Loading...
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.