HomeMy WebLinkAbout1997-07-28 City CouncilCity of Palo Alto
Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS &
COMMUNITY SERVICES
AGENDA DATE: JULY 28, 1997 CMR:335:97
SUBJECT:APPROVAL OF CONSULTANT CONTRACT WITH BLUHON
PLANNING GROUP FOR FACILITATION AND CONCEPTUAL
DESIGN SERVICES FOR THE ARASTRADERO PRESERVE
GATEWAY FACILITY
This is a request for approval of a consultant contract with Bluhon Planning Group in the
amount of $47,170, for services as a facilitator during discussions with commUnity groups
and others providing input on the use and design for a new gateway facility at the Arastradero
Preserve. The consultant will also provide architectural services, including sketches showing
potential facility types.
RECOMMENDATIONS
Staff recommends Council approve and authorize the Mayor to execute a consultant contract
with Bluhon Planning Group for $47,170 for facilitation and architectural services for the
proposed Arastradero Preserve gateway facility.
POLICY IMPLICATIONS
Approval of this contract is consistent with existing City policies.
EXECUTIVE SUMMARY
Project Description
On April 28, 1997, Council directed staff to seek proposals for a consultant to act as a
facilitator during discussions with community groups and others providing input on the use
and design for a modest new gateway facility at the Arastradero Preserve (CMR:225:97).
The consultant would also provide architectural services such as the preparation of conceptual
drawings of potential facilities. An optional task has been included in the proposed agreement
that would provide preliminary environmental and engineering analysis, should it be
determined by staff that such services are needed.
Selection Process
Requests for proposals were sent to a total of 47 facilitation and/or architectural firms on
May 9, 1997. Firms were given a total of three weeks to respond, and ten firms submitted
proposals with an average fee of $41,000.
CMR:335:97 Page 1 of 2
Staff members from the Public Works and Community Services Departments reviewed the
proposals and selected five firms for oral interviews on July 1, 1997. The interview panel,
comprised of staff from Public Works, Community Services and Administrative Services
Departments, selected Bluhon Planning Group because the firm demonstrated a successful
facilitation ability in past projects, has experience with open-space facility design, has a clear
understanding of the project goals and objectives and is familiar with construction methods
in environmentally sensitive areas.
FISCAL IMPACT
The Arastra Fund has been established under the auspices of the Peninsula Community
Foundation. The agreement establishing the Fund utilizes an advisory committee to make
recommendations to the Peninsula Community Foundation as to disbursements from the
Fund. The Committee consists of five members: two community representatives and three
City representatives. On June 24, 1997, staff met with the Committee and presented the
proposed consultant scope of work for the facility. The Committee presented its
recommendation to the Foundation, which authorized the expenditure of $50,000 from the
Arastra Fund for the proposed facilitation/conceptual design phase of work. Fund money will
be used to reimburse the FY 1997-98 Capital Improvement Program budget, CIP 19812.
ENVIRONMENTAL ASSESSMENT
These services do not constitute a project for purposes of the California Environmental
Quality Act; therefore, no environmental assessment is required. An assessment will,
however, need to be completed prior to preparation of f’mal plans and construction. The
attached Agreement has been written such that Bluhon Planning Group may, upon Council
and Arastra Fund Committee approval, be retained for further environmental and design
work.
ATTACHMENT
Agreement
PREPARED BY: Karen Bengard, Senior Engineer, Public Works
DEPARTMENT HEAD REVIEW:
GLENN S. ROBERTS
Director of Public Works
DEPARTMENT HEAD-REVIEW:
PAUL THILTGEN "~
Director of Community Services
CITY MANAGER APPROVAL:
HARRISON
Assistant City Manager
CMR:335:97 Page 2 of 2
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
BLUHON PLANNING GROUP
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.
BLUHON PLANNING GROUP, a sole proprietorship, authorized to do
business in California, located at 261 Purdue Avenue, Kensington,
CA 94708, ("CONSULTANT").
