is in the vicinity of the RWQCP. Its knowledge of the original design and ability to respond immediately have attributed to the fast restoration of the plant operation with minimal process interruption in past years. CMR:262:00.Page 1 of 2 Staffbelieves that for projects of this nature, other consuRants would have to research and become familiar with the existing design and technical information prior to providing its assistance. Delays in the process recovery and significant additional cost to the City would be inevitable. Staff has previously contacted two other consultant firms who are familiar with wastewater processes: Montgomery Watson and CH2M HILL. Both consultant firms agreed that Kennedy/Jenks Consultants is the most reasonable choice for services of such nature. Since this agreement is for professional services, and Kennedy/Jenks Consultants has demonstrated its competence on past projects of this nature, staff believes that it is in the best interests of the City to forego the normal proposal solicitation process for this consultant service, and award this contract to Kennedy/Jenks Consultants. RESOURCE IMPACT Funds for the first year of the contract have been appropriated in the FY 2000-2001 Wastewater TreatmentEnterprise Fund, Funds for subsequent years are contingent upon Council approval of the budget for each year. POLICY IMPLICATIONS Recommendations of this staff report are consistent with existing City policies. ENVIRONMENTAL REVIEW This c6ntract is for minor and emergency repair projects that are categorically exempt from CEQA. ATTACHMENTS Attachment A: CMR:304:96 Attachment B: Contract PREPARED BY: Bill Miks, Manager RWQCP DEPARTMENT HEAD: GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: ¯ EMILY .Assistant City Manager CMR:262:00 Page 2 of 2 ATTA(~HMENT A BUDGET 1996-98 City of Palo Alto CityManager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: Public Works AGENDA DATE: June 17, 1996 .CMR:304:96 SUBJECT:APPROVAL OF AN AGREEMENT WITH KENNEDY/JENKS C ONSULTANTS FOR MINOR OR EMERGENCY CONSULTANT SERVICES FOR THE REGIONAL WATER QUALITY CONTROL PLANT REOUEST This report requests that Council approve a one year agreement, with options for two additional year terms, with Kennedy/Jenks Consultants in the amount of $60,000 for the first year. Ttie agreement will be .used only for minor consultant services on emergency or fast-track plant repair projects at the Regional Water Qu-ality Control Plant-(RWQCP). RECOMTvIENDATIONS Staff recommends that Council: -1. 8 Approve and authorize the Mayor to execute the attached agreement, with Kennedy/Jenks Consultants in the amount of $60,000 for FY1996-97 for minor or emergency services for th.e. RWQCP. Authorize the. City Manager. or her designee to negotiate and renew the agreement with Kennedy/Jenks Consultantsat the end of each year for a period not to exceed three years, the total value of.each renewal-shall not exceed $60,000 ’per year contingent upon Council approval of the budget for each subsequent year, and provided that the prior year’s work has been satisfacto.ry. POLICY IMPLICATIONS This agreement will be used only for minor or emergency consultant services to assist plant repairs and has no policy .implication. EXECUTIVE SUM-MARY In May 1994,Council awarded an annual agreement to Kennedy/~enks Consultants, with option to renew up to three years, to assist the RWQCP on minor or emergency plant repair CMR:304:96 Page 1 of 3 projects.- The term of the agreement will end this June. The RWQCP continues to require consultant assistance in resolving problems associated with unexpected equipment breakdowns or process. As the plant, continues to age, staff anticipates the need will increase for such. urgent consultant services. These problems typically require immediate response and good working knowledge of the existing facility and its processes. Kermedy/Jenks Consultants was the original design firm of the RWQCP. In past years, their knowledge of the original design and their ability to re~pond immediately, due to the proximity of their offic.es, have. attributed to the fast restoration of plant operation with minimal process interruption.. The RWQCP and the City also continue to require consultant technical assistance for reducing corrosion-related copper discharges to the local sewer system. Kennedy/Jenks consultants has performed two major investigations into controlling corrosion in local and regional drinking water supplies: the June 1994 Internal Corrosion Control Study for the Santa Clara Valley Water District and a series of four studies for the RWQCP completed in 1995 and i996. These reports established the technical feasibility of the use of a corrosion inhibitor in San Francisco Water District drinking water to reduce copper levels in the drinking water and, therefore, in the discharge. Prudent contingency planning, for future RWQCP permit requirements for copper discharges to the Bay, necessitates continued monitoring of.drinking water corrosion reduction requirements, development and possible implementation of a local pilot test of corrosion inhibitor addition, and consideration of policy issues and environmental impacts ofp0ssible future addition of corrosion inhibitor to water supplies in the RWQCP service area. Technical assistance for each of these activities may be need.ed; the extent, of the assistance needed will depend on state and federal requirements for corrosion control that have not yet been set and the nature ofpolicy and environmental issues identified during contingency planning. -. Staff believes, that for projects of this nature, other .consultants would have to research and become familiar with the existing design and technical information prior tO. providing their assistance. This. would cause inevitable delay in the process recovery as well as add significant cost for’the City. Staff has contacted two consultant fn’ms who are familiar with wastewater processes: Montgomery Watson and CI-I2M HILL. Both consultant firms agreed’that Kennedy/Jenks Consultants is the most reasonable choice for services of such nature. Since this. agreement is for professional servicesl and Kennedy/Jenks Consultants has demonstrated their competence on past projects of this nature, staff believes it is in the best interest of the City to forego the normal proposal solicitation process for this-consultant service and award this agreement to Kennedy/Je.nks Consultants. FISCAL IMPACT Funds for the first year of the agreement have been appropriated in the FY. 1996-97 Wastewater Treatment Enterprise Fund. Funds for years two and three are contingent upon Council approval of the budget for each subsequent year. CMR:304:96 Page 2 of 3 ENVIRONMENTAL ASSESSMENT The approval of this agreement does not onstitute a project under the California Environmental Quality Act; therefore, an environmental assessment is not required. ATTACHMENT Agreement with Kennedy/Jenks Consultants P~. PARED BY: Bill Miks, .Manager RWQCP GLENN S. ROBERTS CITY MANAGER APPROVAL:I k,.) City Manager CMR:304:96 Page 3 of 3 AGREEMENT PROFESSIONAL ENGINEERING CONSULTANT" SERVICES BY AND BETWEEN- THE~ CITYOF PALO ALTO AND KENNEDY/JENKS CONSULTANTS, INC. THIS.AGREEMENT is made and entered into this day of 1996,. by and between the CITY OF PALO ALTO, a municipal corporation of California, hereinafter referred to as "CITY," and KENNEDY/JENKS CONSULTANTS,.INC. (Taxpayer Identifica- tion No. 94-2147007), a. California .corporation, .with offices at 2191 .East Bayshore Road, Suite 200, Palo Alto, CA 94303, hereinafter referred to as "CONSULTANT"; W I TNE S S E~H: ~ WHEREAS, CITY desires certain professional services hereinafter.described; and .. ¯ WHEREAS, CITY desires to engage CONSULTANT to provide .these services during FY 1996-97 by reason of .its qualifications and experience.for performing such services, and CONSULTANT has offered to provide the required services.on, the terms and in the manne~ set forth-herein; and NOW, THEREFORE, in consideration of their mutual covenants, .the parties hereto.agree as follows: SE~TION.I & DEFINITIONS !.I CITY The term "City" as used in this Agreement shall mean ~nd include all the territory lying within .the municipal boundaries of the City of Palo Alto, California, .as presently existin~ plus all territory which.may be added .thereto during the term Of this Agreement.by annexation or otherwise.. The term "City Manager" shall mean the duly appointed City Manager of the City of Palo Alto, California, or her designated representative. .. 1.3 CITY A’gTORNEY The term "City Attorney" shall mean the duly appointed City Attorney of the City 0f Palo Alto, California, or his designated representative. 960422 ~yn 0070958 1.4 CITY CLERK- ¯ The term "City Clerk" shall.mean the duly appointed City Clerk of the City of Palo Alto, California, or her designated representative. 1.5 RISK MANAGER The term’"’Risk Manager",-shall mean..t.he duly appointed Risk Manager of the City of Palo Alto, California, or his designat- ed representative. 