Loading...
HomeMy WebLinkAbout2000-11-27 City Council (5)City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS 6 DATE:NOVEMBER 27, 2000 CMR:413:00 SUBJECT:AWARD OF CONSULTANT CONTRACT WITH BROWN, VENCE & ASSOCIATES IN THE AMOUNT OF $90,550 FOR THE REFUSE FUND COST OF SERVICE STUDY RECOMMENDATION " Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with Brown, Vence & Associates in the amount of $90,550 to perform the Refuse Fund Cost of Service Study. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Brown, Vence & Associates for related, additional but unforeseen work, which may develop during the project, the total value of which shall not exceed $9,000. DISCUSSION In November 1998, PASCO was formally acquired by USA Waste of California (a Waste Management Company). In August 1999, Council approved a new agreement for PASCO to provide refuse and recycling services within the City of Palo Alto starting September 1, 1999 for a term of up to ten years. The new agreement provides for a continuation Of the programs and services offered by PASCO, including backyard refuse and curbside recycling services. It also includes new services such as curbside collection of residential mixed paper and colored number two plastic bottle recycling, a citywide clean-up/reuse/recycling program and other special event services. The agreement established an operating ratio as a new method of compensation, which is based on the relationship between expenses and revenues. This method of compensation sets a target range to be two percent above or below the operating ratio (between 86 - 90 percent). The agreement with PASCO also requires two important components: performance reviews and cost of service studies. CMR:413:00 Page 1 of 3 As part of the 2001 performance review, the agreement with PASCO requires that a cost of service study be conducted. The cost of service study will be used as a benchmark to determine whether in future years the costs to provide the service remain at reasonable levels, taking into account inflation and the nature and extent of services provided. Project Description The work to be performed under the contract is to conduct a Refuse Fund cost of service study for the City of Palo Alto. The consultant will develop a cost of services methodology and calculate cost of services by category. The consultant will compare the rate schedules to other jurisdictions offering similar services and will evaluate the efficiency of PASCO services. The consultant will evaluate the current compensation formula and will review the amount of profit made by PASCO. The consultant will also develop a cost model for City staff to monitor and update on an annual basis the cost of services for solid waste management activities funded by the Refuse Fund. Selection Process Staff sent a request for proposals to nine consulting firm~ on September 26, 2000. Firms were given until October 17, 2000 to respond to the request. A total of three firms submitted proposals. Consultants not responding indicated that they did not submit a proposal because of the special nature of the study, which requires both solid waste management and financial/accounting experience. Some consultants also reported being too busy at the present time. Staff reviewed all proposals submitted and invited Brown, Vence & Associates and Hilton Farnkoff & Hobson for oral presentations and interviews. Staff reviewed the firms’ qualifications, with particular emphasis on past performance of the firm, teamwork with clients and other involved parties, familiarity with the issues relating to the scope of work, and qualifications of the project management and the proposed project team. Based on the written proposals and the oral interviews, staff selected Brown, Vence & Associates. Brown, Vence & Associates successfully completed the previous Refuse Fund cost of service study conducted in 1995 and will provide continuity as well as knowledge, understanding, and experience of solid waste management, the City of Palo Alto and PASCO. RESOURCE IMPACT Funds for this project are included in the 2000-01 Refuse Fund operating budget and -there is no impact to the Rate Stabilization Reserve. ENVIRONMENTAL ASSESSMENT This project is categorically exempt from provisions of the California Environmental Quality Act and no further environmental review is necessary. CMR:413:00 Page 2 of 3 -ATTACHMENTS Attachment A: Contract PREPARED BY: Michael Jackson, Deputy Director, Public Works/Operations Paula Borges, Executive Assistant, Public Works/Operations DEPARTMENT HEAD: ," ’ GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: Assistant to the City Manager CMR:413:00 Page 3 of 3 ATTACHMENT A CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND BROWN, VENCE AND ASSOCIATES, 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 Brown, Vence and Associates, Inc., a California corporation, located at 65 Battery Street, Suite 200, San Francisco, CA 94111 ("CONSULTANT"). RECITALS: WHEREAS, CITY desires certain professional consulting services ("Services") and the preparation ahd delivery of, without limitation, one or more sets of documents, data, calculations, surveys,schedules or other writings (~Deliverables") (Services and Deliverables are, collectively, the "Project"), as more fully described in Exhibit "A"; and WHEREAS, CITY desires to engage CONSULTANT, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONSULTANT has offered to complete the Project on the terms and in the manner set forth herein; terms, agree: NOW, THEREFORE, in consideration of the covenants, conditions, and provisions of this Contract, the parties SECTION I. TERM i.I This Contract will commence on the date of its execution by CITY, and will terminate one hundred fifty (150) calendar days thereafter, 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. 001117 cl 005iRWG/BrownVence 1 SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS 2.1 The scope of Services and Deliverables constituting the Project will be performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described below. 2.2 CITY may order substantial changes in the scope or character of the Basic Services, the Deliverables, or the Project, either decreasing or increasing the amount of work required of CONSULTANT. In the event that such changes are ordered, subject to the approval of CITY’s City Council, as may be required, CONSULTANT will be entitled to full compensation for all work performed prior to CONSULTANT’s receipt of the notice of change and further will be entitled to an extension of the time schedule. Any increase in compensation for substantial changes will be determined in accordance with the provisions of this Contract. CITY will not be liable for th@ 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. 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 construction project (for which the Deliverables are required) are distributed by CITY, will be corrected by CONSULTANT at no cost to CITY, provided CITY gives notice to CONSULTANT. SECTION 3. CONSULTANT QUALIFICATIONS, STATUS, AND DUTIES OF 3.1 CONSULTANT represents and warrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services and Deliverables. CONSULTANT further represents and warrants that the project director and every individual, including any consultant (or contractors), charged with the performance of the Services are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services, and that the Project will be executed by them or under their supervision. CONSULTANT will furnish to CITY for approval, prior to execution of this Contract, a list of all individuals and the names of their employers or principals to be employed as consultants. 001117 cl 005/RWG/BrownVence 2 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 assign Mr. Thomas Vence as the project director to have supervisory responsibility for the performance, progress, and execution of the Project. Mr. Peter Deibler 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 thfs 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 warrant% that it will: 3.4.1 Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawful prosecution of the Project; 3.4.2 Keep itself fully informed of all existing and future Federal, State of California, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract and any materials used in CONSULTANT’s performance of the Services; 3.4.3 At all times observe and comply with, and cause its employees and consultants, if any, who are assigned to the performance of this Contract to observe and comply with, the laws, ordinances,regulations, orders and decrees mentioned above; and 3.4.4 Will report immediately to the project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to the Deliverableso 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. 001117 cl 005/RWG/BrownVence 3 3.6 CONSULTANT will provide CITY with one (I) initial copy of each deliverable and, after City has acceptedthe deliverables, with the number of copies specified in _Exhibit "A". 3.7 If CITY requests additional copies of any documents which are a part of the Deliverables, CONSULTANT will provide such additional copies and CITY will compensate CONSULTANT for its duplicating costs. 