RECITALS:
WHEREAS, CITY desires certain professional consulting
services ("Services") and the preparation and delivery of, without
limitationr one or more sets of documents, drawings, maps,-plans,
designs, data, calculations, surveys, specifications, schedules or
other writings ("Deliverables") (Services and Deliverables are,
collectively, the "Project"), as more fully described in Exhibit "A";
and
WHEREAS i CITY desires to engage CONSULTANT, including its
employees, if any, in providing the Services by reason of’ its
qualifications and experience in performing the Services, and
CONSULTANT has offered to complete the Project on the terms and in
the manner set forth herein;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
SECTION I. TERM
i.i This Contract will commence on the date of its
execution by CITY, and will terminate upon the completion of the
Project, unless this Contract is earlier terminated by CITY. Upon
the receipt of CITY’s notice to proceed, CONSULTANT will commence
work on the initial and subsequent Project tasks in accordance with
the time schedule set forth in Exhibit "A". Time is~of the essence
of this Contract. In the event that the Project is not completed
within the time required through any fault of CONSULTANT, CITY’s
city manager will have the option of extending the time schedule
for any period of time. This provision will not preclude the
recovery of damages for delay caused by CONSULTANT.
SECTION 2.SCOPE OF PROJECT;CHANGES & CORRECTIONS
2.1 The scope of Services andDeliverables constituting
the Project, as described in Exhibit "A", will be performed,
delivered or executed by CONSULTANT under the phases of the Basic
Services as described below.
970715 syn 0071245
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 approvalof 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 tfme schedule. Any increase in
compensation for substantial changes will be determined in
accordance with the provisions of this Contract. CITY will not be
liable for the cost or payment of any change in work, unl@ss 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.
2.4 Any and all errors, omissions, or ambiguities in the
Deliverables, which are discovered by CITY after the construction
contract is awarded by CITY, will be performed by CONSULTANT, as
follows: (a) at no cost to CITY insofar as those Services,
including the Basic Services or the Additional Services, as
described below, or both, will r~sult in minor or nonbeneficial
changes in the construction work required of the construction
contractor; or (b) at CITY’s cost insofar as those Services,
including the Basic Services or the Additional Services, or both,
will add a direct and substantial benefit to the construction work
required of the construction contractor. The project manager in
the reasonable exercise of his or her discretion will determine
whether the Basic Services or the Additional Services, or both,
will contribute minor or substantial benefit to the construction
work.
SECTION 3.
CONSULTANT
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 S~rvices and Deliverables. CONSULTANT further
represents and warrants that the project director and every
individual, including any consultant (including CONSULTANTs),
charged with the .performance of the Services are duly licensed or
certified by the State of California, to the extent such licensing
or certification is required by law to perform the Services, and
that the Project will be executed by them or under their
supervision. CONSULTANT will furnish to CITY for approval, prior
to execution of this Contract, a list of all individuals and the
970715 syn 0071245
2
names of their employers or principals to be employed
consultants.
as
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 PETER BLUHON as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Project. PETER BLUHON will be
assigned as the project coordinator who will represent CONSULTANT
during the day-to-day work on the Project. If circumstances or
conditions subsequent to the execution of this Contract cause the
substitution of the project director or project coordinator for any
reason, the appointment of a substitute project director or
substitute project coordinator will be subject to the prior written
approval of the project manager.
374 CONSULTANT represents and warrants that it will:
3.4.1’Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the due and lawful prosecution of the Project;
3.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract and anY materials used in CONSULTANT’s
performance of the Services;
3.4.3 At all times observe and comply with, and cause
its employees and consultants, if any, who are assigned to the
performance of this Contract to observe and comply with, the laws,
ordinances, regulations, orders and decrees mentioned above; and
3.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to the 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 theprior written approval of the city manager.
3.6 CONSULTANT will provide CITY with twenty (20) copies
of any documents.which are a part of the Deliverables upon their
completion and acceptance by CITY.
3.7 If CITY requests additional copies of any documents
which are a part of the Deliverables, CONSULTANT will provide such
additional copies and CITY will compensate CONSULTANT for its
duplicating costs.