1.6 PROJECT The term "Project" means the improvements described in Exhibit "A" entitled "Scope of Work" &ttached hereto and made a part hereof. .- 8ECTICiN 2 PROJECT COORDINATION 2.1 CITY The City Manager shall be representative of CITY for all purposes under this Agreement. Daisy. Stark is designated as the PROJECT MANAGER for the City Manager, and she shall supervise .the progress and execution of this Agreement. 2.2 CONSULTANT CONSULTANT Shall assign a single PROJECT DIRECTOR to have overall resp0ns~bility for the progress and execution of this .Agreement- for CONSULTANT. Deeb Batsford hereby is designated as- the PROJECT DIRECTOR for CONSULTANT. He shall also be assigned as PROJECT COORDI.NATOR for CONSULTANT-and shall represent CONSULTANT ¯ during-the day-to-day work on the Project. Should circumstances or .conditions subsequent to the execution of this Agreement require a substitute PROJECTDIRECTOR or PROJECT COORDINATOR for anyreason the PROJECT DIRECTOR or PROJECT COORDINATOR designee shall be subject to the prior written approval of the PROJECT ENGINEER. SECTION 3 - SCOPE OF PROJECT- The scope of the Project to be executed by CONSULTANT Under the phases of the Bas±c Services described in Section 4.1 of this Agreement is as described in Exhibit "A" attached,hereto and made a part hereof.. SECTION 4 DUTIES OF CONSULTANT 4.1 BASIC. SERVICES Unless.otherwise indicated, CONSULTANT shall perform each task and accomplfsh each objective described in Exhibit "A," "Scope of Work." CONSULTANT’s Basic Services shall be ~furnished as described in Exhibit "A". 960422 ~yn 0070958 2 4.2 ADDITIONAL SERVICES CONSULTANT shall perform or obtain any and all of the following additional services, not included under Basic Services,~ if so authorized’ in writing by CITY, and shall be paid as provided in Section 6 of.this Agreement: 4.2.1 ~ Providing services as an expert, witness in. connection with-any ~public hearing,, arbitration proceeding, or proceeding of a court of record. 4.2.2 Incurring travel and subsistence expenses for CONSULTANT and his staff beyond those normally required under Basic Services. .- 4.2.3 .Performing any :other services that. may agreed upon by the parties subsequent to the execution of this Agreement. 4.2.4 ~uch services as defined in Exhibit "A". 4.3 GENERAL DUTIES OF CONSULTANT 4.3.1 CONSULTANT represents that it is qualified to furnish the services described under this Agreement. CONSULTANT further declares that one or more-members or employees of his firm and that of its subconsultants, if any~ are licensed by the State of California to perform their services and that these services will be performed by them or under their supervision. CONSULTANT shall furnish to CITY. for approval, prior to execution of each task, a list of all firms or corporations to be employed as subconsultants. 4.3.2 CONSULTANT states that it is aware of the requirements of the 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 accommoda- tions for.persons with disabilities, and relating to facilities for persons with disabilities. CONSULTANT shall comply with such provisions in carrying out the terms of this Agreement. 4.3.3 CONSULTANT shall furnish CITY with every reasonable opportunity for CITY to ascertain that the ServiCes of CONSULTANT are being performedin accordance with the requirements and intentions of this Agreement. SECTION 5 DUTIES OF CITY 5.1 CITY-shall provide information regarding its requirements for the Project. 5.2 CITY shall examine documents, submitted by CONSULTANT and shall render decisions pertaining thereto promptly, to avoid unreasonable.delay in the progress of CONSULTANT’s work. ~60422 syn 00709.58 5.3 CITY shall furnish information as one in CITY’s files or are at its disposal, a~ listed in Exhibit "A". ’ 5.4 If CITY observes or otherwise becomes aware .bf any fault or defect in the Project’ or nonconformance with the .contract documents, CITY shall give prompt written notice thereof to -CONSULTANT. . 5.5~ CITY .shall. furnish .promptly _information required by CONSULTANT. SECTION6- PAYMENT Payment shall be made by CITY only for services rendered and upon submission in triplicate of monthly progress payment re- quests. Each invoice shall be itemized, as to the type of payment described in this section. 6.1 CONSULTANT’S FEES In consideration for the full performance of the Basic Services and reimbursable expenses described in Section 4.1 of this Agreement, CITY agrees to pay CONSULTANT a fee as established in Exhibit A, not to exceed $60,000.00 annually for the services. The amount of CONSULTANT’s compensation, shall be calculated as Set forth in Exhibit "B", Schedule of Charges, attached hereto, on a time and materials basis, .up to the maximum amount set forth in this paragraph. 6.1. 6.1.1 Subconsultants. Fees for subconsul~ants, hired directly by CONSULTANT, shall be approved by CITY.in advance of incurring such fees. 6.2 PAYMENT SCHEDULE 6.2.1 For Basic Services Payments for. Basic Services shall be made in progress payments in proportion to services perfQrmed. 6.2.2 Deductions. No deductions shall bemade from CONSULTANT’s compensation on account of penalty, liquidated damages~ or other sums withheld from payments to contractors. SECTION 7 -PROGRESS AND rCOMPLETION 7.1 TIME IS OF THE ESSENCE It is Understood and agreed that time .is of the essence of this Agreement, and" that, following receipt of Notice to Proceed, CONSULTANT shall commence work on initial tasks of study in accordance with the time. schedule, if any, in Exhibit "A". Work On subsequent tasks shall proceed in accordance with said time schedule. 960429 syn 0070958 4 7.2 TIME OF COMPLETION OF EACH PHASE CONSULTANT agrees to perform the services within the time limits set forth in Exhibit "A" provided, however, that any change in the scope Of services or other changes due to CITY’s operating requirements, or in connection with other contractors or consul- tants operations, may require a revised time table. CITY a~rees~to exercise due diligence.in .performing its tasks, to implement CONSULTANT~s time table, 7.3 CITY’S REVIEW AND APPROVAL Between each phase 0fwork there is a review and approval period by CITY. CITY will exercise due diligence to.complete these tasks.; however, it isrecognized that the interrelated exchange Of ¯ information among CITY’s various dep~rtments makes.it impossible to set a .specific time schedule. Normally, CITY’s estimated period of review and approval ~ill be’furnished to CONSULTANT at the time of submission of .each-pnase~of work. " 7.~4 EXTENSION OF TIME OF COMPLETION In the"event the services called forunder this Agreement are not completed by CONSULTANT within thetime specified, CITY .shall have the.option to extend the time of completion: This para- graphdoes not preclude the recovery of damages for delay of either party. .... SECTION,8 - CHANGES IN .WORK CITY may order major changes in scopeor character of wor~, either decreasing or increasing the amount of CONSULTANT’s services. In the event that such changes are. ordered, CONSULTANT shall be entitled to full compensation for all work performed, prior to receipt of notice of change. Increased compensation for major changes shall be determined in accordance with Section 6 of the ¯ Agreement, but in no event shall CITY be.liable for pa.yment unless the amount of Suqh extra compensation shall first have been agreed to in writing by. CITY. ~nthe eventthat majorchanges are orderedpursuant to this section, the schedule for progress and completion in Section 7 of this Agreement and compensation shall be adjusted by negotia- tion between CONSULTANT and CITY, subject to approval, if necessary by the Palo. Alto City Council. SECTI0~.t9 -TERMINATION OR SUSPENSION OF AGREEMENT 9.1 CANCELLATION BY CONSULTANT CONSULTANT may terminate this Agreement or suspend work on the Project upon thirty (30) days~ written notice to CITY, but ,only in the event of substantial failure of performance by CITYor in the event CITY abandons or indefinitely postpones the Project. 960422 syn 0070958 9.2 CANCELLATION¯ BY CITY Without limitation to such rights or remedies as CITY shall otherwise have bylaw, CITY shall have the right to’terminate this Agreement o9 suspend work on the Project for any reason, upon fifteen (15) days’ written notice to CONSULTANT, or immediately after submission to CITY by CONSULTANT of any completed item of service specified ¯in Section 4 of ..this. Agreement. .CONSULTANT agrees to cease all work under this Agreement upon receipt of said. written notice.¯ 9.3’COMPENSATION OF CONSULTANT IN THE EVENT OF TERMINATION OF THIS AGREEMENT In the event of termination of this Agreement or suspension of work on the ~roject by either CITY or CONSULTANT, CONSULTANT shall.receive compensation as follows: 9.3.1 For approved items of service.under.