HomeMy WebLinkAboutStaff Report 2506-4867CITY OF PALO ALTO
CITY COUNCIL
Monday, November 03, 2025
Council Chambers & Hybrid
4:30 PM
Agenda Item
8.Approval of Professional Services Contract Number C26194191 with TJC and Associates,
Inc. in the Amount Not-to-Exceed $242,483 for Dahl & Park Reservoirs Structural
Evaluation and Condition Assessment. CEQA Status – Exempt Under CEQA Guidelines
Sections 15061(b)(2) and (b)(3).
City Council
Staff Report
From: City Manager
Report Type: CONSENT CALENDAR
Lead Department: Utilities
Meeting Date: November 3, 2025
Report #:2506-4867
TITLE
Approval of Professional Services Contract Number C26194191 with TJC and Associates, Inc. in
the Amount Not-to-Exceed $242,483 for Dahl & Park Reservoirs Structural Evaluation and
Condition Assessment. CEQA Status – Exempt Under CEQA Guidelines Sections 15061(b)(2) and
(b)(3).
RECOMMENDATION
Staff recommends that City Council approve and authorize the City Manager or their designee
to execute Contract Number C26194191 (Attachment A) with TJC and Associates Inc. for Dahl &
Park Reservoirs Structural Evaluation and Condition Assessment for a term of three years and a
total, not-to-exceed amount of $242,483, including $232,483 for basic services and $10,000 for
additional services.
EXECUTIVE SUMMARY
The City of Palo Alto’s Water Tank Seismic Upgrade and Rehabilitation (WS-09000) projects
provide proactive rehabilitation, seismic upgrades, and replacement of the City’s aging water
storage tank infrastructure. Since 2010, five of the City’s seven drinking water storage
reservoirs have been seismically retrofitted, rehabilitated, or newly constructed. The two
remaining tanks, Dahl Reservoir and Park Reservoir, are currently included in the Water Tank
Seismic Upgrade and Rehabilitation (WS-09000) budget for engineering inspections and seismic
assessment, with potential replacements planned for FY 2029 and FY 2030. To support the
upcoming design phase for the Dahl and Park Tank project and a pending grant application,
staff seek to retain professional services to perform a condition assessment, which includes
seismic assessment and conceptual level improvements with estimated construction costs. The
contract with TJC and Associates, Inc. includes the necessary engineering seismic analysis to
inform you of the full design and provide the information required by the state’s 2025 Hazard
Mitigation Grant Program, which may provide up to $6,000,000 in grant funding for the project.
BACKGROUND
The City of Palo Alto (City) owns and maintains two welded steel, potable water storage tanks
called Park Reservoir and Dahl Reservoir, located in the Palo Alto foothills area near Page Mill
Road. The tanks are 61 years old and require seismic retrofits, roof replacement, new coating,
modifications to vents, and other miscellaneous improvements and repairs. Both reservoirs are
one million gallon tanks, serving residential customers on Page Mill Road and in the Los Trancos
area. The tank sites are located in the Palo Alto Foothills, approximately 4.5 miles south of
Interstate 280 off Page Mill Road. While both tanks have been tentatively programmed for full
replacement in FY 2029 and FY 2030, seismic retrofitting or other rehabilitation may be
feasible, instead of a full tank replacement.
ANALYSIS
1. The project consisted of three phases: 1)
Condition Assessment; 2) Design; and 3) Engineering Services During Construction. The
solicitation period was posted for 102 days. 47 proposal packages were downloaded however
no proposals were received. Four potential proposers attended a pre-proposal meeting, some
expressed concerns to deliver the complexity of the scope with their current staffing. The
solicitation closed on February 16, 2024.
1 Public Link to Solicitation: https://procurement.opengov.com/portal/palo-alto-ca/projects/67117/
FISCAL/RESOURCE IMPACT
Funding for the contract is funded through the Fiscal Year 2026 Adopted Water Tank Seismic
Upgrade and Rehabilitation (WS-09000) Capital Project.
STAKEHOLDER ENGAGEMENT
The key stakeholders for this project include the Utilities Department, Fire Department, Office
of Emergency Services, and Administrative Services. Engagement strategies include
coordination meetings among various City departments and working groups involved with
hazard mitigation, grant funding, and infrastructure planning.
ENVIRONMENTAL REVIEW
Council action on this item is exempt from California Environmental Quality Act (CEQA) review
under sections 15061(b)(2) and (b)(3) because the proposed actions to assess conditions and
prepare a seismic analysis have no potential to result in physical impacts on the environment
and because the Dahl and Park Tanks project, which the proposed action relates to, was
previously evaluated under CEQA prior to approval and was found to be categorically exempt
under CEQA Guidelines Section 15301 (repair, maintenance, or minor alteration of existing
public facilities involving negligible or no expansion of existing or former use) and Section
15302 (replacement or reconstruction of existing utility systems and/or facilities involving
negligible or no expansion of capacity).
ATTACHMENTS
Attachment A: TJC and Associates, Contract C26194191
APPROVED BY:
Alan Kurotori, Director Utilities
Staff: Patrick LaBruzzo P.E., Principal Engineer, Water, Gas and Wastewater Engineering
Professional Services
Rev. Oct 16,2024 Page 1 of 24
CITY OF PALO ALTO CONTRACT NO. C26194191
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE CITY OF PALO ALTO AND TJC AND ASSOCIATES, INC.
This Agreement for Professional Services (this “Agreement”) is entered into as of the 20th day of
October, 2025 (the “Effective Date”), by and between the CITY OF PALO ALTO, a California
chartered municipal corporation (“CITY”), and TJC AND ASSOCIATES, INC., a corporation,
located at 2300 Clayton Road, Suite 1450, Concord, CA 94520 (“CONSULTANT”).
The following recitals are a substantive portion of this Agreement and are fully incorporated herein
by this reference:
RECITALS
A. CITY intends to determine the condition of its water reservoir tanks (the “Project”) and
desires to engage a consultant to provide structural engineering services for the condition
assessment of Dahl and Park reservoirs in connection with the Project (the “Services”, as detailed
more fully in Exhibit A).
B. CONSULTANT represents that it, its employees and subconsultants, if any, possess the
necessary professional expertise, qualifications, and capability, and all required licenses and/or
certifications to provide the Services.
C. CITY, in reliance on these representations, desires to engage CONSULTANT to provide
the Services as more fully described in Exhibit A, entitled “SCOPE OF SERVICES”.
NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, in this
Agreement, the parties agree as follows:
SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described
in Exhibit A in accordance with the terms and conditions contained in this Agreement. The
performance of all Services shall be to the reasonable satisfaction of CITY.
SECTION 2. TERM.
The term of this Agreement shall be from the effective date of this agreement through October 19,
2028, unless terminated earlier pursuant to Section 19 (Termination) of this Agreement.
SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance
of Services under this Agreement. CONSULTANT shall complete the Services within the term of
this Agreement and in accordance with the schedule set forth in Exhibit B, entitled “SCHEDULE
OF PERFORMANCE”. Any Services for which times for performance are not specified in this
Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and
timely manner based upon the circumstances and direction communicated to the CONSULTANT.
CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery
of damages for delay if the extension is required due to the fault of CONSULTANT.
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 2 of 24
SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to
CONSULTANT for performance of the Services shall be based on the compensation structure
detailed in Exhibit C, entitled “COMPENSATION,” including any reimbursable expenses
specified therein, and the maximum total compensation shall not exceed Two Hundred Thirty-
Two Thousand Four Hundred Eighty-Three Dollars ($234,483.00) . The hourly schedule of
rates, if applicable, is set out in Exhibit C-1, entitled “SCHEDULE OF RATES.” Any work
performed or expenses incurred for which payment would result in a total exceeding the maximum
compensation set forth in this Section 4 shall be at no cost to the CITY.
Optional Additional Services Provision (This provision applies only if checked and a
not-to-exceed compensation amount for Additional Services is allocated below under this
Section 4.)
In addition to the not-to-exceed compensation specified above, CITY has set aside the not-
to-exceed compensation amount of Ten Thousand Dollars ($10,000.00) for the
performance of Additional Services (as defined below). The total compensation for
performance of the Services, Additional Services and any reimbursable expenses specified
in Exhibit C, shall not exceed Two Hundred Forty-Two Thousand Four Hundred
Eighty-Three Dollars ($242,483.00), as detailed in Exhibit C.
“Additional Services” means any work that is determined by CITY to be necessary for the
proper completion of the Project, but which is not included within the Scope of Services
described at Exhibit A. CITY may elect to, but is not required to, authorize Additional
Services up to the maximum amount of compensation set forth for Additional Services in
this Section 4. CONSULTANT shall provide Additional Services only by advanced,
written authorization from CITY as detailed in this Section. Additional Services, if any,
shall be authorized by CITY with a Task Order assigned and authorized by CITY’s Project
Manager, as identified in Section 13 (Project Management). Each Task Order shall be in
substantially the same form as Exhibit A-1, entitled “PROFESSIONAL SERVICES TASK
ORDER”. Each Task Order shall contain a specific scope of services, schedule of
performance and maximum compensation amount, in accordance with the provisions of
this Agreement. Compensation for Additional Services shall be specified by CITY in the
Task Order, based on whichever is lowest: the compensation structure set forth in Exhibit
C, the hourly rates set forth in Exhibit C-1, or a negotiated lump sum.
To accept a Task Order, CONSULTANT shall sign the Task Order and return it to CITY’s
Project Manager within the time specified by the Project Manager, and upon authorization
by CITY (defined as counter-signature by the CITY Project Manager), the fully executed
Task Order shall become part of this Agreement. The cumulative total compensation to
CONSULTANT for all Task Orders authorized under this Agreement shall not exceed the
amount of compensation set forth for Additional Services in this Section 4.
CONSULTANT shall only be compensated for Additional Services performed under an
authorized Task Order and only up to the maximum amount of compensation set forth for
Additional Services in this Section 4. Performance of and payment for any Additional
Services are subject to all requirements and restrictions in this Agreement.
SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 3 of 24
invoices to the CITY describing the Services performed and the applicable charges (including, if
applicable, an identification of personnel who performed the Services, hours worked, hourly rates,
and reimbursable expenses), based upon Exhibit C or, as applicable, CONSULTANT’s schedule
of rates set forth in Exhibit C-1. If applicable, the invoice shall also describe the percentage of
completion of each task. The information in CONSULTANT’s invoices shall be subject to
verification by CITY. CONSULTANT shall send all invoices to CITY’s Project Manager at the
address specified in Section 13 (Project Management) below. CITY will generally process and
pay invoices within thirty (30) days of receipt of an acceptable invoice.
SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All Services shall be performed
by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it,
its employees and subcontractors, if any, possess the professional and technical personnel
necessary to perform the Services required by this Agreement and that the personnel have
sufficient skill and experience to perform the Services assigned to them. CONSULTANT
represents that it, its employees and subcontractors, if any, have and shall maintain during the term
of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature
that are legally required to perform the Services. All Services to be furnished by CONSULTANT
under this Agreement shall meet the professional standard and quality that prevail among
professionals in the same discipline and of similar knowledge and skill engaged in related work
throughout California under the same or similar circumstances.
SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of
and in compliance with all federal, state and local laws, ordinances, regulations, and orders that
may affect in any manner the Project or the performance of the Services or those engaged to
perform Services under this Agreement, as amended from time to time. CONSULTANT shall
procure all permits and licenses, pay all charges and fees, and give all notices required by law in
the performance of the Services.
SECTION 8. ERRORS/OMISSIONS. CONSULTANT is solely responsible for costs,
including, but not limited to, increases in the cost of Services, arising from or caused by
CONSULTANT’s errors and omissions, including, but not limited to, the costs of corrections such
errors and omissions, any change order markup costs, or costs arising from delay caused by the
errors and omissions or unreasonable delay in correcting the errors and omissions.
SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works
project, CONSULTANT shall submit estimates of probable construction costs at each phase of
design submittal. If the total estimated construction cost at any submittal exceeds the CITY’s
stated construction budget by ten percent (10%) or more, CONSULTANT shall make
recommendations to CITY for aligning the Project design with the budget, incorporate CITY
approved recommendations, and revise the design to meet the Project budget, at no additional cost
to CITY.
SECTION 10. INDEPENDENT CONTRACTOR. CONSULTANT acknowledges and agrees
that CONSULTANT and any agent or employee of CONSULTANT will act as and shall be
deemed at all times to be an independent contractor and shall be wholly responsible for the manner
in which CONSULTANT performs the Services requested by CITY under this Agreement.