970715 syn 0071245
3.8 CONSULTANT will be responsible for employing or
engaging all persons necessary to execute the Project. All
consultants of CONSULTANT will be deemed to be directly controlled
and supervised by CONSULTANT, which will be responsible for their
performance. If any employee or consultant of CONSULTANT fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or consultant will be discharged immediately from further
performance under this Contract on demand of the project manager.
3.9 In the execution of the Project, CONSULTANT and its
consultants, if any, will at all times be considered independent
contractors and not agents.or employees of CITY.
3.10 CONSULTANT will perform or obtain Or cause to be
performed or obtained any and all of the following Additional
Services, not included under the Basic Services, if so authorized,
in writing, by CITY:
3.10.1 Providing services as an expert witness in
connection with any public hearing or meeting, arbitration
proceeding,or proceeding of a court of record;
3.10.2 Incurring travel and subsistence expenses for
CONSULTANT and its staff beyond those normally required under the
Basic Services;
3.10.3 Performing any other Additional Services that
may be agreed upon by the parties~subsequent to the execution of
this Contract; and
3.10.4 Other Additional Services now or hereafter
described in Exhibit "A" to this Contract.
3.11 CONSULTANT will be responsible for employing
all consultants deemed necessary to assist CONSULTANT in the
performance of the Services. The appointment of Consultants must
be approved, in advance, by CITY, in writing, and must remain
acceptable to CITY during the term of this Contract.
SECTION 4. DUTIES OF CITY
4.1- CITY will furnish or cause to be furnished the
services listed in Exhibit "A" and such information regarding its
requirements applicable to the Project as may be reasonably
requested by CONSULTANT.
4.2 CITY will review and approve, as necessary, in a
timely manner the Deliverables and each p~ase of work performed by
CONSULTANT. CITY’s estimated time of revlew 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
970715 syn 0071245
4
to review and approve within the estimated time schedule w±ll not
constitute a default under this Contract.
4.3 The city manager will represent CITY for all
purposes under this Contract. KAREN BENGARD 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 YOUNG TRAN,.the project engineer.
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~i.i In consideration of the full performance, of the
Basic Services, including any authorized reimbursable expenses,
CITY will pay CONSULTANT a fee not to exceed forty-seven thousand
one hundred seventy dollars ($47,170). The amount of compensation
will be calculated in accordance with the hourly rate schedule set
forth in Exhibit "B", on a time and materials basis, up to the
maximum amount set forth in this Section. The fees of the
consultants, who have direct contractual relationships with
CONSULTANT, will be approved in advance, by CITY. CITY reserves
the right to refuse payment of such fees, if such prior approval is
not obtained by CONSULTANT.
5.1.2 In consideration of the full performance of
Additional Services, the amount of compensat±on set forth in
Exhibit "B" will not exceed forty-seven thousand one hundred seventy
dollars ($47,170). An employee’s time will be computed at a
multiple of one (i.0) times the employee’s direct personnel expense
described below. The rate schedules may be updated by CONSULTANT
only once each calendar year, and the rate schedules will not
become effective for purposes of this contract, unless and until
CONSULTANT gives CITY thirty (30) days prior written notice of the
effective date of any revised rate schedule.
5.1.3 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 itemized costs covering such work or
changes, or both. Prior to commencing such extra work or changes,
or both, the parties will agree upon an estimated maximum cost for
such extra work or changes. CONSULTANT will not be paid for extra
work or changes, including, without limitation, any design work or
change order preparation, which is made necessary on account of
CONSULTANT’s errors, omissions, or oversights.
970715 syn 0071245
5
5.1.4 Direct personnel expense of employees assigned
to the execution of the Project by CONSULTANT will include only the
work of architects, engineers, designers, job captains,
draftspersons, specification writers and typists, in consultation,
research and design, work in producing drawings, specifications and
other documents pertaining to the Project, and in services rendered
during construction at the site, to the extent such services are
expressly contemplated under this COntract. Included in the cost
of direct personnel expense of these employees are salaries and
mandatory and customary benefits such as statutory employee
benefits, insurance, sick leave, holidays and vacations, Pensions
and similar benefits.