3.8 CONSULTANT will be responsible for employing or engaging all persons necessary to execute the Project. All consultants of CONSULTANT will be deemed to be directly controlled and supervised by CONSULTANT, which willbe responsible for their performance.If any employee or consultant of CONSULTANT fails or refuses to carry outthe provisions of this Contract or appears to be incompetent orto act in a disorderly or improper manner, the employeeor 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 be responsible for employing all consultants deemed necessary to assist CONSULTANT in the performance of the Services. The appointment of consultants must be approved, in advance, by CITY, in writing, and must remain acceptable to CITY during the term of this Contract. SECTION .4. DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished the services listed in Exhibit "A" and such information regarding its requirements applicable to the Project as may be reasonably requested by CONSULTANT. 4.2 CITY will review and approve, as necessary, in a timely manner the Deliverables and each phase of work performed by CONSULTANT. CITY’s estimated time of review and approval will be 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. 001117 c1005/RWG/BrownVence 4 4.3 The city manager will represent CITY for all purposes under this Contract. Russ Reiserer is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Project, and will be assisted by Stephanie Hughes. 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 ~xceed Ninety Thousand Five Hundred Fifty dollars ($90,550). 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. 5.1.2 The full payment of charges for extra work or changes, or both, in the execution of the Project will be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the project manager. Payment will be made within thirty (30) days of submission by CONSULTANT of a statement, in triplicate, of itemize~ costs covering such work or changes, or both. Prior to commencing such extra work or changes, or both, the parties will agree upon an estimated maximum cost for such extra work or changes. CONSULTANT will not be paid for extra work or changes, including, without limitation, any design work or change order preparation, which is made necessary on account of CONSULTANT’s errors, omissions, or oversights. 5.1.3 Direct personnel expense of .employees assigned to the execution of the Project by CONSULTANT will include refuse fund cost of study personnel 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 ~mployee benefits, insurance, sick leave, holidays and vacations, pensions and similar benefits. 001117 cl 005/RWG/BrownVence 5 SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS 6.1 Records of the direct personnel expenses and expenses incurred in connection with the performance of Basic Services and Additional Services pertaining to the Project will be prepared, maintained, and retained by CONSULTANT in accordance with generally accepted accounting principles and will be made available to CITY for auditing purposes at mutually convenient times during the term of this Contract and for three (3) years following the expiration or earlier 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 CONSULTANT, but CONSULTANT disclaims any responsibility or liability for any alterations or modifications of such documents. SECTION 7.INDEMNITY 7.1 CONSULTANT agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents, from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arising out of CONSULTANT’s, its. officers’, agents’, consultants’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONSULTANT in the performance of or failure to perform its obligations under this Contract. SECTION 8.WAIVERS 8.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Contract or of the provisions of any ordinance or law will not be deemed to be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violation of the same or of any other covenant, term, condition, provision, ordinance or law. The subsequent acceptance by either party of any fee or other 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, 001117 el 005/R.WG/BrownVence 6 condition or provision of this Contract or of any applicable law or ordinance. 8.2 No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 9. INSURANCE 9.1 CONSULTANT, at its sole cost and expense, will obtain and maintain, in full force and effect during the term of thi’s Contract, the insurance coverage described in Exhibit insuring not only CONSULTANT and its consultants, if any, but also, with the exception of workers’ compensation, employer’s liability and professional liability insurance, naming CITY as an additional insured concerning CONSULTANT’s performance under this Contract. ÷ 9.