CONSULTANT and any agent or employee of CONSULTANT will not have employee status
with CITY, nor be entitled to participate in any plans, arrangements, or distributions by CITY
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 4 of 24
pertaining to or in connection with any retirement, health or other benefits that CITY may offer its
employees. CONSULTANT will be responsible for all obligations and payments, whether
imposed by federal, state or local law, including, but not limited to, FICA, income tax
withholdings, workers’ compensation, unemployment compensation, insurance, and other similar
responsibilities related to CONSULTANT’s performance of the Services, or any agent or
employee of CONSULTANT providing same. Nothing in this Agreement shall be construed as
creating an employment or agency relationship between CITY and CONSULTANT or any agent
or employee of CONSULTANT. Any terms in this Agreement referring to direction from CITY
shall be construed as providing for direction as to policy and the result of CONSULTANT’s
provision of the Services only, and not as to the means by which such a result is obtained.
SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of
CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign
or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s
obligations hereunder without the prior written approval of the City Manager. Any purported
assignment made without the prior written approval of the City Manager will be void and without
effect. Subject to the foregoing, the covenants, terms, conditions and provisions of this Agreement
will apply to, and will bind, the heirs, successors, executors, administrators and assignees of the
parties.
SECTION 12. SUBCONTRACTING.
Option A: No Subcontractor: CONSULTANT shall not subcontract any portion of the
Services to be performed under this Agreement without the prior written authorization of the City
Manager or designee. In the event CONSULTANT does subcontract any portion of the work to
be performed under this Agreement, CONSULTANT shall be fully responsible for all acts and
omissions of subcontractors.
Option B: Subcontracts Authorized: Notwithstanding Section 11 (Assignment) above, CITY
agrees that subcontractors may be used to complete the Services. The subcontractors authorized
by CITY to perform work on this Project are:
• Engeo, Joseph Seibold, (415)613-3382, jseibold@engeo.com
• JDH Corrosion Consultants, Inc., Sean Carey, (925)927-6630,
SCarey@JDHCorrosion.com
• Bay Area Coating Consultants Inc., Ed Darrimon, (888)384-6839
edarrimon@bayareacoating.com
CONSULTANT shall be responsible for directing the work of any subcontractors and for any
compensation due to subcontractors. CITY assumes no responsibility whatsoever concerning
compensation of subcontractors. CONSULTANT shall be fully responsible to CITY for all acts
and omissions of subcontractors. CONSULTANT shall change or add subcontractors only with
the prior written approval of the City Manager or designee.
SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Hernando Montoya
as the CONSULTANT’s Project Manager, Email: hernando@tjcaa.com, Telephone: (925) 357-
2676 to have supervisory responsibility for the performance, progress, and execution of the
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 5 of 24
Services and represent CONSULTANT during the day-to-day performance of the Services. If
circumstances cause the substitution of the CONSULTANT’s Project Manager or any other of
CONSULTANT’s key personnel for any reason, the appointment of a substitute Project Manager
and the assignment of any key new or replacement personnel will be subject to the prior written
approval of the CITY’s Project Manager. CONSULTANT, at CITY’s request, shall promptly
remove CONSULTANT personnel who CITY finds do not perform the Services in an acceptable
manner, are uncooperative, or present a threat to the adequate or timely completion of the Services
or a threat to the safety of persons or property.
CITY’s Project Manager is Patrick LaBruzzo, Utilities Department, Water-Gas-Wastewater
Engineering Division, 1007 Elwell Court, Palo Alto, CA, 94303, Email:
patrick.labruzzo@PaloAlto.gov, Telephone: 650-566-4518. CITY’s Project Manager will be
CONSULTANT’s point of contact with respect to performance, progress and execution of the
Services. CITY may designate an alternate Project Manager from time to time.
SECTION 14. OWNERSHIP OF MATERIALS. All work product, including without
limitation, all writings, drawings, studies, sketches, photographs, plans, reports, specifications,
computations, models, recordings, data, documents, and other materials and copyright interests
developed under this Agreement, in any form or media, shall be and remain the exclusive property
of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights
which arise from creation of the work product pursuant to this Agreement are vested in CITY, and
CONSULTANT hereby waives and relinquishes all claims to copyright or other intellectual
property rights in favor of CITY. Neither CONSULTANT nor its subcontractors, if any, shall
make any of such work product available to any individual or organization without the prior written
approval of the City Manager or designee. CONSULTANT makes no representation of the
suitability of the work product for use in or application to circumstances not contemplated by the
Scope of Services.
SECTION 15. AUDITS. CONSULTANT agrees to permit CITY and its authorized
representatives to audit, at any reasonable time during the term of this Agreement and for four (4)
years from the date of final payment, CONSULTANT’s records pertaining to matters covered by
this Agreement, including without limitation records demonstrating compliance with the
requirements of Section 10 (Independent Contractor). CONSULTANT further agrees to maintain
and retain accurate books and records in accordance with generally accepted accounting principles
for at least four (4) years after the expiration or earlier termination of this Agreement or the
completion of any audit hereunder, whichever is later.
SECTION 16. INDEMNITY.
16.1. To the fullest extent permitted by law, CONSULTANT shall indemnify,
defend and hold harmless CITY, its Council members, officers, employees and agents (each an
“Indemnified Party”) from and against any and all third party demands, claims, or liability of any
nature, including death or injury to any person, property damage or any other loss, including all
costs and expenses of whatever nature including attorney’s fees, experts fees, court costs and
disbursements (“Claims”) to the extent that such Claims arise out of, pertain to, or relate to the
negligence, recklessness, or willful misconduct of CONSULTANT, its officers, employees, agents
or contractors under this Agreement, regardless of whether or not it is caused in part by an
Indemnified Party. CITY will reimburse CONSULTANT for the proportionate percentage of
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 6 of 24
defense costs exceeding CONSULTANT’s proportionate percentage of fault as determined by the
final judgment of a court of competent jurisdiction.
16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to
require CONSULTANT to indemnify an Indemnified Party from a Claim arising from the active
negligence or willful misconduct of an Indemnified Party that is not contributed to by any act of,
or by any omission to perform a duty imposed by law or agreement by, CONSULTANT, its
officers, employees, agents or contractors under this Agreement.
16.3. The acceptance of CONSULTANT’s Services and duties by CITY shall not
operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive
the expiration or early termination of this Agreement.
SECTION 17. WAIVERS. No waiver of a condition or nonperformance of an obligation under
this Agreement is effective unless it is in writing in accordance with Section 29.4 of this
Agreement. No delay or failure to require performance of any provision of this Agreement shall
constitute a waiver of that provision as to that or any other instance. Any waiver granted shall
apply solely to the specific instance expressly stated. No single or partial exercise of any right or
remedy will preclude any other or further exercise of any right or remedy.