5.2 The schedule of payments will be made as follows:
5.2.1 Payment of the Basic Services will be made in
monthly progress payments in proportion to the quantum of services
performed, or in accordance with any other schedule of payment
mutually agreed upon by the parties, as set forth in Exhibit "B",
or within t/%irty (30) days of submission, in triplicate, of such
requests if a schedule of payment is not specified. Final payment
will be made by CITY after CONSULTANT has submitted all
Deliverables, including, without limitation, reports which have
been approved by the project manager.
5.2.2 Payment of the Additional Services will be
made in monthly progress payments for services rendered, within
thirty (30) days of submission, in triplicate, of such requests.
5.2.3 No deductions Will be made from CONSULTANT’s
compensation on account of penalties, liquidated damages, or other
sums withheld by CITY from payments to general CONSULTANTs.
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.
6970715 syn 0071245
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 ~o any person, property damage or
any other loss, caused by or arising out of CONSULTANT’s, its
officers’, agents’, consultants’ Qr 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,
provis±on, _ordinance, or law or of any subsequent breach or
violation of the same or of any other covenant, term, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any covenant, term, condition or provision of
this Contract or of any applicable law or ordinance.
8.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contgact.
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
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONSULTANT and its consultants, if any, but also,
with the exception of workers’ compensation, employer’s liability
and professional liability insurance, naming CITY as an additional
insured concerning CONSULTANT’s performance under this Contract.
9.2 All insurance coverage required hereunder will~ be
provided through carriers with Best’s Key Rating Guide ratings of
A:X or higher which are admitted to transact insurance business in
the State of California. Any and all consultants of CONSULTANT
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
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
970715 syn 0071245
7
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 such
damage, injury, or loss arising after the Contract is terminated’ or
the term has expired.
S~CTION I0.WORKERS’ COMPENSATION
10.1 CONSULTANT, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as applicable, before
commencing the performance of the Project.
PROJECT
SECTION II TERMINATION OR SUSPENSION OF cONTRACT OR
ii.I The city manager may suspend the execution of the
Project, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
thereof to CONSULTANT, or immediately after 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
8
970715 syn 0071245
necessary, approval of CITY’s City Council. If this Contract is
suspended or terminated on account of a default by CONSULTANT, CITY
will be obligated to compensate CONSULTANT only for that portion of
CONSULTANT’s services which are of direct and immediate benefit to
CITY, as~such determination may be made by the city manager in the
reasonable exercise of her discretion.
11.4 In the event of termination of this Contract or
suspension of work on the Project by CITY’where CONSULTANT is not
in default, CONSULTANT will receive compensation as follows:
11.4.1 For approved items of services, CONSULT~T 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.- fo~ 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 itsconsultants, if any, or given to CONSULTANT or its
consultants, if any, in connection with this Contract. Such
materials will become the property of CITY.
11.6 The failure of CITY to agree with CONSULTANT’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONSULTANT to fulfill its obligations under this Contract.
SECTION 12.ASSIGNMENT
12.1 This Contract is for the personal services of
CONSULTANT, therefore, CONSULTANT will not 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 wil~l not be assignable by operation of law.
970715 syn 0071245
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 of the age, race, color, national origin,
ancestry, religion, disability, sexual preference or gender of such
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONSULTANT agrees to meet all
requirements of the Palo Alto Municipal Code pertaining, to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
15.2 CONSULTANT agrees that each contract for services
from independent providers will contain a provision substantially
as follows:
"[Name of Provider] will provide CONSULTANT
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; that [Name of
Provider] will pursue an affirmative course of
action as required by the Affirmative Action
970715 8yn 0071245 10
Guidelines of the City of Palo Alto; 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. _
15.4 if CONSULTANT is found in default of the
nondiscrimination provisions of this Contract or the applicable
Affirmative Action Guidelines pertaining to this Contract,
CONSULTANT will be found in material breach of this Contract.
Thereupon, CITY will have the power to cancel or suspend this
Contract, in whole or in part, or to deduct from the amount payable
to CONSULTANT the sum of two hundred fifty dollars ($250) for each
calendar day during which CONSULTANT is not in compliance with this
provision as damages for breach of contract, or both~
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.