¯Section~4 of this Agreement, compensation shall be in. the amount outlined under Section 6 of this Agreement for the items of service fully performed by CONSULTANT. 9.3.2 For items of service on which a notice to proceed has been issued by CITY, but which have not been fully completed¯and approved, CONSULTANT shall be compensated for said service in an amount which bears the same ratio to the total fee otherwise payabie for the ¯performance of said service, as the service actuallyrendered bears to the total service necessary for the .full performance of said item of service. 9.3.3 In¯no event shallthe..total"compensation paid in the immediately preceding ¯paragraphs~ exceed the¯-payment specified in Section¯ 6 for the respective items of service to be furnished by CONSULTANT. 9.3.4- Notwithstanding anything in the preceding para- graphs, upon termination for fault of CONSULTANT, CITY shal! be obligated to pay for only that ¯portion of the service which can be incorp0rated in the Project. 9.4 DUTIES OF CITY AND CONSULTANT Upon termination of this Agreement or suspensionof work on the Project by either CITY or CONSULTANT, all duties of CITY and CONSULTANT, as set forth in Sections 4 and 5 hereinabove, shall terminate. SECTION i0 -CONSULTANT’S ACCOUNTING RECORDS Records .of the following expenses pertaining to the ¯ Project shall be kept by CONSULTANT according to generally accepted accounting principles and shall be available to CITY at mutually convenient times: 960422 syn 0070958 6 i0.i Direct personnel expenses~ including consultant expenses. (See Section 6 of this Agreement.) 10.2 Expenses pertaining to Additional Services. 6 of this Agreement.) (See.Section ¯SECTION ii -OWNERSHIP OF DOCUMENTS ll.l Subject to the provisions of P~ragraph 11.2 below, the original drawings, maps, plans, ¯designs, records of survey, work "dat~, specifications, and other documentsprepared by CONSULTANT in the performance of this Agreement, although instruments of professional service, are and shall be .the property of CI.TY whether the Project for which they are made is executed or not.¯ 11.2 Upon termination under Section 9 of this Agreement and upon CITY’s payment of the amount required.to be paid under the same section the¯ originals and all drawings, calculations, specifications and szmmlar documents become the property of CITY, and CONSULTANT shall transfer themto CITY upon request without additional compensation. CITY shall have the right to utilize any. completed or uncompleted drawings, estimates, specifications, and other documents-prepared hereunder by CONSULTANT; however, CIT~ shall indemnify CONSULTANT against any loss which .maybe caused to CONSULTANT by such use and reuse. SECTION 12 ~ INTEREST OF CONSULTANT; CONSULTANT INDEPEN- DENT OF CITY ~ In accepting this Agreement, CONSULTANT agrees to meet all requirements of the Conflict of Interest Code, including completing the Conflict of Interest Form furnished by the CITY. The form shall be signed by the CONSULTANT and shall¯ be madea part Of this Agreement. . professionaItl is expressly agreed that in the performance of the servides required under this Agreement CONSULTANT,¯ and any of its subconsultants or employees, shall, at all times be con- sidered .independent contractors and not agents or employees of CITY. ’ /SECTION 13 -OUTSIDE CONSULTANTS CONSULTANT shall be responsible-for employing all outside consultants .(subconsultants) necessary to aid ¯~ONSULTANT in the performance of the services listed in Section.4 Of this Agreement;. provided, however, that all such subconsultants shall receive prior .approval of CITY in writing and shall remain ahceptabl~ to CITY. during the term of this Agreement. SECTION 14 INDEMNITY CONSULTANT agrees to indemnify, defend and hold harmless CITY, its officers, agents and-employees, from any and all demands, 960422 syn 0070958 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’, subcontractors’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which the law imposes strict liability on CONSULTANT in the performance or failure to p~rform this Agreement. SECTION 15 INSURANCE 15.1 LIABILITY INSURANCE 15.1.1 CONSULTANT, at its sole cost and expense, shall obtain and.maintain, in full force and effect throughout the entire term of this Agreement, the insurance coverage described in Exhibit "C", attached hereto, insuring, not .only CONSULTANT and its subcontractors, if any, but also, with the exception of workers’ compensation, employer’s liability, and profession~l liability insurance, naming CITY, its officers, agents and employees, and each of them, wi£h respect to activities and services performed, by CONSULTANT for or on behalf of CITYunder the provisions of this Agreement as an addition insured. ~ 15.~1.2 Certificates of such insurance, preferably on the forms provided by CITY, shall be filed with CITY concurrently with the execution of this Agreement or, with CITY’s approval, ¯ within ten (10)working days thereafter. Said certificates shall be subject to the approval ~f the Risk Manager and shall contain an. .endorsement stating that said insurance is primary coverage and will not be cancelled or altered by the insurer except after-filing with. the City Clerk thirty (30) days’ .prior written noticeof such cancellation or alteration, and that the City. of Palo Alto is named as an additional insured (except in policies ~f workers’ compensa- tion, employer’s .liability,. and professional liability insurance). Current certificates of such insurance.shall be kept On file at all times.during the term of this Agreement with the City Clerk~ 15..2 CORRECTION OF ANY ERRORS, OMISSIONS, AND AMBIGUITIES .IN CONTRACT DOCUMENTS Any e~rors, omissions, or ambiguities in the contract documents which are discovered before the Project is out for bid shall be corrected by CONSULTANT without cost to CITY. CONSULTANT -Services required to make changes in construction resulting from errors, omissions,.or ambiguities in the contract documents which are .discovered.after the contract is awardedshall be performed by CONSULTANT without cost to CITY only ins’ofar as they result in unnecessary or non-beneficial changes in construction. CONSULTANT services required to make Changes in construction .resulting from errors, omissions, or ambiguities to the contract~documents which are discovered after the contract is awarded shall be performed by CONSULTANT and shall be paid for by CITY only insofar as they add benefit to the construction work.. 960422 ~yn 0070958 SECTI0~ 16 -WORKERS’COMPENSATION UONSULTANT, ~y executing this Agreement, certifies that it is aware of ~the provisions, of theLabor Code of the State~ of iCalifornia which require every employer tO be insured against liability for workers’ compensation or to undertake self-insurance in accordance withthe provisions of that Code, and certifies that it will comply with such provisions before commencing the perform- ance of the.work of.this .Agreement. SECTION 17 -AGREEMENT BINDING .. The terms, covenants, and.conditions of this Agreement shall apply to, and shal! bind, the heirs, successors, executors, administrators, assigns, and subcontractors of both parties. SECTION 18 - NONASSIGNABILITY" 18.1 PERSONAL SERVICES OF CONSULTANT’ Both parties hereto recognize that this Agreement is for the personal services of CONSULTANT and cannot be transferred, assigned or subcontracted by CONSULTANT without the prior written consent of CITY~ ~8.2 SERVICES OF SUBCONSULTANTAND THEIR EMPLOYEES CONSULTANT shall be responsible for employing or engaging all persons necessary to perf.orm the services of CONSULTANT here- under. No subconsultant of CONSULTANT will be recognized by CITY as such; rather, all subconsultants.are deemed to be employees of CONSULTANT, and it agrees to be responsible for their performance. CONSULTANT shall give its personal attention to the fulfillment of the provisions of this Agreement by all of its employees and sub- consultants, if any, and shall keep the.work under its control. If any employee or subconsultant of CONSULTANT fails or refuses to carry out the provisions of this Agreement or appears to be incompetent or to act in a disorderly or improper manner, he or she shall be discharged immediately from the work under this Agreement on demand of CITY. SECTION 19 -.RELIANCE UPON PROFESSIONAL SKILL OF CONSULTANT It is ~utually understood and agreed by and between the parties hereto uhat CONSULTANT is skilled in the .professional calling necessary to perform the work agreed to be done hereunder and that CITY relies upon the skill of CONSULTANT to do and perform the work in t~e-most skillful, manner, and CONSULTANT agrees to thus perform the work. The acceptance of CONSULTANT’s work by CITY does not operate as a release of CONSULTANT from said obligation. 