SECTION 18. INSURANCE.
18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in
full force and effect during the term of this Agreement, the insurance coverage described in Exhibit
D, entitled “INSURANCE REQUIREMENTS”. CONSULTANT and its contractors, if any, shall
obtain a policy endorsement naming CITY as an additional insured under any general liability or
automobile policy or policies.
18.2. All insurance coverage required hereunder shall be provided through
carriers with AM Best’s Key Rating Guide ratings of A-:VII or higher which are licensed or
authorized to transact insurance business in the State of California. Any and all contractors of
CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in
full force and effect during the term of this Agreement, identical insurance coverage, naming CITY
as an additional insured under such policies as required above.
18.3. Certificates evidencing such insurance shall be filed with CITY
concurrently with the execution of this Agreement. 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 materially reduced in coverage or limits, by the insurer except
after filing with the Purchasing Manager thirty (30) days’ prior written notice of the cancellation
or modification. If the insurer cancels or modifies the insurance and provides less than thirty (30)
days’ notice to CONSULTANT, CONSULTANT shall provide the Purchasing Manager written
notice of the cancellation or modification within two (2) business days of the CONSULTANT’s
receipt of such notice. CONSULTANT shall be responsible for ensuring that current certificates
evidencing the insurance are provided to CITY’s Chief Procurement Officer during the entire term
of this Agreement.
18.4. The procuring of such required policy or policies of insurance will not be
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 7 of 24
construed to limit CONSULTANT’s liability hereunder nor to fulfill the indemnification
provisions of this Agreement. 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 Agreement, including
such damage, injury, or loss arising after the Agreement is terminated or the term has expired.
SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES.
19.1. The City Manager may suspend the performance of the Services, in whole
or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written
notice thereof to CONSULTANT. If CONSULTANT fails to perform any of its material
obligations under this Agreement, in addition to all other remedies provided under this Agreement
or at law, the City Manager may terminate this Agreement sooner upon written notice of
termination. Upon receipt of any notice of suspension or termination, CONSULTANT will
discontinue its performance of the Services on the effective date in the notice of suspension or
termination.
19.2. In event of suspension or termination, CONSULTANT will deliver to the
City Manager on or before the effective date in the notice of suspension or termination, any and
all work product, as detailed in Section 14 (Ownership of Materials), whether or not completed,
prepared by CONSULTANT or its contractors, if any, in the performance of this Agreement. Such
work product is the property of CITY, as detailed in Section 14 (Ownership of Materials).
19.3. In event of suspension or termination, CONSULTANT will be paid for the
Services rendered and work products delivered to CITY in accordance with the Scope of Services
up to the effective date in the notice of suspension or termination; provided, however, if this
Agreement 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
provided in material conformity with this Agreement as such determination is made by the City
Manager acting in the reasonable exercise of his/her discretion. The following Sections will
survive any expiration or termination of this Agreement: 14, 15, 16, 17, 19.2, 19.3, 19.4, 20, 25,
27, 28, 29 and 30.
19.4. 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 Agreement, unless made
in accordance with Section 17 (Waivers).
SECTION 20. NOTICES.
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
With a copy to the Purchasing Manager
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 8 of 24
To CONSULTANT: Attention of the Project Manager at the address of
CONSULTANT recited on the first page of this Agreement.
CONSULTANT shall provide written notice to CITY of any change of address.
SECTION 21. CONFLICT OF INTEREST.
21.1. In executing this Agreement, 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.
21.2. CONSULTANT further covenants that, in the performance of this
Agreement, it will not employ subcontractors or other persons or parties having such an interest.
CONSULTANT certifies that no person who has or will have any financial interest under this
Agreement 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, as amended from time to time. CONSULTANT agrees to notify CITY if any
conflict arises.
21.3. If the CONSULTANT meets the definition of a “Consultant” as defined by
the Regulations of the Fair Political Practices Commission, CONSULTANT will file the
appropriate financial disclosure documents required by the Palo Alto Municipal Code and the
Political Reform Act of 1974, as amended from time to time.
SECTION 22. NONDISCRIMINATION; COMPLIANCE WITH ADA.
22.1. As set forth in Palo Alto Municipal Code Section 2.30.510, as amended
from time to time, CONSULTANT certifies that in the performance of this Agreement, it shall not
discriminate in the employment of any person due to that person’s race, skin color, gender, gender
identity, age, religion, disability, national origin, ancestry, sexual orientation, pregnancy, genetic
information or condition, housing status, marital status, familial status, weight or height of such
person. CONSULTANT acknowledges that it has read and understands the provisions of Section
2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the
penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining
to nondiscrimination in employment.
22.2. CONSULTANT understands and agrees that pursuant to the Americans
Disabilities Act (“ADA”), programs, services and other activities provided by a public entity to
the public, whether directly or through a contractor or subcontractor, are required to be accessible
to the disabled public. CONSULTANT will provide the Services specified in this Agreement in a
manner that complies with the ADA and any other applicable federal, state and local disability
rights laws and regulations, as amended from time to time. CONSULTANT will not discriminate
against persons with disabilities in the provision of services, benefits or activities provided under
this Agreement.
SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO
WASTE REQUIREMENTS. CONSULTANT shall comply with the CITY’s Environmentally
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 9 of 24
Preferred Purchasing policies which are available at CITY’s Purchasing Department, hereby
incorporated by reference and as amended from time to time. CONSULTANT shall comply with
waste reduction, reuse, recycling and disposal requirements of CITY’s Zero Waste Program. Zero
Waste best practices include, first, minimizing and reducing waste; second, reusing waste; and,
third, recycling or composting waste. In particular, CONSULTANT shall comply with the
following Zero Waste requirements:
(a) All printed materials provided by CONSULTANT to CITY generated from a
personal computer and printer including but not limited to, proposals, quotes, invoices, reports,
and public education materials, shall be double-sided and printed on a minimum of 30% or greater
post-consumer content paper, unless otherwise approved by CITY’s Project Manager. Any
submitted materials printed by a professional printing company shall be a minimum of 30% or
greater post-consumer material and printed with vegetable-based inks.
(b) Goods purchased by CONSULTANT on behalf of CITY shall be purchased in
accordance with CITY’s Environmental Purchasing Policy including but not limited to Extended
Producer Responsibility requirements for products and packaging. A copy of this policy is on file
at the Purchasing Department’s office.