970715 syn 0071245
11
16.4 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
16.5 The prevailing party in any action brought to
enforce the terms of this Contract or arising out of this Contract
may recover its reasonable costs and attorneys’ fees expended in
connection with that action.
16.6 This document represents the entire and integrated
Contract between the parties and supersedes all prior negotiations,
representations, and contracts, either written or oral. This
document may be amended only by a written instrument, which is
signed by the parties.
16.7 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
16.8 The covenants, terms, conditions and provisions of
this Contract wfll apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and consultants, as the case
may be, of the parties.
16.9 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions ofthis 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 take precedence in the event of
a conflict with any other covenant, term, condition, or provision
of this Contract.
970715 ,~yn 0071245 12
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:
Mayor
Senior Asst. City Attorney
APPROVED:
City Manager
Director of Public Works
BLUHON PLANNING GROUP
Peter Blu
Its : Owner
Taxpayer’s I.D. No. 564-41-9066
Acting Director of
Administrative Services
Risk Manager
Attachments:EXHIBIT "A":
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D":
SCOPE OF PROJECT &TIME SCHEDULE
RATE SCHEDULE
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
970715 syn 0071245
13
CERTIFICATE OF ACK~OWLED~4~NT
(Civil Code § 1189)
STATE OF
COUNTY OF
~%~ ~4~9-- ,, 1997, before me, the undersigned, aNotary Public in and for sald County and State, personally appeared
me~4~r proved to me on .the basis of satisfactory evidence to be the
person~) whose name(W) is/a~e subscribed to the within instrument
and acknowledged to me that he/~ executed the same in
his/h~ authorized capacity(ie~), and that by his/~r
signature~) on the instrument the person(~, or the entity upon
behalf of which the person(~) acted, executed the instrument.
WITNESS my hand and official seal.
s~r~ of N~ Public
COMM. 10512.86
CAUFORNIA
970715 syn 0071245
14
EXHIBIT A
SCOPE OF WORK
FACILITATION & ARCHITECTURAL SERVICES
RELATED TO A MODEST NEW GATEWAY FACILITY
AT THE ARASTRADERO PRESERVE
Introduction:
The City of Palo Alto, Department of Community Services (City), is seeking a qual,i,fied firm
(Consultant) to serve as a facilitator during discussions related to the design of a modest (1,200
- 1,500 SF) new gateway/entrance facility at the Arastradero Preserve,
Description of Project:
The Arastradero Preserve, which is open to the general public, is owned by the City of Palo
Alto and consists of 609 acres of rolling grassland with oak forests. It is located on the east
side of In-t~rsta~e"280, a quar.ter-mile north of the intersection of Page Mill Road and’-
Arastradero Road (refer to Figure 1). Dismantling of existing buildings on the Preserve is
currently in progress. If possible, it would be desirable for the new facility to be constructed at
least partially of reused materials recycled from the existing structures.
In order to determine potential uses, siting, design and cost of a modest new facility, the
Consultant will serve as a facilitator between Preserve neighbors, community members, local
environmental groups and City staff. The Consultant will be required to le,’id group discussions
and prepare conceptual drawings or presentations r~lated to potential uses of a facility (staff use,
public, educational, etc.) as well as identify potential sites, design features, building size, cost,
etc. While the facilitator does not need to be an architect, a licensed architect should be part of
the Consultant team so that ideas for potential facilities can be translated into drawings.
PHASE I -
Task 1:
Identify Needs and Design Parameters
Facilitation
City shall contact Preserve neighbors, community groups and others that have
an interest in the Preserve in order to establish an initial meeting date and
location, Additional community meetings will be held over approximately a
six-month period. In order to encourage involvement, it is likely that meetings
with the community will be held in the evenings.
July 14, 1997
Consultant shall facilitate meetings in order to determine potential facility uses
and locations. Questions related to the facility may include:
Facility Uses: What would the new facility be used for (working spaces
for City park rangers, educational purposes, etc.)’?
Facility Design: Based on the facility’s use, what size should it be?
What should the exterior look like? Are there environmentally-sensitive
construction techniques or materials that can be incorporated’? ,,.Where
should it be located’? What are security and/or maintenance issues?
How will people access the site - will new infrastructure be needed?