960422 syn 0070955 .SECTION 20 - WAIVERS The waiver b~ either party of any breach or violation of any term, covenant, .or condition of this Agreement or of any. provision, ordinance, or law shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, or law or of any subsequent breach or violation of the same or of any other term, covenant~ condition, Ordinance, or law. The subsequent acceptance by either party of .any fee. or other money which may become due hereunder~ shall.not be deemed to be a Waiver of any precedihg breach or violaZion by the other party of any term, covenant, or condition of this Agreement or of any applicable-law or ordinance. SECTION 21 -NO IMPLIED WAIVER No payment, partial payment, acceptance, or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. SECTI0~ 22 -COSTS AND ATTORNEYS’ FEES The prevailing party in any action brought to enforce the terms of this Agreement or arising out of’ this Agreement may recover its reasonable costs and attorney fees expended in connection with such an action from the other party. SECTION 23 - NONDISCRIMINATION; PENALTY 23.1 DUTY oF CONSULTANT. No discrimination shall :be made in the employment of persons under thisAgreement because of the race, color, national origin, ancestry/ religion or sex of such person. If the value of this Agreement iS,. or.may be, Five Thousand Dollars ($5,000) or more, CONSULTANT agrees to meet all requirements of:the Palo Alto .Municipal Code pertaining to nondiscrimination in employment, ’including completing the "Compliance Report--iNondiscrimination Provisions of City of Palo Alto Contracts" on the form furnished by CITY and attached hereto as Exhibit "D" and made a part hereof by this reference. ~ CONSULTANT agrees that each agreement for services from independent providers shall contain a provision, substantially as follows: "PROVIDER shall provide CONSULTANT with a certificate s~ating that he (or she) is currentlyin compliance with all Federal and State of California laws covering nondiscrimin&tion in employment; that he (or~ she) will pursu.e an affirmative course of action as required by the Affirmative ActionGuidelines of the City of Palo Alt’o; and that he (or she) will not discriminate in the employment of .any person under this contract becauseof race, color, national origin, ancestry, sex or religion of such person." i0 960422 ~yn 0070958 23.2.PENALTY FOR DISCRIMINATION If CONSULTANT is found in violation of the nondiscrimina- tion provisions of the State of California Fair Employment Practices Act or similar provisions of federal law or executive order in the performance of this Agreement, it shall thereby be found in material breach of this Agreement. Thereupon, CITY shall have the power to cancel or suspend this Agreement, in whole or in part, or to deduct from the amount payableS0 CONSULTANT the sum of Twenty-Five Dollars ($25) for each person for each calendar day during whichsuch person was discriminated against, as damages for said breach of contract, or both. Only a finding of the State of California Fair Employment Practices Commission or the equivalent federal agency or officer shall constituteevidence of a violation of contract under this section. If CONSULTANT is found in violation of the nondis- crimination .provisions of this Agreement .or the applicable affirmative action~ guidelines pertaining. to this Agreement, CONSULTANT shall be found in material breach of this Agreement. Thereupon, ~CITY shall have the power to cancel or suspend this Agreement, in wnole or in part, or to deduc£ from the amount payable to CONSULTANT the sum of Two Hundred Fifty Dollars ($250) for each calendar day during which CONSULTANT is found to have been -in such noncompliance as damages for said breach of contract, or both.. " SECTION 24 ~ ARBITRATION Upon agreement of the parties any controversy or claim arising out of or relating to this Agreement may be settled by arbitration in accordance~with the Rules of the American Arbitra-. tion Association, and judgment upon the award rendered by the Arbitrators may be entered in any court having~ jurisdiction thereef. SECTION 25 - NOTICES .All notices hereunder shall be given in writing and mailed, postage prepaid, by .certified mail, addressed as follows: To CITY: .With a copy to: Office of the City Clerk P. O. Box 10250 ¯ Palo Alto, CA 94303 Project Manager To CONSULTANT: Attention of the PROJECT DIRECTOR at the address of CONSULTANT recited above 960422 ~yn 0070958 11 SECTION 26 ALL COVENANTS ARE CONDITIONS All pzovisi6ns of this Agreement are expressly made conditions. SECTION 27 - AGREEMENT CONTAINS ALL UNDERSTANDINGS; AMENDMENT This document represents the entir@ and integrated agreemenZ between~CITY and CONSULTANT and supersedes all prior negotiations, representations, andagreements, ~either written or oral. This document may be amended only by w~itten instrument, signed by-both CITY and CONSULTANT. SECTION 28 - GOVERNING LAW. T~is A~greement shall be governedby the laws of the State of Californla. ~ IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written.- ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Mayor City Manager Deputy City Manager, Administrative Services Director of Publi-c Works Risk Manager Attachments : EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" .~ SCOPE OF WORK AND ADDITIONAL TERMS SCHEDULE OF CHARGES INSURANCE. NONDISCRIMINATION COMPLIANCE FORM 960422 syn 0070958 12 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) On .~~ ~ , 1996, before me, ~~ ~ ,--~dli~5~, a Notary Pu_~bllc i~. and ~or_said County and State, personally appeared ~#~b~ ~q. ~J~0~ . , perso~allyknown to me or proved to me on the Oasis of satisfactory evldence to be the person(~+ whose name~) i__s/a~ subscribed to the with,in instrument and acknowledged to me that he__/s~e~~ executed the .same in hi_~!~e~ authorized capacity(ie~), andthat by his/her/their signature(~ on.the instrument th~ person~s@, or th~-~ntity upon behalf of which the~erson(~ acted, executed the instrument. WITNESS my hand and o~ficial Seal. Signature of Notary Public 960424 ~yn 0070958 13 EXHIBIT A SCOPE OF WORK and ADDITIONAL TERMS SCOPE OF WORK The scope ofwork will consist of the following engineering .serv!ces associated with small improvement or emergency repair projects at the PALOALTO REGIONAL WATER QUALITY CONTROL PLANT. Work assignments, schedules, and. fee will be established by the Project Manager for each project and agreed by CITY and CONSULTANT in writing and shall be deemed incorporated herein and made a part. hereof by reference. The individual work assignments may include, but not be limited to, the following: .. Perform investigations-and engineering calculations to determine the material,~trength, size, and other elements pertaining to plant equipment and structures; Prepare final design drawings, and specifications; Review existing facilities and plant processes; Provide emergency response to review and evaluate plant process upsets, equipment failures, public complaints; . Prepare engineering reports; Attend consultation meetings to formulate ideas and Concepts for plant modifications and improvements; Review calculations, design drawings and specifications prepared by City staff ot third party; Perform construction observation and construction management for plant modifications and repairs; Assist in-developing compliance actions to meet emerging regulations; P.rovide technical support for RWQCP service area consideration of corrosion control of local water supplies for purposes of reducing copper levels in RWQCP wastewater discharges. Robert Ryder, Ph.D., and Tom 910716 syn 0070087 exb.1 TERM Yeager, P.E. shall be made available to assist the City on this task. Specific tasks mayinclude (but will not be limited to): monitoring California Department of Health Services and U. S. Environmental Protection Agency actions regarding corrosion inhibitor addition requirements to control lead and copper levels in the local water supply; attending meetings to explain and expand on technical information contained in reports prepared by Kennedy/Jenks Con.sultants for the City of Palo Alto and the Santa Clara Valley Water District; and performing engineering investigations and calculations relating to pilot testing. and possible future implementation of a local corrosion control program. OF CONTRACT; RENEWAL The term of this Agreement shall be for an initial period of three, yeats from the Effective Date. The Effective Date shall be the Date of Execution of this Agreement. On the third anniversary of the Effective Date and on each anniversary of the Effective Date thereafter, the Consultant shall submit to the City a,n updated ¯ schedule of charges in effect at that time. The updated schedule of charges will then become a part of this Agreement. this Agreement shall be automatically renewed for an additional one year term unless either party delivers notice to the Other party not less than thirty days prior to the termination date of the then current term of the.Agreementthat the Agreement will not be renewed. In addition, this Agre,ement may be either suspended or terminated pursuant to section 9 of the Agreement. ¯ ¯ ¯ --- END --- 910716 syn 0070087:exb.2 Client/Address:City of Palo Alto P.O. Box 10250 Palo Alto, CA 94303 Contract/Proposal Date: 1 April 1996 Schedule of Charges Personnel Compensation Classification Kennedy/J enks Consultants Hourly Rate January 1, 1996 Drafter/Technician ..........................................