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Ratinq Guide ratings of A:VII or higher which are admitted to transact insurance business in the State of California. Any and all consultants of CONSULTANT retained to perform Services under this Contract will obtain and maintain, in full force and effect during the term 04- this Contract, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 9.3 Certificates of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approval of CITY’s risk manager and will contain an endorsement stating that the insurance is primary coverage and will not be canceled or altered by the insurer except after filing with the CITY’s city clerk thirty (30) days’ prior written notice of such cancellation or alteration, and that the 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 Services performed under this Contract, including suchdamage, 001117 el 005/R.WG/BrownVence 7 injury, or loss 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 thfs 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. 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 indefinitely withholds or withdraws its request for the initiation or continuation of Basic Services or the execution of the Project. 11.3 Upon such suspension or termination by CITY, CONSULTANT will be compensated for the Basic Services and Additional Services performed and Deliverables received and approved prior to receipt of written notice from CITY of such suspension or abandonment, together with authorized additional and reimbursable expenses then due. If the Project is resumed after it has been suspended for more than 180 days, any change in CONSULTANT’s compensation will be subject to renegotiation and, if necessary, approval of CITY’s City Council. If this Contract is suspended or terminated ~on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY, as such determination may be made ’by the city manager in the reasonable exercise of his discretion. 001117 cl 005/RWG/BrownVence 8 11.4 In the event of termination of this Contract or suspension of work on the Project by CITY where CONSULTANT is not in default, CONSULTANT will receive compensation as follows: 11.4.1 For approved items of services, CONSULTANT will be compensated for each item of service fully performed in the amounts authorized under this Contract. 11.4.2 For approved items of services on which a notice to proceed is issued by CITY, but which are not fully performed, CONSULTANT will be compensated for each item of service in an amount 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. 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 Deliverables, whether or not completed, prepared by CONSULTANT or its consultants, if any, or given to CONSULTANT or its consultants, if any, in connection with this Contract. Such materials will become the property of CITY. 11.6 The failure of CITY to agree with CONSULTANT’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONSULTANT .to fulfill its obligations under this Contract. SECTION 12. ZSSIGNMENT 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 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. 001117 cl 005/RWG/BrownV~nc~9 SECTION 13.NOTICES 13.1 All notices hereunder will be given, in writing, and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 14. CONFLICT OF INTEREST 14.1 In accepting this Contract, CONSULTANT covenants that it presently has no interest, and will °not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 14.2 CONSULTANT further covenants that, in the performance of this Contract, it will not employ contractors or persons having such an interest mentioned above. CONSULTANT certifies that no one who has or will have any financial interest under this Contract is an officer 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 15. NONDISCRIMINATION 15.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment~ of persons under this Contract because bf 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: 001117 el 005/RWG/BrownVence 1 0 "[Name of Provider] will provide CONSULTANT with a certificate stating that [Name of Provider] is currently in compliance with all Federal and State of California laws covering nondiscrimination in employment; and that [Name of Provider] will not discriminate in the employment of any person under this contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person." 15.3 If CONSULTANT is found in- violation of the nondiscrimination provisions of the State of California Fair Employment Practices 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. SECTION 16. MISCELLANEOUS PROVISIONS 16.1 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. 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 American Arbitration Association, and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. 