(c) Reusable/returnable pallets shall be taken back by CONSULTANT, at no
additional cost to CITY, for reuse or recycling. CONSULTANT shall provide documentation from
the facility accepting the pallets to verify that pallets are not being disposed.
SECTION 24. COMPLIANCE WITH PALO ALTO MINIMUM WAGE ORDINANCE.
CONSULTANT shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62
(Citywide Minimum Wage), as amended from time to time. In particular, for any employee
otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a
calendar week within the geographic boundaries of the City, CONSULTANT shall pay such
employees no less than the minimum wage set forth in Palo Alto Municipal Code Section 4.62.030
for each hour worked within the geographic boundaries of the City of Palo Alto. In addition,
CONSULTANT shall post notices regarding the Palo Alto Minimum Wage Ordinance in
accordance with Palo Alto Municipal Code Section 4.62.060.
SECTION 25. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of
the Charter of the City of Palo Alto and the Palo Alto Municipal Code, as amended from time to
time. This Agreement 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
Agreement are no longer available. This Section shall take precedence in the event of a conflict
with any other covenant, term, condition, or provision of this Agreement.
SECTION 26. PREVAILING WAGES AND DIR REGISTRATION FOR PUBLIC
WORKS CONTRACTS.
26.1. This Project is not subject to prevailing wages and related
requirements. CONSULTANT is not required to pay prevailing wages and meet related
requirements under the California Labor Code and California Code of Regulations in the
performance and implementation of the Project if the contract:
(1) is not a public works contract;
(2) is for a public works construction project of $25,000 or less, per California
Labor Code Sections 1782(d)(1), 1725.5(f) and 1773.3(j); or
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 10 of 24
(3) is for a public works alteration, demolition, repair, or maintenance project of
$15,000 or less, per California Labor Code Sections 1782(d)(1), 1725.5(f) and
1773.3(j).
SECTION 27. CLAIMS PROCEDURE FOR “9204 PUBLIC WORKS PROJECTS”. For
purposes of this Section 27, a “9204 Public Works Project” means the erection, construction,
alteration, repair, or improvement of any public structure, building, road, or other public
improvement of any kind. (Cal. Pub. Cont. Code § 9204.) Per California Public Contract Code
Section 9204, for Public Works Projects, certain claims procedures shall apply, as set forth in
Exhibit F, entitled “Claims for Public Contract Code Section 9204 Public Works Projects”.
This Project is not a 9204 Public Works Project.
SECTION 28. CONFIDENTIAL INFORMATION.
28.1. In the performance of this Agreement, CONSULTANT may have access to
CITY’s Confidential Information (defined below). CONSULTANT will hold Confidential
Information in strict confidence, not disclose it to any third party, and will use it only for the
performance of its obligations to CITY under this Agreement and for no other purpose.
CONSULTANT will maintain reasonable and appropriate administrative, technical and physical
safeguards to ensure the security, confidentiality and integrity of the Confidential Information.
Notwithstanding the foregoing, CONSULTANT may disclose Confidential Information to its
employees, agents and subcontractors, if any, to the extent they have a need to know in order to
perform CONSULTANT’s obligations to CITY under this Agreement and for no other purpose,
provided that the CONSULTANT informs them of, and requires them to follow, the confidentiality
and security obligations of this Agreement.
28.2. “Confidential Information” means all data, information (including without
limitation “Personal Information” about a California resident as defined in Civil Code Section
1798 et seq., as amended from time to time) and materials, in any form or media, tangible or
intangible, provided or otherwise made available to CONSULTANT by CITY, directly or
indirectly, pursuant to this Agreement. Confidential Information excludes information that
CONSULTANT can show by appropriate documentation: (i) was publicly known at the time it
was provided or has subsequently become publicly known other than by a breach of this
Agreement; (ii) was rightfully in CONSULTANT’s possession free of any obligation of
confidence prior to receipt of Confidential Information; (iii) is rightfully obtained by
CONSULTANT from a third party without breach of any confidentiality obligation; (iv) is
independently developed by employees of CONSULTANT without any use of or access to the
Confidential Information; or (v) CONSULTANT has written consent to disclose signed by an
authorized representative of CITY.
28.3. Notwithstanding the foregoing, CONSULTANT may disclose Confidential
Information to the extent required by order of a court of competent jurisdiction or governmental
body, provided that CONSULTANT will notify CITY in writing of such order immediately upon
receipt and prior to any such disclosure (unless CONSULTANT is prohibited by law from doing
so), to give CITY an opportunity to oppose or otherwise respond to such order.
28.4. CONSULTANT will notify City promptly upon learning of any breach in
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 11 of 24
the security of its systems or unauthorized disclosure of, or access to, Confidential Information in
its possession or control, and if such Confidential Information consists of Personal Information,
CONSULTANT will provide information to CITY sufficient to meet the notice requirements of
Civil Code Section 1798 et seq., as applicable, as amended from time to time.
28.5. Prior to or upon termination or expiration of this Agreement,
CONSULTANT will honor any request from the CITY to return or securely destroy all copies of
Confidential Information. All Confidential Information is and will remain the property of the CITY
and nothing contained in this Agreement grants or confers any rights to such Confidential
Information on CONSULTANT.
28.6. If selected in Section 30 (Exhibits), this Agreement is also subject to the
terms and conditions of the Information Privacy Policy and Cybersecurity Terms and Conditions.
SECTION 29. MISCELLANEOUS PROVISIONS.
29.1. This Agreement will be governed by California law, without regard to its
conflict of law provisions.
29.2. 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 in the County of Santa Clara,
State of California.
29.3. The prevailing party in any action brought to enforce the provisions of this
Agreement may recover its reasonable costs and attorneys’ fees expended in connection with that
action. The prevailing party shall be entitled to recover an amount equal to the fair market value
of legal services provided by attorneys employed by it as well as any attorneys’ fees paid to third
parties.
29.4. This Agreement, including all exhibits, constitutes the entire and integrated
agreement between the parties with respect to the subject matter of this Agreement, and supersedes
all prior agreements, negotiations, representations, statements and undertakings, either oral or
written. This Agreement may be amended only by a written instrument, which is signed by the
authorized representatives of the parties and approved as required under Palo Alto Municipal
Code, as amended from time to time.
29.5. If a court of competent jurisdiction finds or rules that any provision of this
Agreement is void or unenforceable, the unaffected provisions of this Agreement will remain in
full force and effect.