$ 57 Designer/Senior Technician .........................- ...........72 Staff Engineer-Scientist .......................................66- Senior Staff Engineer-Scientist ..................................73 Engineer-Scientist ..........................................86 Associate Engineer-Scientist ....................................96 Senior Associate Engineer-Scientist .............................110 Senior Engineer-Sc!entist .....................................122 Principal Engineer-Scientist ..................................135 Senior Principal ............................................140 Word Processor ..................................." ...........48 Non-Technic~i" . ...........-. ................................37 *Non-technical time will be charged only for preparation of technical reports and similar material and does not apply to routine administrative-type activities. The above Hourly RateS include normal and incidental costs such as routine copying, communications, postage and office supplies. Direct Expenses " Reimbursement for direct expenses, as listed below, incurred =n connection with the work, will be at cost plus ten percent for items such as: a.Maps, photographs, reproductions, ~rinting, equipment rental, and special supplies related to the work. b.Consultants, soils engineers,.surveyors, contractors and other outside services. c.Rented vehicles, local public transportation and taxis, travel and subsistence. d.Specific telecommunications and delivery charges. e.Special fees, insurance permits, and licenses applicable to the work. f.Outside computer processing, computation, and proprietary programs purchased for the work. Reimbursement for owned automobiles, exce0t trucks and four-wheel drive vehicles, .used in connection with the work will be at the rate of 35e per mile. The rate for trucks and four-wheel drive vehicles will be $25 per day and ~,Oe per mile. ReimbUrsement for use of microcomputers will be at the rate of $10 0or hour. Reimbursement for use of com- puterized drafting systems (CADD) will be at the rate of $20 per hour for m=crocomputer based systems and $25 per hour for minicomputer based systems. Rate for professional staff for legal proceedings or as expert witnesses will be at a rate one and one-half times the Hourly Rates specified above.. In-house laboratory analys=s, sampling vehicle, and equipment charges will be.per current rate schedule or special quotation. Excise and gross receipts taxes, if any, will be added as a direCt, expense. Additional processing charges will be added for Other lhan standard invoice backup documentation. The foregoing Schedule of Charges is incorporated into the agreement for the services provided, effective Jar~uary 1, 1996 through December 31 1996. After December 31, 1996, invoices will ’ reflect the Schedule of Charges currently in effect. DEALEY, RENTCN & ASSOCIATES P.O. BOX 12675 OAKLAND,CA 94604-2675 ATT= DAVID EGKMAN/FAX 452-2193 510-465-3090 KENNEDY/JENKS CONSULTANTS MARATHON PLAZA, IOTH FLOOR 303 SECOND STREET SAN FRANCISCO, CA 94107 CONFERS NO RIGHTS UPON THE CERTIFICATE HOEDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORD~IG COVERAGE CO~A~~tt~A DESIGN PROFESSIONALS INS. CO. CO~A~~,~ B CCI~/~ERCE & INDUSTRY INS. CO. CO~A~ ~TT~ . C "THE P~ERICAN INSURANCECO. ~3T~ D .NATIONAL SURETY CORP. o~ A PROFESSIONAL PL700095 LIABILITY INCL. General/Auto Liability Additional Insured: agents, an# employees. Coverage is primary I ~IJt4BRELLA OTHER THAN LWIBRELLA FOFOvl WOOER’| ~I~:~N~ATION EI4H.OYE~S’ LIAB.LITY MXAS0154891 WC80692328 P~4JOV ~Y~OT r~ DATE (MIdlCOIY~t~ 10101195 10/01/95 1101196 9115195 pO(.IOY ~ RATIO# 10/01196 10/01196 1101/97 10101198 LIMITS 6ENERAL ADBREGME $ , 2’, 000,000 PROnUCT$-CCI’,4P/OP AGO.$ 2,000,000 PERSONAL & ADV. INJURY $ 1,000 ,000 EAcH OCCURRENCE $ " 1 .000,000 FIRE D/~=~LAGE (A~ o~e fire)$ MED. EXPENSE (A~ o~e person $ CC~4BINED SINGLE I ¯LIMIT 1 . 000,000 BODILY INJURY $ (Per person) BODILY INJURY $ (Per accidenl) PROPER~Y D.~VIAGE $ . . EACH OCCURRENCE $ AGGREDME $ EACH ACCIOENr ;1,000,000 OISEASE-POLICY LIMIT $ 1,000,000 01SEASE-EACH EMPLOYEE $ 1. 000.000 $1,000,000 PER CLAIM and ANNUAL A~,~REGATE City of Paid Alto, its officers, insurance. ~;]~~’~~~’~$~’~’~:’~’~’~’:"~~~S’~I~’=~’POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL EP;D~’,’CR T~ MAIL. 30 DAYSWRITTENNOTICETOTHECERTIFICATEHOLDERNAMEDTOTHE , City of Palo Alto ~:~ LEFT,3VT ~JT: :~ ~.IP~IY,I~ ...........................Plant Eng ineer~CP ..................~:~=.~..~ . Paid Alto,~:~__ ~~" .~BY r.~ - AUTOMOgLE LI~LITY .~X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS ~X HIRED AUTOS NON-OWNED AUTOS 6AHADE LIABILITY GL3407252 O0 TVP~ Of IN~JRM~IOE pO~IOY NUMI~ LI~ T~i~i~ TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE NSU INDICATED, NOT WITHST ANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCLIvIENT 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. LlvgTS SHOWNMAY HAVE BEEN REDUCED BY PAID CLAMS. CERTIFICATION of NONDISCRIMINATION | SECTION 410 Certification of Nondiscrimination: As suppliers.of goods or services to the City of Palo Alto, the firm and individuals listed below certifies that they do not discriminate in employment with regards to age, race, color, religion, sex, national origin,, ancest~, disability, or sexual preference; that they. are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment;, and that they agree to demonstrate positively and aggressively the principle of equal opportunity in. employment. The Bidder agrees specifically: 1.0 To establish or observe employment policies opportunities for minority persons at all job levels. which affirmatively promote 2.0 To communicate this policy to all persons concerned, including all em~!oyees, outside r..ecruiting services, especially those serving minority communities, and tO the minority ~ommunities at large. 3.0 To take affirmative action steps to hire minority employees withih the organization. 4.0 affirmative action policies and provide opportunities for employees,.. Kennedy/Jenks Consultants, Inc.p,~TI~; April 2, To be knowledgeable of the local, state, and federal laws and regulations concerning Title of Officer 8ignL~ Vi ce Presi d.ent Please include any additional information programs now in effect within your company. 1996 available regarding equal opportunity employment See attached Affirmative Action Plan on following page. (Pleasea~achadd~onalpages~nece~a~) ¯ CITY of PALO ALTO: Non-discrimination (6/94) END OF SECTION SECTION 410-1 Equal Employment Opportunity and Affirmative Action Policy It is the policy of Kennedy/Jenks Consultants in accordance with federal and state laws to recruit, employ, train, compensate, transfer, and promote people without regard to race, color, religion, sex, age, ethnic or national origin, disability, Vietnam era veteran status, medical condition, ancestry, marital status or any other factor Unrelated to their performance of job requirements. This policy is stated verbatim in the company’s Employee Manual in Section 3, Personnel Policies and Procedures. Donald R. Weiden, Executive Vice President, is the company’s Equal Employment Officer, and is responsible for the implementation of the c6mpany’s EEO/AA policies, plans and programs. The Equal Employment Opportunity and Aff’umative Action Policy of Kennedy/Jenks Consultants includes the following: o Treat all employees and,..applicants for employment without regard to race, color, religion, sex, age, national origin, veteran status, disability, medical condition, ancestry or marital status. " Afford equal opportunity and equal consideration to all applicants and employees in all employment decisions and personnel actions including recruiting, selection and employment, training, promotion, compensation and benefits, working eo.nditions, transfer, layoff, termination, and reinstatement. -. Base all employment and promotion decisions solely on individuals’ qualifications for the positions to be filled. Offer on-the-job training, guidance and encouragement to all employees to advance them to the optimum of their individual capabilities. Make an outreach effort to provide full employment opportunities for members of minority groups and women at all job levels, particularly where they are under-represented, through recruiting and training/development actions; Monitor progress of minority and women employees to ensure that they are free from systemic discrimination in personnel actions. Consider Affh-mative Action goals along with other goals of the company; and evaluate management performance on the progress toward the achievement of affirmative action goals as well as business goals. Continually review and evaluat~ employment practices and personnel actions to ensure the equal Employmer~t Opportunity and Affirmative Action Policy is implemented throughout the organization. ATTACHMENT B CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND KENNEDY/JENKS CONSULTANTS, 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 KENNEDY/JENKS CONSULTANTS, a California corporation, located at 2191 Bayshore Road, Suite 200, Palo Alto, CA 94303 ("CONSULTANT"). RECITALS : WHEREAS, CITY desires certain professional 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 ’~"; 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 cormmence 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. SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS 2.1 The scope of Services and Deliverables constituting the Project will be performed, deliveredor executed by CONSULTANT under the phases of the Basic Services as described below. 