HomeMy WebLinkAbout1997-10-20 City Council (31)City of Palo Alto
C ty Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:
AGENDA DATE:
CITY MANAGER
October 20, 1997
DEPARTMENT: Planning and
Community Environment
CMR:426:97
SUBJECT:PAMF/SOFA COORDINATED AREA PLAN: CONSULTANT
CONTRACT WITH ALISON KENDALL
RECOMMENDATIONS
Staffrecommends thatthe Council approve the attached contract with Alison Kendall, AICP,
for consultant/contract planner services related to the oversight and preparation of the
PAMF/SOFA Coordinated Area Plan (Plan).
POLICY IMPLICATIONS
This report is consistent with previous City Council policy regarding the preparation of a
Coordinated Area Plan for PAMF/SOFA.
EXECUTIVE SUMMARY
On September 22, 1997, the City Council approved a Budget Amendment Ordinance in the
amount of $300,000 to fund preparation of a Coordinated Area Plan for the PAMF/SOFA
study area (Plan) and the Policy Framework and Goals and Objectives for the Plan.
Attached is a contract for personal services with Alison Kendall, AICP, to coordinate and
oversee the preparation of the Plan. Ms. Kendall will work with the Chief Planning Official
and the Assistant Planning Official as Project ManagerS. The contract calls for Ms. Kendall
to work with staff to oversee the work of various consultants selected to perform tasks
required to complete the Plan, including traffic studies, economic and environmental
analyses, public meeting facilitation and urban design. These consultants will be selected
through the City’s consultant selection procedure. Ms. Kendall will oversee the meetings
of the Working Group, prepare staff reports and attend Board, Commission and Council
meetings, and will prepare the draft Plan. The contract allows for the use of assistants and
anticipates completion by October 1998.
CMR:426:97 Page 1 of 2
FISCAL IMPACT
The maximum amount of the contract is $170,000. The attachment to the contract of the
Preliminary Budget and Work Tasks provides an estimated breakdown on the consultant
services, although it is intended that variations will occur as the project is developed.
ENVIRONMENTAL ASSESSMENT
Feasibility and Planning Studies are statutorily exempt under Chapter 15262 of the California
Environmental Quality Act. Preparation of the Coordinated Area Plan will result in the
preparation of environmental documentation on the Plan.
ATTACHMENTS
Contract Agreement between the City and Alison Kendall, AICP
CC:PAMF/SOFA Working Group and Alternates
Palo Alto Medical Foundation (David Jury)
University South Neighborhoods Group (Pat Burt, Don Fitton)
Palo Alto Housing Corporation (Marlene Prendergast)
Alison Kendall
Chamber of Commerce (Susan Frank)
Monty Anderson, Cody, Anderson & Wasney
Geraldine Steinberg, Enshallah
PAMF/SOFA Plan mailing list
PREPARED BY: James E. Gilliland
DEPARTMENT HEAD REVIEW:
Official
CITY MANAGER APPROVAL:
Manager
CIvlR:426:97 ’ Page 2 of 2
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
ALISON KENDALL
FOR CONSULTING SERVICES
This Contract No. is entered into this day of
, 1997, by and between the CITY OF PALO ALTO, a
chartered city and a municipal corporation of the State of
California ("CITY"), and ALISON KENDALL, ("CONTRACTOR"), located at
803 Guinda Street, Palo Alto, CA 94301 (Taxpayer ID No. 194-48-
1408)~
RECITALS:
WHEREAS, CITY desires certain professional consulting
services for development of a Coordinated Area Plan for the Palo
Alto Medical Foundation/South of Forest Area ("PAMF/SOFA")
("Sez-vices"), as more fully described in Exhibit "A"; and
WHEREAS, CITY desires to engage CONTRACTOR in providing
the Services by reason of CONTRACTOR’s qualifications and
experience in performing such Services, and CONTRACTOR has offered
to provide the Services 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 shall continue in full force and effect until
terminated as provided herein. Time is of the essence of this
Contract. The obligation of CONTRACTOR to perform the Services
will commence in accordance with this Section. It is understood
and agreed that the services to be performed by CONTRACTOR will be
in response to various development applications and projects, as
assigned by CITY, and that the work schedule will necessarily
follow the timing and legal requirements related to the processing
of such applications.
1.2 This Contract is for an initial period lasting to the
end of the City’s fiscal year on June 30, 1999, and may be extended
by mutual written agreement of CITY and CONTRACTOR.