16.3 This Contract will be governed by the laws of the State of California,. excluding its conflicts of law. 001117 el 005/RWG/BrownVence 1 1 16.4 In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 16.5 The prevailing party in any action brought to enforce the terms of this Contract or arising out ofthis Contract may recover its reasonable costs and attorneys’fees expended in connection with that action. 16.6 This document represents the entire and integrated Contract between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 16.7 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 16.8 The covenants, terms, conditions and provisions of this Contract will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants, as the case may be, of the parties. 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 prgvisions of this Contract and any amendments thereto will remain in full force and effect. 16.10 All exhibits referred to in this Contract and any addenda, appendices, attachments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and will be deemed to be a part of this Contract. 16.11 This Contract may be executed in any number of counterparts, each of which will be an original, but all of which together 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 event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 16.12 will 001117 cl 005/RWG/BrownVence 12 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. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Assistant City Manager Director of Administrative Services Director of Public Works Risk Manager Attachments: EXHIBIT ’~A": EXHIBIT "B": EXHIBIT "C": EXHIBIT "D": Mayor BROWN, VENCE AND ASSOCIATES, INC. By: Name: Title: By: Name: Title: Taxpayer Identification No. qq- 25-7 qd- o [Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 001117 cl 005/RWO/BrownVence 13 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) On /q/O0C~ , 200~_, before me, the undersigned, a Notary Public in an@ for said County and State, personally appeared ~/_. ~L~/~ D ~W~ ~~, personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal ic ~N FRANCISCO cO_UN_T_Y__ : 001117 el 005/RWG/BrownVence 14 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) On /VO~ , 2000, before me, the undersigned, a Notary Public in and .~or said County and State, personally appeared /Y~~ ~ _(~%~.~/O ~’~, personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), ’and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.WITNESS my hand~ and official s ~blic GARY BADERCOMM. #1229958 "~NOTARY PUBLIC-CALIFORNIA 0 SAN FRANCISCO COUNTY ~oMy Comrn, Expires Aug, 21, 2003 001117 el 005/RWG/BrownVence 15 EXHIBIT A.- PART II- SCOPE OF SERVICES AND TilVlE SCHEDULE ~ASIC SERVICES B.Scope of Work ¯ In general, the work of this project consists of the following tasks: Task 1 Consultant shall review and evaluate all information, data, reports-, and. documents as listed in Table 1. Consultant shall meet with PASCO and City staff te get a Clear understanding.of City’s policies. ¯ regarding ~olid waste management and information/data regarding solid .waste prdgram services, budget, PASCO cost data, contract documents, rate structure, and’ billing system. Task 2 Consultant shall develop cost of services methodology and calculate cost of. services by category (i.e. collection, disposal, recycling, street and parking lot sweeping, composting, household hazardous waste, administration and support and special events) Consultant shall also use current available cost data and field observation to develop .actual costs of the following: refuse transportation cost from the City of Palo Alto (City) to the City’s. landfill, the SMART Station and Kirby Canyon Landfill; and recycling processiqg cost. Task 3 Consultant shall develop cost allocation methodology for allocating cost of services to cu,.4tomer class (i.e. residenti.a.I R1, P,2, R3, etc..., commercial, industrial),, including .the development of a typical bill at full cost of services itemized by cost.components. Task Consultant shall complete an analysis of the rate schedules, which would comp,are rates With other similar jurisdictions offering similar services (i.e. backyard collection, recycling,~. composting, street sweeping, commercial recycling). Task 5 Consultant shall ¯evaluate the efficiency of ’PASCO .services, including an analysis of company management, staffing, routes, schedules, record keeping, use and. maintenance of equipment and facilities, equipment replacement and salvage value. Consultant shall recommend programs, which can be operated at a lower cost while maintaining the same high level of services. Task 6 Consultant shall evaluate.the current compensation formula .and review the amount of profit made 15y PASCO with regard to appropriateness and reasonablenessl Task 7 Consultant shall develop a cost model for City’s staff to annually update the cost of services for solid waste management activities funded