000501 el 0053586 2.2 CITY may order substantial changes in the scopeor 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 ent±tled 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 perfo~manbe of any such change in work. 2.3 Where the Project entails the drafting and submission of Deliverables, for example, construction plans, drawings, and specifications, any and all errors, omissions, or ambiguities in the Deliverables, which are discovered by CITY before invitations to bid on a constrhction project (for which theDeliverables are required) are distributed by CITY, wi!l. be corrected by CONSULTANT at no cost to CITY, provided CITY gives notice to CONSULTANT. 2.4 Any and all errors, omissions, or ambiguities ~n the Deliverables, which are discovered by CITY after the const~ruction contract is awarded by CITY, will be corrected by CONSULTANT, as follows: (a) at no cost to CITY insofar as those Services~ including the Basic Services or the Additional Services, as described below, or both, will result in minor or nonbeneficial changes in the construction work required of the construction contractor; or (b) at CITY’s cost insofar as those Services, including the Basic Services or the Additional Services, or both, will add a direct and substantial benefit to the construction work required of the .construction contractor. The project manager in the reasonable exercise of his or her discretion will determine whether the Basic Services or the Additional Services, or both, will contribute minor or substantial benefit to the construction work. SECTION 3. CONSULTANT QUAiIFICATIONS, STATUS, AND DUTIES OF 3.1 CONSULTANT represents and warrants thatit has the expertise and professional qualifications to furnish or cause to be furnished the Services and Deliverables. CONSULTANT further represents and warrants that the project director and every individual, including any consultant (.including CONSULTANTs), charged with the performance of the Services are duly 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 000501 e1,0053586 2 supervislon. CONSULTANT will furnish to CITY for approval, a list of all individuals and the names of their employers or principals to be employed as consultants. 3.2 In reliance on the representations and warranties set forth in this Contract, CITY hires CONSULTANT to execute, and CONSULTANT covenants and agrees that it will execute or cause to be executed, the Project. 3.3 CONSULTANT will asslgn John Wyckoff as the project director to have supervisory responsibility for the performance, progress, and execution of the Project. John Wyckoff will be assigned as the project coordinator who will represent CONSULTANT during the day-to’day work on the Project. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director or project coordinator for any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior written approval of the project manager. 3.4 CONSULTANT represents and warrants that it will: 3.4.1 If requested by City, procure all permits and !i~enses, 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 Use due care to keep itself fully informed of applicable existingand 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 a minimum of three (3) .copies of any documents which are a part of the Deliverables upon their completion and acceptance by CITY. 000501 el 0053586 3 , 3.7 If CITY requests additional copies of any documents which are a part of the DeliveraSles, CONSULTANT will provide such additional copies and CITY. will compensate. CONSULTANT for its duplicating costs. 3.8 CONSULTANT will~ be responsible for employing or engaging all persons necessary to execute the Project. All consultants of CONSULTANT will be deemed to be-directly controlled and supervised by CONSULTANT, which will be responsible for their performance. If any employee or 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 will be discharged immediately from further performance under this Contract on demand of the project manager. 3.9 In the execution of the Project, CONSULTANT and its consultants, if any., will at all times be considered independent contractors and not agents or employees of CITY. 3.10 CONSULTANT will perform or obtain or cause to be performed or obtained any and all of the following Additional Services, not included under the Basic Services, if so authorized, in writing, by CITY: 3.10.1 Providing services as an expert witness in connection with any public hearing or meeting, arbitration proceeding,or proceeding of a court of record; 3.10.2 Incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 3.10.3 Performing any .other_Additional Services that may be agreed upon by the parties subsequent to the execution of this Contract; and 3.10.4 Other Additional Services now or hereafter described in Exhibit "A" to this Contract. 3.11 CONSULTANT will be responsible for employing all consultants deemed necessary to assist CONSULTANT in the 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. ~ 000501 cl 0053586 4 4.2 CITY will review and approve, as necessary, 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 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 cit.y manager will represent CITY for all purposes under this Contract. Daisy Stark is designated as the pro]act manager for the city manager. The pro3ect manager will supervise the performance, progress, and execution of the Project. 4.4 If CITY observes or otherwise becomes aware of any default in the performance of CONSULTANT, CITY will use reasonable efforts to give written notice thereof to CONSULTANT in a timely manner. SECTION 5.COMPENSATION 5.1 CITY will compensate CONSULTANT for the following services and work: 5.1.1 In consideration of the full performance of the Basic Services, including any authorized reimbursable expenses, CITY will ~pay CONSULTANT a fee not to exceed Sixty Thousand Dollars ($60,000.00) per year for the term of this contract. Total compensation shall not exceed One hundred eighty thousand dollars ($180,000.00) total. 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 rlght to refuse payment of such fees, if such prior approval is not. obtained by CONSULTANT. 5.1.2 The ful% 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 triplicate, of itemized costs coverlng such work or changes, or both. Prior to commencing such extra work or changes, or both, the parties will agree upon an estimated maximum cost for such extra work or changes. CONSULTANT will not be paid for extra work or changes, including, without limitation, any design work or change order preparation, which is made netessary on account of CONSULTANT’s errors, omissions, or oversights. 000501 cl 0053586 5.1.3 Direct personnel expense of employees assigned to the execJtion of the Project by CONSULTANT will include only the work of architects, engineers, deslgners, job captains, surveyors, draftspersons, specification writers and typists, in. consultation, research and design, work in producing drawings, specifications, and other documents pertaining to the Project, and in services rendered during construction at the site, to the extent such services are expressly contemplated under this Contract. Included in the cost of direct personnel expense of these employees are salaries and mandatory and customary benefits such as statutory employee benefits, insurance, sick leave, holidays and vacations, pensions and similar benefits. 5.2 The schedule 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 aft.er CONSULTANT has submitted all Deliverables, including, without limitation, reports which have been’appr0ved by the project manager. 5.2.2 Payment of the Additional Services will be made in monthly progress payments for services rendered, within thirty (30) days of submission, in triplicate, of such requests. 