.SECTION 2. QUALIFICATIONS, STATUS, AND DUTIES OF
CONTRACTOR
2.1 CONTRACTOR represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services. CONTRACTOR further represents and warrants
that the project director and every individual charged with the
performance of the Services under this Contract are duly licensed
or certified by the State of California, to the extent such
971014 die 0080595
1
licensing or certification is required by law to p~rform the
Services.
2.2 In reliance on the representation and warranty set
forth in Section 2.1, CITY hires CONTRACTOR to perform, and
CONTRACTOR covenants and agrees that it will furnish or cause to be
furnished, the Services.
2.3 Alison Kendall shall perform all work on behalf of
CONTRACTOR, except as otherwise permitted under this Contract, and
shall have overall responsibility for the progress and execution of
this Contract for CONTRACTOR. In order to perform the Services, it
is agreed that CONTRACTOR may obtain the services of an Assistant
or Assistants to perform certain tasks such as design, drawings,
research, and preparation of notices, agendas, and other documents.
In addition, upon request by CITY, CONTRACTOR shall obtain the
services of additional qualified professionals to assist in
performance of the Services to be provided hereunder. No work
under this Contract shall be performed by the Assistant or any
other person other than CONTRACTOR, except upon written approval by
the Chief Planning Official.
2.4 CONTRACTOR represents and warrants that:
2.4.1 It will 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 Services;
2.4.2 It will keep itself reasonably 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, any materials used in
CONTRACTOR’s performance under this Contract, or the performance of
the Services; ..
2.4.3 It will at all times observe and comply with,
and cause its employees and contractors (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
2.4.4 It 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 any plans, drawings, specifications or
provisions of this Contract.
2.5 Any reports, information, data or other material
given to, or prepared or assembled by, CONTRACTOR or its
contractors, if any, under this Contract will become the property
of CITY and will not be made available to any individual or
organization by CONTRACTOR or its contractors, if any, without the
prior written approval of the City Manager or the Project Manager.
2.6 CONTRACTOR will provide CITY with the required
number of originals and copies of the reports, letters, memos,
971014 dlo 0080595
2
schedules, drawings, documentation and other writings-, if any,
which may be required under Exhibit "A" to this Contract, upon
completion and acceptance of the same by CITY.
2.7 If CITY requests additional copies of reports,
drawings, specifications or any other material which CONTRACTOR is
required to furnish in limited quantities in the performance of
the ServiceS, CONTRACTOR will provide such additional copies and
CITY will compensate CONTRACTOR for its duplication costs.
2.8 CONTRACTOR will be responsible for employing or
engaging all persons necessary to perform the Services. All
contractors of CONTRACTOR will be deemed to be directly controlled
and supervised by CONTRACTOR, which will be responsible for their
performance. If any employee or contractor of CONTRACTOR 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 contractor will be discharged .immediately from further
performance under this Contract on demand of the Project Manager.
2.9 It is expressly agreed that in the performance of
the professional services required under this Agreement, CONTRACTOR
and any of its subcontractors or employees shall at all times be
considered independent contractors and not agents or employees of
CITY.
SECTION 3.DUTIES OF CITY
3.1 CITY will furnish or cause to be furnished the
specified services set forth in Exhibit "~’ and such other
information regarding its requirements as may be reasonably
requested by CONTRACTOR.
3.2 The City Manager will represent CITY for all
purposes under this Contract. The Chief Planning Official is
designated as the Project Manager for the City~ Manager. The
Project Manager will supervise the performance, progress, and
execution of the Services.
3.3 If CITY observes or otherwise becomes aware of any
default in the performance of CONTRACTOR, CITY will use reasonable
efforts to give written notice thereof to CONTRACTOR in a timely
manner.
SECTION 4 - COMPENSATION
4.1 In consideration of the full performance of the
Services by CONTRACTOR, CITY will pay CONTRACTOR at the hourly
rahes set forth in Exhibit "D," payable within thirty (30) days of
submission by CONTRACTOR of its itemized billings, in triplicate;
provided, however, the total sum payable to CONTRACTOR hereunder
will not exceed One Hundred Seventy Thousand Dollars ($170,000)
through the term of the Contract.