Will existing parking lots, footpaths, creek crossings, utilities or other
infrastructure need to be relocated’? Will new utility lines be needed or
are existing lines nearby? --
Task 2:
Task3:
ff?’epare Conceptual Drawings and Cost Estimates for Potential Fai~ility
Types
In order to aid in the visualization of potential facility styles, Consultant shall
prepare up to four (4) images showing alternatives for the proposed facility’s
architectural and landscaping features. The sketches shall be based on, or
incorporate, comments or ideas developed during the meetings outlined iiaTask
1 and shall be revised as needed to reflect ongoing comments by staff or the
community.
Conceptual cost estimates shall be prepared for each of the proposed sketches
and shall include the cost of constructing the facility; landscaping; existing and
proposed parking; utility and infrastructure requirements; design and
construction management costs, and other related costs.
Meetings
Consultant shall prepare for and actively participate in the following meetings
related to Phase I tasks:
Community meetings: Four (4) total at approximately 3 hours each.
Each meetings may include a formal presentation.
Conduct up to twelve (12)stakeholder interviews; prepare internal
summary interview findings and recommend potential Task Force
candidates to City.
July 14, 1997
2
City staff meetings: three (3) at approximately 2 hours each
Arastradero Task Force meetings: Seven (7) total at approximately 3
hours each.
Architectural Review Board pi’esentation: One (1) formal presentation at
approximately, 2 hours.
Planning Commission presentation: One (1) formal presentation at
approximately 2 hours.
City Council presentation: One (1) formal presentation at approximately
2 hours.
Consultant shall prepare, agenda for City review prior to community- meetings.
C~nsultant shall prepare meeting minutes (for distribution by City) witliin seven
(7) days’ after the meeting. Meeting Minutes shall detail key discussion items,
resolutions and action items.
Task 4:
Task 5:
Facility Report
Consultant shall prepare up to ten (10) copies of a draft report outlining the
process that was involved in developing the proposed facility design(s).
Consultant shall discuss the recommended design option(s), environmental
concerns, conceptual costs, potential uses and other related items.
After review of the draft document by City and other interested parties,
Consultant shall incorporate written comments into a final report and prepare up
to twenty (20) copies for distribution by City.
Additional Services (Optional)
Consultant shall, upon written direction from the City, prepare or perform any
combination of the following on a time and materials basis:
[]Meetings: prepare for and actively participate in up to three (3)
additional meetings, either of the Task Force, City boards (Historic
Resources, Architectural, Planning Commission), or community or a
combination of the aforementioned. These meetings are estimated to last
up to three (3) hours and may include a formal presentation.
July 14, 1997
Preliminary Environmental Constraints Analy~;is: review published maps
and reports on environmental conditions in the vicinity of the project
area; perform a field reconnaissance of the site and prepare a brief report
of the findings of the analysis. The analysis will address issues such as:
- Geologic hazards on the site as they relate to potential construction
activities and post-construction use of the site as well as slope stability
and failure potential. As directed by City, report may include issues
such as ground shaking intensity, liquefaction potential, landslide
hazards, soil conditions (clayey soils), subsurface drainage, eros.ion
potential and sediment control during construction.
- Water and aquatic resources: The potential for the project to disturb
riparian resources or affect water quality.
- Sensitive plants: The California Native Plant Society Inventory of rare
and endangered plants of California will be consulted to determine the
potential for sensitive plant species to be present in the project area.
- Sensitive habitat for animals: habitat types for sensitive species
potentially present on the site will be preliminarily determined Based on
published reports and biological investigations in the vicinity of the
proposed project.
- Cultural resources: The potential for the project to result in alteration
of or destruction of a prehistoric archaeological site will be examined
through a project review request to the Historical Resources Information
System.
Engineering Investigations" investigate site engineering issues such as
utilities, creek crossings and hydraulics, road and parking lot design.
Reimbursables
Reimbursable items may include, but are not limited to: graphic reproduction, document
photocopying, postage, telephone and travel.