5.2.3 No deductions will be made from CONSULTANT’s compensation on account of penalties~ liquidated damages, or other sums withheld by CITY from payments to general contractors. SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS 6.1 Records of the direct personnel expenses and expensesincurred 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 acgounting principles and will be made available to CITY for auditing purposes at mutually convenient times during the term of this Contract and for three (3) years following the expiration or earlier termination of this Contract. 6.2 The originals of the Deliverables prepared by or under the direction of CONSULTANT in the performance of this Contract will become the property of CITY irrespective of whether the Project is completed upon CITY’s payment of the amounts required to be paid to-CONSULTANT. These 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 000501 e! 0053586 6 CONSULTANT. CITY shall indemnify CONSULTANT for any responsibility or liability for any.use of.such documents for Other than their intended use or for 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 deat~h 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 omlssions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONSULTANT in the performance of Or failure to perform its obligations under this Contract. SECTION 8. WAIVERS 8.1 The waiver by either party of any breach or violation of any covenant,, term, condition or provision of this Contract or of the provisions of any ordinance or law will not be deemed to be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any -subsequent breach .or violation of the same or of any other covenant, term, condition, provision, ordinance or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder will not be deemed to be a waiver of any preceding breach or violation by the other party of any covenant, term, condition or provision of this Contract or of any applicable law or ordinance. 8.2 No payment, partial payment, acceptance, or partial acceptance by CIT.Y will operate as a walver on the part of CITY of any of its rights under this Contract. SECTION 9. INSURANCE 9.1 CONSULTANT, at its sole cost and expense, will obtain and maintain, in full force and effect during the term of thisContract, the insuranc~ coverage described in Exhibit "C", insurmng 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. 9.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Rating Guide ratings of A:VII or higher which are admitted to transact insurance business fn 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 000501 ~I 0053586 Contract,identical insurance Coverage, naming CITY additional insured under such policies as required above. as an 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 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. 9.4 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 negligent Services performed under this Contract, including such damage, injury, or l.oss arising after the Contract is terminated or the term has expired. SECTION i0. WORKERS’ COMPENSATION i0.I CONSULTANT, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such 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 terminate this Contract, with or without cause, by giving thirty (30) days’ prior written notice thereof to CONSULTANT, or immediately after submisslon 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 suspend its execution of the Project by giving thirty (30) days’ prior written notice thereof to CITY, but only in the event of a substantial failure of performance by CITY or in the event CITY 000501 C10053586 8 -" 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 afterit has been suspended for more than 180 days, any change in CONSULTANT’s compensation will be subject to renegotiati0n and, if necessary, approval of CITY’s City Council. If this Contract is suspended or terminated on account of a defaultby 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 of 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 servlce in an amount which bears the same rati0to the total fee otherwise payable for the performance of the service as the quantum of service actually rendered bears to the services necessary for the full performance of that item of service. 11.4.3 The total compensation payable under the preceding paragraphs of this Section will not exceed the payment specified under Section 5 for the respective items of service to be ¯ furnished by CONSULTANT. 11.5 Upon such suspension or termination, CONSULTANT will deliver to the city manager immediately any and all copies of the Deli.verables, 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 thepart of CONSULTANT to fulfill its.obligations under this Contract. 000501 c10053586 9 SECTION 12. ASSIGNMENT 12.1 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 t~ 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 begiven, 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 City Project Manager:Daisy Stark, RWQCP 2501. Embarcadero Way 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. 14.2 CONSULTANT further covenants- that, in the performance of this Contract, it wiil not employ contractors-or persons having such an interest mentioned above. CONSULTANT certifies that no one who has ~r 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 provlsions of the Palo Alto Municipal Code and the Government Code of the State of California. 000501 el 0053586 1 0 SECTION 15~i 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 agrees to meet all requirements of the. Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "D". 15.2 CONSULTANT agrees that each contract for services from independent providers will contain a provision substantially as follows: "[Name of Provider] will provide CONSULTANT with a certificate stating that [Name of Provider] is-currently in compliance with all Federal and State of California laws covering nondiscrimination in employment; and t~at [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 provlsions of the State .of California Fair Employment Practices Act or similar provisions, of Federal law or executive order in the performance of th±s Contrac{, 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 bre~ch 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 brgach of this Contract. 15.4 If CONSULTANT ~s found in default of 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 two hundred fifty dollars ($250) for each calendar day during which CONSULTANT is not in compliance with this provislon as damages for breach of contract, or both. 000501 c10053586 11 SECTION 16. MISCELLANEOUS PROVISIONS 16.1 C~NSULTANT represents and _warrants that it ’has knowiedge of the requirements of the federal Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access.to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONSULTANT will comply with or ensure by its advice that compliance with such provisions will be effected pursuant to the terms of this Contract. 16.2 Upon the.agreement of the parties, any controversy or claim arising out. of or relating to this Contract may be settled by. arbitration in accordance with the Rules of the ~nerican 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 a~tion 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 deeme¢ 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. 16.9 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto will remain in full force and effect. 000501 d 0053586 1 2 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 Contracn. 16.11 This Cbntract may be executed in any number of counterparts, each of which will be an original, but all of which together will constitute one and the same instrument. 16.12 This Contract is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Contract will terminate without any penalty (a) at the end of any fiscal year in the eventthat funds are not appropriated for the following fiscal year~ or (b) at any time wlthin a fiscal year in the event that funds are on-ly 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 conflict with any other covenant, term, condition, or provision of this Contract. // // // // // // // // // // // // // // 000501 ~ 0053586 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first. above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: City Attorney APPROVED: Assistant City Manager Mayor KENNEDY/JENKS CONSULTANTS, INC. Title: Director of Public Works Director of Administrative Services Risk Manager (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signlng in their respective capacities is acceptable) Attachments : EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C": EXHIBIT "D": SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 000501 el 0053586 14 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) On /~/ /~/~-- , 2000, before me, the undersigned, a Notary Public in and for said County and State, personally appeared ~ ~.~/~<~’~,OW’~ ~,/_~-/,e~d ’ , personally known, to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) i~/are subscribed to the within instrument and acknowledged to me that b~/they executed the same in hi--r/their authorized capacity(ies), and that by his/her/their signature(S), on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. 