971014 die 0080595
3
SECTION 5. AUDITS
5.1 CONTRACTOR will permit CITY to audit, at any
reasonable time during the term of this Contract and for three (3)
years thereafter, CONTRACTOR’s records pertaining to matters
covered by this Contract. CONTRACTOR further agrees to maintain
and retain such records for at least three (3) years after the
expiration or earlier termination of this Contract.
SECTION 6. INDEMNITY
6.1 CONTRACTOR agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents from any and all demands, claims, or liability of any
nature, including death or injury to any person, property damage or
any other loss, caused by or arising out of CONTRACTOR’s, its
officers’, agents’, subcontractors’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONTRACTOR in the
performance of or failure to perform its obligations under this
Contract.
SECTION 7.WAIVERS
7.1 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 other term, covenant, condition,
provisions, ordinance .or law, or of any subsequent breach or
violation of the same or of any other term, covenant, 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 term, covenant, condition or provision of
this Contract or of any applicable law or ordinance.
7.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 8. INSUR!INCE
8.1 CONTRACTOR, 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 "B"
insuring not only CONTRACTOR and its contractors, if any, but also,
with the exception of workers’ compensation, employer’s liability,
and business liability insurance, naming CITY as an additional
insured concerning CONTRACTOR’s performance under this Contract.
8.2 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 contractors of CONTRACTOR
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
971014 dlc 0080595
Contract,identical insurance coverage, naming cITY as an
additional insured under such policies as required above.
8.3 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 wil! contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
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 business 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.
8.4 The procuring of such required policy or policies of
insurance will not be construed to limit CONTRACTOR’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONTRACTOR will be obligated for the full and total amount of any
damage, injury, or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION 9.WORKERS’ COMPENSATION
9.1 CONTRACTOR, 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 Services.
SERVICES
SECTION i0. TERMINATION OR SUSPENSION OF CONTRACT OR
I0.I The City Manager may suspend the performance of the
Services, in whole or in part, or terminate this Contract, (a) im-
’mediately, for cause, or (b) by giving thirty (30) days’ prior
written notice thereof to CONTRACTOR if no cause for suspension or
termination exists. Upon receipt of such notice, CONTRACTOR will
immediately discontinue its performance of the Services.
10.2 CONTRACTOR may terminate this Contract or suspend
its performance of the Services, in whole or in part, by giving
thirty (30) days’ prior written notice thereof to CITY.
10.3 Upon such suspension or termination by CITY,
CONTRACTOR will be paid for the Services actually rendered to CITY
on or befor6 the effective date of suspension or termination;
provided, however, if this Contract is suspended or terminated on
account of a default by CONTRACTOR, CITY will be obligated to
97101~, dlo 0080595
compensate CONTRACTOR only for that portion of the Services which
are of direct and immediate benefit to CITY, as such determination
may be made by the City Manager acting in the reasonable exercise
of her discretion-.
10.4 Upon such suspension or termination, CONTRACTOR will
deliver to the City Manager immediately .any and all copies of
studies, sketches, drawings, computations, and other data, whether
or not completed, prepared by CONTRACTOR or its contractors, if
any, or given to CONTRACTOR or its contractors, if- any, in
connection with this Contract. Such materials will become the
property of CITY..
10.5 The failure of CITY to agree with CONTRACTOR’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 CONTRACTOR to fulfill its obligations under this Contract.
SECTION ii.ASSIGNMENT
ii.i This Contract is for the personal services of
CONTRACTOR, therefore, CONTRACTOR 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 the City Manager will be
void and, at the option of the City Manager, this Contract may be
terminated. This Contract will not be assignable by operation of
law.
SECTION 12. NOTICES
12.1 All n0ticeshereunder 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
CONTRACTOR:Alison.Kendall
803 Guinda Street
Palo Alto, CA 94301
SECTION 13.CONFLICT OF INTEREST
13.1 In accepting this Contract, CONTRACTOR 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, including any interest constituting a conflict of
interest under the Political Reform Act (Calif. Gov. Code Section
87100 et seqo).
971014 dl~ 0080595
13.2 CONTRACTOR further covenants that,-- in the
performance of this Contract, it will not employ any contractor or
person having such an interest. CONTRACTOR certifies that no
person 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 14.NONDISCRIMINATION
14.1 AS set forth in the Palo Alto Municipal Code, no
discrimination will bemade 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 that
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONTRACTOR 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 "C".
14.2 CONTRACTOR agrees that each contract for services
with an independent provider will contain a provision substantially
as follows:
"[Name of Provider] will provide CONTRACTOR 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 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."