29.6. In the event of a conflict between the terms of this Agreement and the
exhibits hereto (per Section 30) or CONSULTANT’s proposal (if any), the Agreement shall
control. In the event of a conflict between the exhibits hereto and CONSULTANT’s proposal (if
any), the exhibits shall control.
29.7. The provisions of all checked boxes in this Agreement shall apply to this
Agreement; the provisions of any unchecked boxes shall not apply to this Agreement.
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 12 of 24
29.8. All section headings contained in this Agreement are for convenience and
reference only and are not intended to define or limit the scope of any provision of this Agreement.
29.9. This Agreement may be signed in multiple counterparts, which, when
executed by the authorized representatives of the parties, shall together constitute a single binding
agreement.
SECTION 30. EXHIBITS. Each of the following exhibits, if the check box for such exhibit is
selected below, is hereby attached and incorporated into this Agreement by reference as though
fully set forth herein:
EXHIBIT A: SCOPE OF SERVICES
EXHIBIT B: SCHEDULE OF PERFORMANCE
EXHIBIT C: COMPENSATION
EXHIBIT C-1: SCHEDULE OF RATES
EXHIBIT D: INSURANCE REQUIREMENTS
THIS AGREEMENT IS NOT COMPLETE UNLESS ALL SELECTED EXHIBITS
ARE ATTACHED.
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 13 of 24
CONTRACT NO. C26194191
SIGNATURE PAGE
IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives
executed this Agreement as of the date first above written.
CITY OF PALO ALTO
____________________________
City Manager
APPROVED AS TO FORM:
__________________________
City Attorney or designee
TJC AND ASSOCIATES, INC.
By: ________________________________
Name: ______________________________
Title: _______________________________
By: ________________________________
Name: ______________________________
Title: _______________________________
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Daisy Yu
Vice President
CFO
Richard Cavanagh
Professional Services
Rev. Oct 16,2024 Page 14 of 24
EXHIBIT A
SCOPE OF SERVICES
CONSULTANT shall provide the Services detailed in this Exhibit A, entitled “SCOPE OF
SERVICES”. Notwithstanding any provision herein to the contrary, CONSULTANT’s duties and
services described in this Scope of Services shall not include preparing or assisting CITY with any
portion of CITY’s preparation of a request for proposals, request for qualifications, or any other
solicitation regarding a subsequent or additional contract with CITY. CITY shall at all times retain
responsibility for public contracting, including with respect to any subsequent phase of this project.
CONSULTANT’s participation in the planning, discussions, or drawing of project plans or
specifications shall be limited to conceptual, preliminary, or initial plans or specifications.
CONSULTANT shall cooperate with CITY to ensure that all bidders for a subsequent contract on
any subsequent phase of this project have access to the same information, including all conceptual,
preliminary, or initial plans or specifications prepared by CONSULTANT pursuant to this Scope
of Services.
CONSULTANT will provide the following:
A. Applicable Codes and Standards
The structural evaluation and seismic assessment will be performed in accordance with the
following applicable standards:
1. American Water Works Association (“AWWA”) D100-21 Welded Carbon Steel Tanks
for Water Storage.
2. American Society of Engineer (“ASCE”) 7-16 — Minimum Design Loads and Seismic
Design Criteria.
3. 2022 California Building Code (CBC) including CITY-specific amendments effective
January 1, 2023.
Task 1: Data collection and Site Visit
a) Review Existing Background information.
1) CONSULTANT will review the available documentation for the structures.This
includes reservoir shop drawings, if available, previous inspection reports, and
historical maintenance records that illustrate both the original construction and
any upgrades.
b) Site Visit
1) CONSULTANT engineers will conduct one site visit to each tank site to inspect
the interior and exterior of each tank, evaluating structural components such as
the floor, walls, roof plates, roof rafters, roof girders, and structural columns. Bay
Area Coating Consultants Inc. will perform an assessment of internal and external
coating conditions as part of a coordinated evaluation. JDH Corrosion
Consultants, Inc. will perform field thickness measurements using ultrasonic
testing.
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 15 of 24
2) Prior to mobilization, CONSULTANT will coordinate with CITY, through
Microsoft (MS) Teams meeting, to review the site visit plan. Once on-site, an
initial meeting will be held to discuss inspection activities for both reservoirs,
providing for a comprehensive and systematic assessment.
Task 1 Deliverables: No deliverable is anticipated for this task. A summary report of inspection
findings will be included as an appendix in the final Evaluation Report; refer to Task 4.
Task 2: Site Specific Response Spectrum Seismic Analysis
a) Project Startup
1) Review available geotechnical and geological information for the two tank sites,
including published geologic maps and supporting pamphlets/reports, hazard
maps, historical geotechnical reports, tanks plans, and other relevant information.
b) Field Exploration
1) Perform a subsurface investigation at each tank site to support the site-specific
seismic hazard analysis and structural evaluation. One boring will be drilled and
rock- cored, as needed, to obtain samples for laboratory testing and to collect
down-hole shear-wave velocity data to a depth sufficient for seismic site response
analysis. Drill/core holes will be observed and logged by a geotechnical engineer
or geologist.
2) Boring observations, sampling, geophysical logging, backfilling, and proper
cuttings disposal will be completed in accordance with local permit requirements.
The resulting data and findings will be incorporated into the final geotechnical
report, which will include recommendations to support the structural assessment.
c) Laboratory Testing
1) Perform testing to determine representative soil and/or rock samples for
geotechnical laboratory tests, including index tests and strength tests.
d) Engineering Analysis
1) Perform a probabilistic seismic hazard analysis (“PSHA”) and a deterministic
seismic hazard analysis (“DSHA”) to develop site-specific response spectra
consistent with ASCE 7-16 and ASCE 41-17 requirements for seismic assessment
of existing structures. Hazard levels will include the Basic Safety Earthquake
(“BSE”)-2N Risk-Targeted Maximum Considered Earthquake (“MCER”), BSE-
1N, BSE-2E, and BSE-1E, as well as other return periods as needed to evaluate
specific tank performance objectives.
2) The analysis will also provide geotechnical parameters for assessment of existing
tank foundations and to support potential foundation retrofit design. Consultant
will ensure consistency with the AWWA D100 standard for new welded steel
tanks and any project-specific performance requirements for the existing
structures.