by the Refuse Fund. The model should be user friendly and EXHIBIT.A. PART II - SCOPE OF SERVICES AND TIME SCHEDULE ¯ BASIC SERVICES Task 8 Task 9 should be accompanied by clear written instruction for City’s staff to use it. Consultant shall attend seven (7) meetings as determined by City’s staff, Consultantshall prepare and ~ubmit report for review and appro~)al as follows:L 70% completion report submittal: 95% completion.report submittal: Final report submittal: 08 copies 08 copies 12 copies Project Schedule The project schedule pr6vided below 6orrespond’~with Services. t~tas1~oudined~Secfion 1, Scope of Project Schedule. I Cost of Service Study, Dec. 2.000 - Apr. 2.001, D.ec.Jan.Feb.Mar. Apr. I Review Background Information Develop Cost ofService Methodology.. 3 J Develop Cost Allocation Methodo.logy Ana!y~,e and Compare. Rate Schedules Conduct PerformanCe Review IEvaluate C6mpensation and Profit 7 I Develop Model I I 1 I I I I 8 I Project Meetings (7,-scheduled by City) 9.1 I Preliminary Draft Report 9.2 I Dr~ft Report 9.3 I Final Report I I I . . F:~MK’T\2000.~07900\45CHE.DOC I 4’- 1.’ Fee Schedule E~IBIT B Cost of Service Study City o~Palo Alto, CA Brown, Vence & Associates l July 2000 - December 2001 Technical ServJ~:es Principal Vice President Senior Assodate Ii Senior Associate.I Associ.ate II Asmciate I Engln.eer/Plar~. er II Engineer/Planner I Administrative support Reimbursable Costs Consultants/Subcontractors ¯ Lodging and meals Travel Private or company c.ar Other .Delivery and other expenses Communications $160 per hour $135 per hour $125 per hour $115 per hour $10,5. pex hour $95.1p~,.hour $85 per hdur $75 per horn: $50 per hour cost plus 10 perdent cost plus 10 percent $0.32 per mile cost plus 10 percent cost plus. 10 percent i percent surcharge on total invoice Paymen~ Unless otherwise agreed in writing, ’fees will be billed monthly at the firsj of each month for the preceding month and will be payable-within 30 days of the date of the invoice. Escalation Should the project extend beyond December 31,2001, fees will be escalated annually in accordance with the change.in the Consumer Price Index for the San Francisco Bay Area. Late Charges Invoices that are not paid within 30 days will be charged a monthly l~te fee of 1.5 percent of the ¯ outstanding amotmt. Additionally, time spent pursuing overdue accounts receivable will be added to the client’s invoice. Sudh time is considered over and above the agreed scope of work and thus is in addition to any agreed fee, 5- ,~ I COST PROPOSAL Staff Billing. Ral:e~s Brown, Vence & Associates Tom Vence Peter Dei~ler Mike Greenberg Richard Tago~e-Erw{n Steve Brekke-Brow~ell Tom Curtis Ann Guy Slater & Company Jo]~ Slater Darln Martella Parsons & Associates .Joy Parsons $160 per hour $135 per hour $135 per hour $135 per hour $125 p.er hour $125 per hour $95 per hour $150 per H0~ar " $100 per hour $100 per hour BROWN, VENCE’a ASSOCIATES [ 5 - 3 Cost Proposal Provided below is BVA’s cost proposal for the Cost of Serwc~ Study. The tasks correspond with those o.utlined in the Scope of Services in ~ection 1, Our f~e schedule and .staff~El~in.~ rates is included on the following pages, Fee Estimate Task I1 I Review Background InformafJon 2 I Devel°p Cost of Se~ice Methodology 3 I Develop Cost Allocation .Methodology 5 I Condu~t Performance Review ’6 I Evaluate Compensation a,nd Profit 7 I Develop Model 8 [ Pr.oject Meetings 9 I Project Report Total ,". -- Estimate $8,825 $9,255 $5,875 A___CORD,. PRODUCER Berger & 1ones P.O. Box 5158 San Ramon, CA 925-277-9090 & ’~NSUREO Brown Fodtibit IC CERTIFICATE OF LIABILITY INSURANCE Insurance Agency 94583 FAX 925-277-9095 Vence and Associates 65 Battery Street, Suite #200 San Francisco, CA 94111 (415) 434-0900. COVERAGES I DATE (MM/DD/Y’~ 03/09/2000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE ~NSURER~ Greenwich Insurance Company INSURERB: Greenwich Insurance Company ~NSURERC: Greenwich Insurance Company INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY" PERIOD (NDICATED, NOTVVITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ]NSR POUCY EFFECTIVELTRTYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YY) GENERAL LIABlUTY ~MMERCIAL GENERAL LIABILITY CLAIMS MADE IXl OCCUR A GEC0001284 03/01/00 GEN’L AGGREGATE LIMIT APPLIES PER: -----] POLICY r--] PRO-JECT ~] LOC AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS B X HIREDAUTOS AEC0001285 03/01/00 X NON-OWNED AUTOS GARAGE LIABILITY~ANY AUTO ~.~ES S LIABILITYOCCUR L.