14.3 If CONTRACTOR 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 acts of
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.
14.4 If CONTRACTOR is in default of the nondiscrimination
provisions of this Contract or the Affirmative Action Guidelines
pertaining to this Contract, CONTRACTOR 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
9710~4 d|~ 0080595
from the amount payable to CONTRACTOR the sum of two hundred fifty
dollars ($250) for each calendar day during which CONTRACTOR is not
in compliance with this provision as damages for breach of
contract, or both.
SECTION 15. MISCELLANEOUS PROVISIONS
15.1 CONTRACTOR represents and warrants that it has
knowledge of the requirements of the Americans with Disabilities
Act of 1990, and the Government. Code and the Health and Safety Code
of the State of California, relating to access to public buildings
and accommodations for disabled persons, and relating to facilities
for disabled persons. CONTRACTOR will comply with or ensure by its
advice that compliance with such provisions will be effected in the
performance of this Contract.
15.2 This Contract will be governed by the laws of the
State of California.
15.3 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.
15.4 The prevailing party in any action brought to
enforce the provisions of this Contract may recover its reasonable
costs and attorneys’ fees expended in connection with that action.
15.5 This document represents the entire and integrated
agreement between the parties and supersedes all prior negotia-
tions, representations, and contracts, either written or oral.
This document may be amended only by a written instrument, which is
signed by the parties.
15.6 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
15.7 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and contractors, as the case
may be, of the parties.
15.8 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
15.9 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.
971014 die 0080595
15.10 This Contract may be executed in anyLnumber of
counqerparts, each of which will be an original, but all of which
together will constitute one and the same instrument.
15.11 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 15.11 shall take precedence in the event
of a conflict with any other covenant, term, condition, or
provision of this Contract.
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
CITY OF PALO ALTO
Assistant City Manager
APPROVED AS TO FORM:
CONTRACTOR
Alison Kendall
Taxpayer’s I.D. No. 194-48-1408
Senior Asst. City Attorney
APPROVED:
Chief Planning Official
Acting Director of
Administrative Services
Insurance Review
Attachments:
EXHIBIT "A":
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D":
SCOPE OF SERVICES
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
COMPENSATION
971014 dlo 0080595
9
STATE
COUNTY
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
)
pe’rsonall~ kn-dwn to me (or proved to me on the basis of
satisfactory evidence)~ to be the personCs-~--whose name~ is/a-me-
subscribed to the within instrument, and acknowledged to me that
~he/she/~gh~ executed the same in 4~is~he r / ~he4~r authorized
capacity (ies) , and that by i~/her/t~hei-r-~signature (s) on the
instrument the person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNE~ my an~ official sea[
971014 die 0080595
10
Palo Alto Medical Foundation/South of Forest Area Coordinated Area Plan
Exhibit A: Scope of Services
Serve as consultant/contract planner for the Palo Alto Medical Foundation (PAMF)/South of
Forest Area (SOFA) Coordinated Area Plan (the Plan). Under the direction of the Chief Planning
Official and the Assistant Planning Official, who shall serve as the Project Manager, prepare in a
timely manner the .Plan consistent with the Council adopted Policy framework, goals and
objectives. Services shall include, but not be limited to the following:
Research and review background information on the Plan area including but not limited to plat
maps, historic records, structure types and locations, streets and ’public rights-of-way, land uses,
zoning, infrastructure, traffic and parking. Tasks include file research, discussions with interested
parties and data base preparation.
Coordinate and review the work of the City staff Technical Advisory Group (TAG) composed of
representatives of the various Departments and Divisions in City Hall that will provide input,
recommendations and requirements on the content of the Plan.. Work Tasks include dissemination
of information to TAG, receipt and action on comments, resolution of conflicts and inclusion of
conditions.
Manage Planning Department coordination with other City departments, outside agencies and
organizations as required or needed to ensure efficient and legally adequate environmental and
planning review of the Plan. Tasks include working with City staffto ensure that all legal notices
(Notice of Preparation, Notice of Completion, Notice of Determin’ation, etc.) are properly
prepared and distributed in a timely manner.
Manage selection and contract negotiation process for consultants required including
environmental, traffic, economics, public meeting facilitation and urban design. Tasks include
preparation of consultant RFPs, specialized Scopes of Work, lists of qualified consultants, and
management of the selection process.