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 16 of 24
3) Consultant will prepare a draft and final technical memorandum (TN) that
documents the seismic hazard analysis being conducted will be included as part of
this overall condition assessment, to assist the City in its application to the Hazard
Mitigation Grant Program (“HMGP”). The technical memorandum (“TM”) will
include a site plan for each tank with a description of the seismic hazard analysis
performed and results of the analysis.
Task 2 Deliverables: Findings and recommendations of the seismic hazard analysis to meet HMGP
submittal requirements will be included in a TM. An initial draft of the TM will be provided to the
CITY to submitto the HMGP as evidence of project progress, followed by a final TM upon
completion of the seismic hazard analysis. Because this deliverable is critical to the HMGP
schedule, it will be the first task that will begin immediately after receiving Notice to Proceed.
1) ENGEO, Inc., under Consultant’s direction, will prepare a draft and final
technical memorandum or letter report presenting the findings and
recommendations of the seismic hazard analysis. The report will include a
description of the analysis methods and references, as well as recommended
geotechnical parameters for assessing the existing tank foundations and design
parameters for any potential foundation retrofit that may be required.
2) ENGEO, Inc.’s letter report will be included as an appendix to the draft and final
Evaluation Report under Task 4.
Task 3: Condition Assessment
a) Structural Evaluation for Each Reservoir
1) Based on the document review and site inspection, CONSULTANT will conduct
a detailed structural and seismic analysis of the reservoirs to assess their integrity
under code- level seismic loading.
2) This evaluation will Assess the structural integrity of each tank under seismic
demands, considering a Seismic Importance Factor of 1.5, in accordance with
ASCE 7-16 provisions for essential water infrastructure.
3) Determine hydrodynamic forces, including impulsive and convective components
based on AWWA D100 methodology.
4) Calculate hydrodynamic sloshing heights and evaluate available freeboard.
5) Perform a structural analysis to determine the maximum safe water level at which
the tanks can operate while maintaining structural stability.
b) Document Existing Conditions and Develop Potential Remediation Strategies for Each
Reservoir
Using the findings from previous tasks, CONSULTANT will:
1) Document existing structural conditions.
2) Conduct a seismic risk assessment.
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 17 of 24
3) Identify corrosion-related concerns with input from BACC.
4) Develop conceptual remediation strategies for each tank for identified
structuraland coating deficiencies.
5) Develop potential rehabilitation strategies that consider both structural and
corrosion-related concerns.
6) Estimate both hard and soft costs using AACE Class 4 methodology.
7) CONSULTANT will meet with CITY via MS Teams to review findings and
preliminary alternatives before finalizing recommendations.
Task 3 Deliverables: Presentation of findings and proposed rehabilitation alternatives in a
meeting with CITY,via Microsoft (“MS”) Teams meeting.
Task 4: Technical Memorandum
a) Based on the data collected, CONSULTANT will prepare a TM including calculations
and summarizing:
1) Existing coating and corrosion-related condition of the assessed structures.
2) Findings from the structural evaluations.
3) Recommendations for remediation strategies.
4) Conceptual seismic rehabilitation measures, along with a rough order-of-
magnitude construction cost estimate.
5) CONSULTANT will meet with CITY to review the draft TM report, gather
feedback, and incorporate revisions before finalizing the document.
Task 4 Deliverables:
1) Draft and final consolidated technical report covering both tanks.
2) Draft report will be delivered in PDF format.
3) The final report will be provided in PDF format and two (2) hard copies.
Task 5: Project Administration
a) CONSULTANT manages all projects using an Earned Value System (EVS) allowing for
real-time tracking of project status, schedule, and budget. CONSULTANT’s Project
Manager will oversee project execution, ensuring that all tasks are completed on
schedule, within budget, and in accordance with CITY objectives.
b) CONSULTANT’s invoices will be accompanied by narrative progress and cost reports.
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 18 of 24
These reports will include:
1) Work completed during the reporting period.
2) Planned activities for the next reporting period.
3) Current budget status, including period expenditures and cumulative costs to date.
4) These reports can be customized to align with CITY’s specific reporting
requirements. CONSULTANT will also provide detailed cost breakdowns with
each invoice, itemizing billed personnel, labor classifications, and task-specific
expenditures for full transparency.
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 19 of 24
EXHIBIT A-1
PROFESSIONAL SERVICES TASK ORDER
CONSULTANT shall perform the Services detailed below in accordance with all the terms and
conditions of the Agreement referenced in Item 1A below. All exhibits referenced in Item 8 are
incorporated into this Task Order by this reference. CONSULTANT shall furnish the necessary facilities,
professional, technical and supporting personnel required by this Task Order as described below.
CONTRACT NO.
OR PURCHASE ORDER REQUISITION NO. (AS APPLICABLE)
1A. MASTER AGREEMENT NO. (MAY BE SAME AS CONTRACT / P.O. NO. ABOVE):
1B. TASK ORDER NO.:
2. CONSULTANT NAME:
3. PERIOD OF PERFORMANCE: START: COMPLETION:
4 TOTAL TASK ORDER PRICE: $__________________
BALANCE REMAINING IN MASTER AGREEMENT/CONTRACT $_______________
5. BUDGET CODE_______________
COST CENTER________________
COST ELEMENT______________
WBS/CIP__________
PHASE__________
6. CITY PROJECT MANAGER’S NAME & DEPARTMENT:_____________________________________
7. DESCRIPTION OF SCOPE OF SERVICES (Attachment A)
MUST INCLUDE:
SERVICES AND DELIVERABLES TO BE PROVIDED
SCHEDULE OF PERFORMANCE
MAXIMUM COMPENSATION AMOUNT AND RATE SCHEDULE (as applicable)
REIMBURSABLE EXPENSES, if any (with “not to exceed” amount)
8. ATTACHMENTS: A: Task Order Scope of Services B (if any): _____________________________
I hereby authorize the performance of the
work described in this Task Order.
APPROVED:
CITY OF PALO ALTO
BY:____________________________________
Name __________________________________
Title___________________________________
Date ___________________________________
Task Order and warrant that I have authority to
sign on behalf of Consultant.
APPROVED:
COMPANY NAME: ______________________
BY:____________________________________
Name __________________________________
Title___________________________________
Date ___________________________________
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 20 of 24
EXHIBIT B
SCHEDULE OF PERFORMANCE
CONSULTANT shall perform the Services so as to complete each milestone within the number
of days/weeks specified below. The time to complete each milestone may be increased or
decreased by mutual written agreement of the Project Managers for CONSULTANT and CITY so
long as all work is completed within the term of the Agreement. CONSULTANT shall provide a
detailed schedule of work consistent with the schedule below within 2 weeks of receipt of the
notice to proceed (“NTP”) from the CITY.