~CLAIMS MADE ~DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY OTHER Prof.PEC0001286 03/01/00 C & Environmental Liability DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSlONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Consulting Engineering Services. Confirmation of Liability Insurance. Certificate Holder is named additional insured on per attached CG 20 i0 i0 93. Palo Alto Landfill Gas Recovery Survey/Assessment CERTIFICATE HOLDER I X ADDITIONAL tNSURED; INSURER LETTER: A CANCELLATION POLICY EXPIRATIONDATE (MMIDD/YY) City of Palo Alto Purchasing & Contract Admin. 250 Hamilton Avenue Palo Alto, CA 94301 03/01/01 03/01/01 03/01/01 UMES " EACH OCCURRENCE FIRE DAMAGE (Any one fire) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG *2,000,000 50,000 5,000 =2,000,000 *2,000,000 *2,000,000 PROPERTY DAMAGE(Per accident) COMBINED SINGLE LIMIT (Ea accident)* 2,0 0 0,0 0 0 BODILY INJURY (Per person)$ BODILY INJURY (Per accident)$ $ AUTO ONLY- EA ACCIDENT OTHER THAN EA ACC AUTO ONLY:AGG EACH OCCURRENCE AGGREGATE WC STATU-I OTH-TORY L MITS I ER E.L EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ $ $ $ $ $ $ $ $ $2,000,000 Each Claim $2,000,000 Aggregate $25 000 Ded. per claim SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDF..~AVOR TO MAIL 3 0 DAYS WRIt’TEN NOTICE TO THE CERTIRCATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATNES, General Liability Policy as Project RFP #114682 POLICY~ NUMBER: GEC0001284 CG 20 10 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - O ERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. Name of Person or Organization: City of Palo Alto Purchasing & Contract Administration 250 Hamilton Avenue Palo Alto, CA 94301 SCHEDULE (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to iriclude as an insured the person or organization shown in the Scheidule, but only with respect to liability arising out of your ongoing operations performed for that insured. Re: Brown Vence & Associates 65 Battery Street, Suite #200 San Francisco, CA 9411t Greenwich Insurance Company Policy #GEC0001284 Effective: 03/01/2000 to 03/01/2001 CG 20 10 10 93 Copyright, Insurance Services Office, Inc., 1992 PRODUCER _ Berger & Jones P.O. Box 5158 San Ramon, CA 925-277-9090 & -- I DATE (MMIDD/YY)CERTIFICATE OF LIABILITY INSURANCE o8/o8/2ooo THIS CERTIFICATE IS ISSUED AS A MATIER OF INFORMATIONONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATEInsurance Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND ORALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 94583 FA~ 9 2 5- 2 7 7 - 9 0 9 5 INSURERS AFFORDING COVERAGE NSURED Brown Vence and Associates 65 Battery Street, Suite #200 San Francisco, CA 94111 (415) 434-0900 IFAX: (415) 956-6220 COVERAGES INSRLTR INSURER A: INSURER B: INSURER C: INSURER D: INSURER E; American States Insurance Co. THE’POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED ORMAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS ,SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVETYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YY~ 07/20/00 POLICY EXPIRAllONDATE (MMIDD/Y~ 07/20101 EACH OCCURRENCE FIRE DAMAGE (Any one fire) MEO EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE ’PRODUCTS - COMP/OP AGG UMITS $ $ $ $ $ $ COMBINED SINGLE LIMIT(Ea accident)$ BODILY INJURY(Per person)$ BODILY INJURY(Per accident)$ PROPERTY DAMAGE(Per accident) AUTO ONLY - EA ACCIDENT OTHER THAN EA ACC AUTO ONLY:AGG EACH OCCURRENCE AGGREGATE $ $ $ $ $ $ $ $ $ x l WC 8TATU-OTH- t TORY LIMITS I ER E.L EACH ACCIDENT E.L DISEASE - F_A EMPLOYEE E.L DISEASE- POLICY LIMFF $i,000,000 $i, 000,000 $i,000,000 GENERAL LIABILITY _~MMERCIAL GENERAL LIABILITY CLAIMS, MADE ~--] OCCUR GEN’L AGGREGATE LIMIT APPLIES PER: ~! POLICY ~ PRO-I I JECT I I LOC AUTOMOBILE UABILITY ALL OWNED AUTOS SCHEDULED AUTOS i HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY~ANY AUTO ~DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY OTHER 01-WC-984078 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CONFIRMATION OF WORKERS’ COMPENSATION INSURANCE. CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: City of Palo Alto Contract Administration P. O. Box 10250 250 Hamilton Avenue Palo Alto, CA 94303 ACORD25~(7~7) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO $O SHALL IMPOSE NO OBLIGATION OR LIABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATWE& CORD CORPORATION 1988 EXHIBIT D PART III - CERTIFICATION OF NONDISCRIMINATION FORM ~,10 Project:Refuse Fund Cost of Service Study 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 discdminate in employment with regards to age, race, color, religion, sex, national Qdgin, ancestry, disability, or sexual preference; that they are in compliance with all Federal, State ~hd-tocal ..d.irectives and executive orders regarding nondiscrimination in employment.. .Firm: Brownr Vence & Associate9 DATE: 10-17-0.0 Titleof Offi, e’er ~i, gning’~. Sig n atu re(-.//~//(~~~! .. CITY OF PALO ALTO: CERTIFICATION OF NONDISCRIMINATION RFP #129763