Manage the work prepared by consultants contracted by the City for the Plan preparation,
reviewing the consultant work to ensure consistency with contract requirements for budget,
schedule and content. With responsible City staff, review consultant work to assure it meets all
applicable City, State and Federal requirements and standards before release for public review.
Tasks include oversight, review and acceptance of consultant work. Adequacy of Environmental
Impact Report (EIR) under CEQA remains responsibility of City as lead agency.
Coordinate and manage the community outreach program including public meetings, Working
Group meetings, stakeholder interviews, Community Update Forum, public workshops, Board
and Commission meetings and City Council meetings. Tasks include setting meeting dates,
establishing meeting locations, providing notices to city stafffor mailing and posting, providing
materials and information for all meetings, attendance at Working Group Meetings approximately
monthly, summarizing meetings as required and follow up actions.
Prepare staff reports and make presentations to the HRB, ARB, PAC, Planning Commission and
City Council as needed at key decision points in the process, most notably at the outset, the
midpoint and the end. Tasks include preparation of minimum three and a maximum of five staff
reports and attendance at a minimum of twenty or a maximum of 140 hours of Board,
Commission and Council meetings.
Develop three general Plan alternatives related to land use, density, transportation, and other key
variables, potentially including preliminary implementation strategies, for review and policy
direction by the Planning Commission and City Council. Work tasks include ihree generalized
plans of land use, zoning, parcels, site design and concept of design guidelines, preli.minary
implementation strategies and presentations to Working Group, Commission and Council.
Based on alternative selected, further develop the Draft Plan, containing policies, land uses,
traffic, circulation, infrastructure, site design, design guidelines. Work tasks include preparation
of Draft Plan, including feasibility and economic information.
Prepare final Plan including but not limited to the following:
Land Uses: Designate all land uses consistent with the Comprehensive Plan and zoning or
include recommendations for change. Plan shall include permitted and conditionally
permitted uses and, for housing, minimum and maximum densities.
Parcels: Include parcel and lot configurations including but not limited to size, orientation,
easements and rights-of-way.
Infrastrucfure: In coordination with City staff, identify all public and private
transportation, parks, open space, sewage, water, drainage, solid waste disposal, energy,
sidewalks, plazas, street trees, landscaping, art and other public improvements existing and
proposed for the area.
Site Design: Include specific site design objectives, primarily for PAMF-owned parcels,
including but not limited to building placement, orientation, maximum building footprints,
setbacks, mass, height, daylight plane, floor area, lot coverage, open space and parking.
Design Guidelines: Include architectural design guidelines that address each land use type,
street, park or public facility. Suggested typical or prototype elevations, facades, roof
types and materials are to be included.
Feasibility: Include a determination of the economic and fiscal feasibility of the plan with
specific analysis of market place factors and incentives and disincentives, as well as a cost-
benefit anab, sis of public infrastructure investments and projected economic benefits to the
city and community.
Environmental: With City staff responsible for assuring EIR adequacy, review
environmental documentation prepared by selected environmental consultant consistent
with the requirements of the California Environmental Quality Act and coordinate with
Plan preparation. Provide input on the selection of alternatives to be evaluated in the
environmental documentation to reflect Plan features.
Implementation: Include a program of implementation measures to be coordinated with
the City’s Capital Improvement Program and including development regulations, public
works projects, application processing, infrastructure improvements and financing.
All notices, reports, letter, RFPs and Plan materials shall be provided to City in one hard copy
suitable for reproduction and disc version, typically formatted in Word Perfect 6.1 for Windows.
Deliverables to City shall be provided in sufficient time to allow City to complete reproduction
and distribution prior to required meeting or distribution date. Specific work tasks, consultant
responsibilities, proposed timing, projected hours and estimated budget is attached as the
"Preliminary Budget and Workscope." Work tasks, budget and timing are subject to
modifications during the process when mutually agreed between the consultant/contract planner
and the project manager.
Project management task to include monitoring of overall budget in consultation with Project.
Manager if modifications to tasks required to remain within budget.
THIS CERTIFICATE ISBS~JE~"’AS A MATiER ~ I~iqFORMATION ONLY AND--CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATEDEALEY, RENTON & ASSOC.