000501 el 0053586 15 EXHIBIT A SCOPE OF WORK and ADDITIONAL TERMS 1.SCOPE OF WORK The scope of work will consist of the following engineering services associated with minor or emergency repair projects at the Palo Alto Regional.Water QualityControl. Plant. Work assignments; schedules, and the not-to-exceed fee computed on a time and material basis in accordance with the hourly rate set forth in Exhibit. B, w.ill= be established by the P~oject Manager for each project and agreed by City and Consultant in writing and shall be deemed incorporated herein and madea part-hereof by reference. The individual work assignments may include; but not be limited to, the. following: Perform investigations and engineering calculations tO determine-the material, - ¯ strength, size~ and other elements pertaining to plant equipment and structures;. Prepare final design.drawings and specifications; Review existing facilities and plant processes; . .- Provide eme.rgency response to review and evaluate plant process upsets, equipment failures, public complaints; Prepare engineering reports; Attend consultation meetings to formulate ideas and concepts .for plant modifications and improvements; Review calculations, design, drawings-and, specifications prepared by City staff or third party; , Perform construction observation and construction management for plant modifications and repairs; Assist in developing compliance actions to meet emerging regulations; TERM OF CONTRACT; RENEWAL The term of this Agreement shall be for an initial period of three years from the Effective Date. The Effective Date shall-be the Date of Execution of this Agreement. On each anniversary of the Effective Date, the Consultant shall submit to the City an updated schedule of charges-in effect at that time. The updated schedule of charges will then become a part of this Agreement ifagreed to by City. This Agreement may be either suspended of terminated pursuant to section 11 of the-Agreement. 2 Client/Address: Contract/Proposal Date: City of Palo Alto P.O. Box 10250 Palo Alto, CA 94301 June 2000 Kennedy/Jenks Consultants Schedule of Charges Januaw 1,2000 Personnel Com pensation Classification Hourly Rate Drafter/Technician ........................................................................................$66 Designer/Senior Technician ..........................................................................$78 Staff Engineer-Scientist ................................................................................$74 Senior Staff Engineer-Scientist-Specialist .....................................................$84 Engineer-Scientist ........................................................................................$98 Associate Enginee r-Scientist ......................................................................$1,15 Senior Associate Engineer-Scientist .............................~ .............................$125 Senior Engineer-Scientist ..............................~ ....................................., ......$140 Principal Engineer-Scientist ........................................................................$150 Senior Principal ..........................................................................................$160 Project Administrator/Word Processor* .........................................................$54 Non-Technical* .............................................................................................$42 *Time will be charged for preparation of technical reports/materials, and project specific administration and documentation. The above Hourly Rates include normal and incidental costs such as routine communications, postage and office supplies. Direct Expenses Reimbursement for direct expenses, as listed below, incurred in connection with the work, will be at cost plus ten percent for items such as: a.Maps, photographs, reproductions, printing, equipment rental, and special supplies related to the work. b.Consultants, soils engineers, surveyors, contractors, and other outside services. c.Rentedvehicles, local public transportation and taxis, travel and subsistence. d.Specific telecommunications and delivery charges. e.Special fees, insurance, permits, and licenses applicable to the work. f.Outside computer processing, computation, and proprietary programs purchased for thework. Reimbursement for owned automobiles, except trucks and four-wheel drive vehicles, used in connection with the work will beat the rate of 35 cents per mile. The rate for trucks and four-wheel drive vehicles will be $25 per day and 40 cents per mile. Reimbursement for use of microcomputers will be at the rate of $10 per hour. Reimbursement for use of computerized drafting systems (CADD) will be at the rate of $20 per hour for microcomputer based systems and $25 per hour for minicomputer based systems. Rates for professional staff for legal proceedings or as expert witnesses will be at rates one and one-half times the Houdy Rates specified above. Other in-house charges for prints and reproduction, equipment usage, laboratory analyses, etc. will be at standard corn pany rates. Excise and gross receipts taxes, if any, will be added as a direct expense. The foregoing Schedule of Charges is incorporated into the agreement for the servJces provided, effective January 1, 2000 through December 31, 2000. After December 31, 2000, invoices will reflect the Schedule of Charges currently in effect. EXHIBIT C cERi I.FICATE OF LIABILITY JNSURANCE "._-.¯z/13/ p~60u=em ""THIS CER~FIFICATE IS ISSUED AS A MAI-rER 0F INFORMAT Dealey, Renton & Associates ONLY AND CONFERS-NO RIGHTS UPON¯HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND ORPo O. Box 12675 ALTER THE COVERAGE AFFORDED BY THE POLICIES BE;LOW.oakland, CA 94604-2675 ¯"" 510 465-3090 David Eckman INSUREDKennedy/Jenks Consultants, 622 Folsom Street San Francisco,. CA 94.~07 INSURERS AFFORDING COVERAGE & IndUstry ~nsurance Company. Ins..co,. of Hartford COVERAGES ~3-1E POUCI~SOF ~I~U~ LL~’I’ED BELOW HAVE BEEN ISSUED TO THE "INSURED NAMED ABOVE FOR~HE POLICY PERIOD INDICATED. NOTWfl’HSTAN01N~ ,ANY REQUJflF.M~NT, TLeFIM OR ONDr/’~ON OF ANY CONTRACT OR OTHL=R DOCUMENT WITH RESPECT TO WHICH THI~ CERTIFICA’I~ MAY BE I~SUED oR MAY PERTAI/~, THE INSURANCE AFFORDED BY ]’HE PO/ICIES DEGCR(BED HEREIN rs sUBJECT TO ALL 1"HE TERMS, EXCLUSIONS AND CONDITIONS OF SUCHPOtJCIES. AGGREGATE LIMITS.SHOWN MAY HAVE BEEN REDUCED BY PAID CI ~.IM$, . NS;R P(~I~I’ #-FFEGTIV~. ’POUCT P_.~3=IRATION " "-IL’I’R i Tfl~ O1= INSURAMP~I~_._. pOLICY NUMBER OATE fMM/DO/Y’fl DAT~ fMM/D0/~lrJ L|MI’r~ A e__=N~UAB|LIW GL417-78-03 10/01/99 I0/01/00 EAOHOOOU~ReNC~=l, 000 , 000 =1,000,000_~_ COMMERCIAL GEN~ LIABILITI"’ FIRE DAMA(3 E (Any Ona Ik’a -- "-’--I OLAIM$ MADBj~’] OCCUR =BEN1. A~=RE~A’t’E LIMIT API~IE$ PER;: ~’J p~ ....~ PRO-~ LOC~.,ut~ ~ ~ I JFOT ~UTOMOeILE LmSI~W MZA80-200513 ANYAUTO ALL OWNED AUTOS S~HEDULED AUTOS B -- H,.ED AUTOSX-- .o..o..~oAutos ~ARAGE LIABR.II~’~ANYAUTO EXOE~ LIABILITY ~DEDUCTIBLE | RETENTION ,$ WORKERS COMPENSATION AND’EMPLOYERS’ kl~ BILIT~WZC80835055 All States Except Washington c O;HamProZessional cPL508~2 5iabi!ity oz-/6z’/oo 10/01/99 PERSOrNAL & AD,V. INJURY i $I, 0 0 0, 0 0 0 GENERAL AO(3REGAT{ I s.2 # 0 0 0 t 0 0 0 PRODUOTS-COMPIOP AGG lO/Oi)O0 OOMBINEOSlNOL~LIMIT Ol/Ol/Ol ~o/o~/oo ..,~,0.00,000 $i,000,000 BODILY INJUR~’ BODILY SNJURY PROPERTY DAMAGE AUTO ONLY- ~A ACCIDENI OTHER THAN EA AOO AUTO ONLY:.AGO EACH OOOU~,RENC~ AGGREGATE $ $ ~W¢ STATU- OTHoTOI~Y L M T~ E,L,I~AoHAccIO~N.T. _ . $1] 000/-O00 LE,L,DISEASE-~A~MPLO~EE Sl ! 000 ! 000 !F.L. DISEASE,PO, L.IC.Y.LIMI~ ~lf 000 f 000 I $i,.000,000 per Clai~ , $i,000,000 Annl. Aug. O~RI~ONOFoPERATIONSILO~ATIONSNEHIO~e~LUSIONSADOEDBY~NDOR~MENW~ECIALPROVISIONSGENERAL/AUTOMOBILE LIABILIT.Y’ADDITIONAL INSURED: City of Palo Alto, its officers, agents and employees. COverage is primary insurance. City of Palo Alto. Attn: ~urchasing Department P.O. Box 10250 Pa~?..A~.q, CA 9&~3 CANCEl/ATION SHOULDANYO~THEABOVI~ DESCRIBED POUOI~ BF.’O,4,NCELLED DA~T~EREOF, TH~I~UING INSURERWILLEND~AVORTO MAI~ DA~WR~N N~CE~E C~FICA~ HOLD~EDTO~E~, B~FAILU~ T0 D.O~S~LL IMPOSE NO OBLleA~ON OR LIABIU~ 0F ANY KIND.UPON THE INSURERITS A~EN~ REPRESENTATIVE~. EXHIBIT D CERTIFICATION OF NONDISCRIMINATION SECTION 410 PROJECT TITLE: Consultant Services on Small Improvements and Emergency Repair Projects for the RWQCP Certification of Nondiscrimination: As suppliers of goods, ors_ervice~ to the_~Gity, of.:Palo Alto, he firm and.individuals, listed below,oertify that they do not.disseminate, in employment= with regards to age,:-race;,.:co or, religi0n;se’x,: national origin, ancestry, disability, or Sexua} preference; that they -are .in compliance :with-all :Federal, State and local directives:-an&executive.iorders regarding nondiscdminationin employment. . . ::.’, : . ~ ... CITY OF PALO ALTO SECTION 410