Milestones Number of Days/Weeks (as specified
below)
1. Task 1: Data collection and Site Visit 6 Weeks
2. Task 2: Subcontractor - ENGEO, Inc. – Site
Specific Response Spectrum Seismic Analysis
12 Weeks
3. Task 3: Condition Assessment 24 Weeks
4. Task 4: Technical Memorandum 32 Weeks
5. Task 5: Project Administration Ongoing
6.
7.
8.
9.
10.
Schedule
CONSULTANT has assumed that the project will begin in 2025 and is expected to be completed
in early 2026.
Optional Schedule of Performance Provision for On-Call or Additional Services Agreements.
(This provision only applies if checked and only applies to on-call agreements per Section 1 or
agreements with Additional Services per Section 4.)
The schedule of performance shall be as provided in the approved Task Order, as detailed in
Section 1 (Scope of Services) in the case of on-call Services, or as detailed in Section 4 in the case
of Additional Services, provided in all cases that the schedule of performance shall fall within the
term as provided in Section 2 (Term) of this Agreement.
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 21 of 24
EXHIBIT C
COMPENSATION
CITY agrees to compensate CONSULTANT for Services performed in accordance with the terms
and conditions of this Agreement, and as set forth in the budget schedule below. Compensation
shall be calculated based on the rate schedule attached as Exhibit C-1 up to the not to exceed
budget amount for each task set forth below.
CITY’s Project Manager may approve in writing the transfer of budget amounts between any of
the tasks or categories listed below, provided that the total compensation for the Services,
including any specified reimbursable expenses, and the total compensation for Additional Services
(if any, per Section 4 of the Agreement) do not exceed the amounts set forth in Section 4 of this
Agreement.
CONSULTANT agrees to complete all Services, any specified reimbursable expenses, and
Additional Services (if any, per Section 4), within this/these amount(s). Any work performed or
expenses incurred for which payment would result in a total exceeding the maximum amount of
compensation set forth in this Agreement shall be at no cost to the CITY.
BUDGET SCHEDULE
TASK NOT TO EXCEED AMOUNT
232,483.00
0
Total for Services and Reimbursable Expenses $232,483.00
Maximum Total Compensation $242,483.00
REIMBURSABLE EXPENSES
CONSULTANT’S ordinary business expenses, such as administrative, overhead,
administrative support time/overtime, information systems, software and hardware,
photocopying, telecommunications (telephone, internet), in-house printing, insurance and
other ordinary business expenses, are included within the scope of payment for Services and
are not reimbursable expenses hereunder.
Reimbursable expenses, if any are specified as reimbursable under this section, will be
reimbursed at actual cost. The expenses (by type, e.g. travel) for which CONSULTANT will
be reimbursed are: NONE up to the not-to-exceed amount of: $0.00.
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 22 of 24
A. Travel outside the San Francisco Bay Area, including transportation and meals, if
specified as reimbursable, will be reimbursed at actual cost subject to the City of Palo Alto’s
policy for reimbursement of travel and meal expenses.
B. Long-distance telephone service charges, cellular phone service charges, facsimile
transmission and postage charges, if specified as reimbursable, will be reimbursed at actual
cost.
All requests for reimbursement of expenses, if any are specified as reimbursable under this
section, shall be accompanied by appropriate backup documentation and information.
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 23 of 24
EXHIBIT D
INSURANCE REQUIREMENTS
CONSULTANTS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE
CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW,
AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR
AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA.
AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS AS SPECIFIED HEREIN.
REQUIRED TYPE OF COVERAGE REQUIREMENT
MINIMUM LIMITS
EACH
OCCURRENCE AGGREGATE
YES
YES
WORKER’S COMPENSATION
EMPLOYER’S LIABILITY
STATUTORY
STATUTORY STATUTORY STATUTORY
YES
GENERAL LIABILITY, INCLUDING
PERSONAL INJURY, BROAD FORM
PROPERTY DAMAGE BLANKET
CONTRACTUAL, AND FIRE LEGAL
LIABILITY
BODILY INJURY
PROPERTY DAMAGE
BODILY INJURY & PROPERTY
DAMAGE COMBINED.
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
YES
AUTOMOBILE LIABILITY,
INCLUDING ALL OWNED, HIRED,
NON-OWNED
BODILY INJURY
- EACH PERSON
- EACH OCCURRENCE
PROPERTY DAMAGE
BODILY INJURY AND PROPERTY
DAMAGE, COMBINED
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
YES
PROFESSIONAL LIABILITY,
INCLUDING, ERRORS AND
OMISSIONS, MALPRACTICE (WHEN
APPLICABLE), AND NEGLIGENT
PERFORMANCE
ALL DAMAGES $1,000,000
YES
THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONSULTANT, AT ITS SOLE COST
AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM
OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY
CONSULTANT
COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL
INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES.
I. INSURANCE COVERAGE MUST INCLUDE:
A. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR
CONSULTANT’S AGREEMENT TO INDEMNIFY CITY.
II. THE CONSULTANT MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE
AT THE FOLLOWING EMAIL: PURCHASINGSUPPORT@PALOALTO.GOV
III. ENDORSEMENT PROVISIONS WITH RESPECT TO THE INSURANCE AFFORDED TO ADDITIONAL
INSUREDS:
A. PRIMARY COVERAGE
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED,
INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR
CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE
ADDITIONAL INSUREDS.
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910
Professional Services
Rev. Oct 16,2024 Page 24 of 24
B. CROSS LIABILITY
THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER
THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE
INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE
INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS
POLICY.
C. NOTICE OF CANCELLATION
1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON
OTHER THAN THE NON-PAYMENT OF PREMIUM, THE CONSULTANT SHALL PROVIDE
CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE
OF CANCELLATION.
2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-PAYMENT
OF PREMIUM, THE CONSULTANT SHALL PROVIDE CITY AT LEAST A TEN (10) DAY
WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
EVIDENCE OF INSURANCE AND OTHER RELATED NOTICES ARE REQUIRED TO BE
FILED WITH THE CITY OF PALO ALTO SENT TO THE FOLLOWING EMAIL:
PURCHASINGSUPPORT@PALOALTO.GOV
Docusign Envelope ID: 7E87E5C7-8CFF-47DE-B310-B161FAC20910