Services and Information Provided by the City:
The following information or services will be provided by the City:
[]
AutoCAD drawing file (and hardcopy) showing the location of existing utility
lines and footpaths along the creek from Arastradero Dam to Arastradero Road
Survey information related to property line locations
Spot-survey information that may be required for sireinvestigations
July 14, 1997
4
[]
Existing utility information
Blueline aerial of part of the Preserve (primarily area near the dam)
List of recycled materials (retained by City in storage) that may be incorporated
into potential facility design.
City open space design guidelines/requirements
City will coordinate and arrange for adequate meeting space for the Task Force
and Community meetings. This inclutles opening the~ room and setup of chairs
and tables.
PHASE II -Future Services (the following is provided for information only)
After the successful completion of Phase I activities, City w.ill initiate --
negotiations with Consultant for Phase II services, if City is satisfied with the
performance and service of Consultant during Phase I. Such services may
iffc’lude: -’
Task 6:
Task 7:
Task 8:
Prepare Environmental Assessment
Consultant shall prepare environmental analysis of the project in conformance
with the California Environmental Quality Act. Consultant shall also prepare
Site and Design Review Package in conformance with City ofPalo Alto
requirements.
Prepare Facility Construction Documents (Plans, Specifications and
Construction Cost Estimate)
Consultant shall prepare final design plans, specifications and estimates for the
facility and any related infrastructure.
Construction Services
Consultant shall provide construction management services, inspection, testing
services and maintenance for any landscaping/seedings.
Attachment: Figure 1, Vicinity Map
END
5
July 14, 1997
FIGURE !
"n VINCINITY MAPc)
I
Exhibit B
Contract between the City of Palo Alto and
Bluhon Planning Group for Consulting Services
TASKS
CONSULTANT will bill for the tasks below in proportion to the quantum of
services performed. Asterisked (*) items will be billed on an hourly basis.
Task Fee Not to Exceed
o
o
o
Facilitation
a. Site analysis, document review.$3~440
b. Stakeholder interviews.$1,440
Prepare Conceptual Drawings and Cost Estimates for
up to (4) Alternate Schemes
Meetings
a. -Prepare for and facilitate (7) Task Force meetings.
b. Prepare for and present to ARB, Planning Commission,
and City Council, one meeting each.
c. Attend three meetings with staff and a site visit.
d. Client communications.
e. Prepare for and facilitate (4) community meetings.
Facility Report
Additional Services (Optional)
Additional services may include a combination of
additional meetings, environmental assessment, civil
engineering, or additional planning or architectural work.
$9,080
$10,720 ._
$2,000
$2,640
$1,710 *
$6,48O
$2,400
$4,860 *
REIMBURSABLE EXPENSES
Reimbursable expenses will be billed at cost. Items may include, but are not limited
to: graphic reproduction, document photocopying, postage, telephone, and travel.
Travel will be billed for meetings and site visits at $0.32/mile. In-house copies are
billed at $0.06/page. The total limit on reimbursable expenses is $2,400.
RATE SCHEDULE
Additional work will be billed at the following rates:
Bluhon Planning Group: Principal, $90/hour; Associate, $45/hour.
Arkin Tilt Architects: Principal, $60/hour; Drafting, $40/hour
Kleinfelder, Inc.: Doug Bell, P.E., $90/hour
Roques Wildland Resources: Principal, $80/hr
P~ODUCER
Armstrong/Robitaille Ins.