66 Jack London Square, #210
P.O. Box 12675
Oakl.and, CA 94504-2675
510-465-3090
INSURED
AIison Kendall , AICP
803 Guinda Street
Pale Alto
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THEPOLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COk~ANYLETTER A
CO)4~ANYLETTER B
ITT HARTFORD INSURANCE GROUP
COk~ANYLE]TER
COk4PANYLETTER
CO~OANYLETTERCA9430 1
CO VERAGE8 "’:":: .:: i::;
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED, NOTWITHSTANDING ANY REOUIREMENT, TE~4 OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHtCH TH~S
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. LIMITS SHOWNMAY HAVE BEEN REDUCED BY PAID CLAIMS
¢o TYPEOF INSURANOE POLIOYNUMBER POLleYEFFECTIVE POLICYEXPIRATIOF LIMITSLTFDATE (MM/DO/YY) DATE (MM/DO/YY)
57SBAEV2549 7/11/97 7111/98
GENERAL LIABILITY
A X C0tc~4ERCIAL GENERAL LIABILITYCLAIMS MADEOCCUROWNER’S CONTRACTOR’S PROT.
AUTOMOBILE LIABILITY
ANY AUTO
i ALL OWNEG AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
GARAOE LIABILITY
EXCESS LIABILITV
:~ L~BRELLA FORMOTHER THAN L~BRELLA FOF~
WORKER’S COMPENSATION
AND
EMPLOYERS’ LIABILITY
OTHER
GENERAL AOOREGATE
PR00UCTS-COMP/0P AOG,
PERSOHAL & A0~. INJURY
EACH OCCURRENCE
FIRE OAMAOE (Any one life)
MED. EXPENSE [An), one pErsonl
CC~BINEO SINGLE
LI~IT
BODILY INJURY
(PEr
BODILY INJURY
[Per accident)
PROPERTY DAMAGE
EACH OCCURRENCE
AGGREGATE
2000000
EXCLUDED
1OOOOOO
1000000
300000
10000
EAEH ACCIDENT
DISEASE-POLICY tlMII
DISEASE-EACH EMPLOYEE
DESCRIPTION OF OPERATIONSILOOATIONSIVEH ICLES/SPEOIAL ITEMS
Certificate holder is hereby named as an additional insured under the named
insurod’s policy with respect to work performed by or on behalf of the named
in~;ured.
:: ": SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 30 DAYSWRITTENNOTICETOTHECERTIFICATEHOLDERNAMED[OTHE
C i t y o f P a I o A I t o :. LEF T, BUT F ALLURE T O MAIL SUCH NO T ICE SHALL tvlPOSE NO OBLIGA T ION OR
Attn: Jim Gi I I i I and-:": LIABILITY OF ANYKINDUPONTHECOMPANY,ITSAGENTSORREPRESENTATIVES’
250 Hami I ton Avenue ~!-- AUTH ORIZED_R_EP. R.ESENT A_TIVE
CERT/F/CA T/ON OF NONDISCRIMINATION
Certification of Nondis?rimina~;ion: As suppliers of goods or services to the City of
Palo Alto, the firm and individuals listed below certifies that they do not discriminate
in employment with regards to age, race, color, religion, 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/Proposer 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 minority communities at large.
3.0 To take affirmative action steps to hire minority employees within the
organization.
4.0
Firm:
To be knowledgeable of the local, state, and federal laws and ,regulations
concerning affirmative action policies and provide opportunities for
employees.
Date |0-"- 9"7
Please include any additional ~ information available regarding equal opportunity
employment programs now in effect within your company.
(Ploo~o atloch additional pe(;/o~ if nocoeeary)
END OF SECTION
CITY of PALO ALTO: Non-discrimination (5/93)SECTION 00410-1
Exhibit "D": Rate Schedule
Consultant/Contract Planner: $80.00 per hour
Graphics Planning Assistants: $30.00 per hour
Payment to be on a time and materials basis for actual time spent by consultant/eontract planner
and assistants/subcontractors.
Additional Professional Services: The service of additional professionals may be retained under
this contract at the request of the City. Cost of these additional services are included and not in
addition to the overall cost of the Contract. Rates for additional professionals shall be the
standard prevailing rates for the services commissioned. Rates shall be approved by the City in
writ, ing prior to retaining the Services of additional professionals.
Direct Expenses: Reimbursable expenses shall include the cost of reproduction and handling of
reports in excess of that provided in the Scope of Services, photography and other expenses as
approved by the City. Reimbursable expenses shall be approved by City in writing prior to being
incurred.