17501 E. 17th St. #200
P.O. Box 4147
Tustin, CA 92781-4147
EXHIBIT C
CERTIFICATE OF iNSURANCE 07/03/97DATE’MM’OD’
THIS CERTIFICATE IS ISSUED AS AMATTER OF INFORMATION
SVC.ONLY AND CONFERS NO RIGHTSUPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND ORALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
INSURED
BLUHON PLANNING GROUP
261 Purdue Avenue
Kensington, CA 94708
COVERAGES
COMPANY
ACNA Insurance Companies
COMPANY
B CITY-PAk~}-AL-TO
COMPANY
"C ,
COMPANY JUL 1 i997
D
PUBLIC, W’O~K$ "’""’"’r~’~"
THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED,NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO POLICY EFFEOTIVE
LTR TYPE OF INSURANCE POLICY NUMBER DATE (MMIDD/YY)LIMITS
:].566:].221:].08/01/96AGENERAL LIABILITY
,X ~OMMERCIAL GENERAL LIABiLIT~
~CLAIMS MADE [] OCCUR
~OWNER’S & CONTRACTOR’S PRO1
A AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULE D AUTOS
X HIRED AUTOS
X NON-OWNED AUTOS
GARAGE LIABILITY
ANY AUTO
EXCESS LIABILITY~UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS’ LIABILITY
THE PROPRIETOR/I I INCLPARTNERS/EXECUTIVE
OFFICERS ARE:EXCL
OTHER
156612211 o8101196
,OLIOY EXPIRATION’
DATE (MMIDDIYY)I
08/01/97 GENERAL AGGREGATE
PRODUCTS-COMPIOP AGG
PERSONAL & ADV INJURY
EACH OCCURRENCE
FIRE DAMAGE (Any one fire)
I MED EXP (Any one person)
08/01/97 COMBINED SINGLE LIMIT
BODILY INJURY(Per person)
BODILY INJURY(Per accident)
PROPERTY DAMAGE
AUTO ONLY-EAACCIDENT
OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
EACH OCCURRENCE
AGGREGATE
STATUTORY LIMITS
EACH ACCIDENT
DISEASE-POLICY LIMIT
DISEASE-EACH EMPLOYEE
$2,000,000
$2,000,000
sl,_000,000
$i,000,000
~$ I00,000
$ i0,000
$i,000,000
$
$
$
$
$
$
$
$
DESORI~IONOFOPERATIONSILOCATIONSIVEHIOLESISPEOIALITEMSTen Day Notice of Cancellation for Non Pay will be given
Certificate Holder is listed as Additional Insured
CERTIFICATE HOLDER ’," : : "
City of Palo Alto} Dept of
Public Works Attn: Karen Bengard
250 Hamilton Ave.
Palo Alto, CA 94301
.I
ACORD 25-S (3/93) 1 O! 1
CANCELLATION :
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANYWlLL ENDEAVOR TO MAIL..=gL.O_- DAYS WRYVt’EN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OB LIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY~ ITS AGENTS OR REPRESENTATIVES,
JMH ® ACORD CORPORATION 1993
POLICY NUMBER: 156612211 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED = DESIGNATED PERSON or
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
NameofPersonorOrganizatign:City of Palo Alto,
Public Works Attn:
250 Hamilton Ave.
Palo Alto, CA 94301
SCHEDULE
Dept of
Karen Bengard
Ten D&y N~tice of Cancellation for Non Pay will be given-
Certificate Holder is listed as Additional Insured
{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 include as an insured the person or organization shown in
the Schedule, but only with respect to liability arising out of your operations or premises owned by or
rented to you.
CG 2O 26 11 85
EXHIBIT D
PART II - BID FORMS - CERTIFICATION OF NONDISCRIMINATION SECTION 410
PROJECT TITLE:ARASTRADERO GATEWAY FACILITY
Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo Alto, the
firm and individuals listed below certify that they do not discriminate in employment with regards to
age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they
are in compliance with all Federal, State and local directives and executive orders regarding
nondiscrimination in employment; and that they agree to demonstrate positively and aggressively
the principle of equal opportunity in employment.
The Bidder agrees specifically:
1.0 To establish or observe employment policies which affirmatively promote
opportunities for minority persons at all job levels.
2.0 To communicate this .policy to all persons concerned, including all employees,
outside recruiting services, especially those serving minority communities, and to the
n~inority communities at large. -
3.0 To take affirmative action steps to hire minority employees within the organization.
4.0 To be knowledgeable of the local, state, and federal laws and regulations concerning
affirmative action policies and provide opportunities for employees.
Title of Officer Si,~11"fi’~
Signature: (’-[ .~
Please include any additional information available regarding equal opportunity employment
programs now in effect within your company.
(Please attach addilional pages if necessary)
END OF SECTION
CITY OF PALO ALTO: CERTIFICATION OF NONDISCRIMINATION IFB 97286 SECTION 410 . ’